Issue Date: July 8, 2014. Proposal Due Date: July 28, 2014 by 10:00 A.M. Mountain Time to:



Similar documents
Issue Date: November 3, Proposal Due Date: November 21, :00 P.M. Mountain Time to:

Issue Date: March 4, Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to:

Issue Date: March 8, Proposal Due Date: Tuesday, April 02, 2013 by 11:00 A.M. Mountain Time to:

MANDATORY PRE-PROPOSAL MEETING WILL BE HELD ON September 22, 1:00 P.M.

Solicitation Emergency Disaster Cleanup Services. Bid designation: Public. Lehi City

Issue Date: November 4 th, Proposal Due Date: Tuesday, November 25, 2014 by 11:00 AM Mountain Time to:

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

REQUEST FOR PROPOSALS (RFP) 16007A FOR DENVER WATER S. Vehicle Lease, Fleet Management and Short Term Rentals.

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

Planning Request for Proposal. Digitize Records for Import to Electronic Document Management System Project Number

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

Request for Qualifications (RFQ) Number PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS

REQUEST FOR PROPOSAL

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.

The CITY OF BAYONNE is soliciting responses/proposals for the provision of the following professional services:

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT

QSP INFORMATION AT A GLANCE

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

Air Conditioning Maintenance Services

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

CITY OF BONITA SPRINGS, FLORIDA RFP #

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

Request for Proposal NORTEL TELEPHONE SYSTEM MAINTENANCE SERVICES. Luzerne County Information Technology Department LUZERNE COUNTY PENNSYLVANIA


REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES

COUNTY OF YUBA REQUEST FOR PROPOSAL SOUTH ANNEX BUILDING ASBESTOS ABATEMENT. Due Date: November 13, 2009 Time: 2:00 PM, PST.

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

REQUEST FOR PROPOSAL

APPALCART REQUEST FOR PROPOSAL

ADDENDUM NO. 1 TO RFP : Locum Tenens Referrals

Request for Proposal PLUMBING INSPECTOR SERVICES

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL FOR. Automated Accounts Payable Solution

Unified School District No. 489 Request For Proposals

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

How To Get A Job Done

The CITY OF BAYONNE is soliciting responses/proposals to the City s RFQ/RFP for the provision of the following professional services:

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

TABLE OF CONTENTS. Prefacej... 1

OSWEGO COUNTY PURCHASING DEPARTMENT

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford

AT: 1. Norridge Village Hall N. Olcott Ave. and 2. Norridge Police Department N. Olcott Ave.

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

Request for Proposals BUILDING DEMOLITION SERVICES

The CITY OF BAYONNE is soliciting responses/proposals to the City's RFQ/RFP for the provision of the following professional services:

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL SOLICITOR REQUEST FOR PROPOSAL

Request for Proposal Hewlett Packard Network Switches and Peripherals

INLAND VALLEY DEVELOPMENT AGENCY SAN BERNARDINO INTERNATIONAL AIRPORT AUTHORITY REQUEST FOR PROPOSALS FOR EMERGENCY RESTORATION SERVICES

TOWN OF SILVERTHORNE, COLORADO RFP for Independent Professional Auditing Services

Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES

CONSULTANT AGREEMENT

MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR PROVIDING SERVICES AS THE AUTHORITY S HEALTH & SAFETY CONSULTANT 2016

Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Animal Control Shelter Services (2 nd Occasion)

Request for Proposal 911- SUPPLEMENTAL ALI DATABASE MANAGEMENT SERVICES AND SUPPORT

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

Request For Proposal AlienVault SIEM Solution CONTRACT # /20/2015 LATE PROPOSALS WILL NOT BE ACCEPTED

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

NOTICE TO BIDDERS Request for Proposals Legal Notice Advertisement: publish two(2) times:

Request for Proposal No. CCAD TECHNICAL/IT Services REQUEST FOR PROPOSAL FOR TECHNICAL/IT SERVICES CESAR CHAVEZ ACADEMY DENVER

Request for Proposals for Upgraded or Replacement Phone System

Solicitation Information February 26, 2016

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

THE TOWN OF NORTH SMITHFIELD

REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES

Merchant Account Services

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

REQUEST FOR PROPOSAL FOR CISCO VOIP TECHNICAL SUPPORT

REQUEST FOR PROPOSALS

Transcription:

REQUEST FOR PROPOSALS (RFP) 15586A FOR DENVER WATER S Emergency Water Damage Cleanup Services Issue Date: July 8, 2014 Proposal Due Date: July 28, 2014 by 10:00 A.M. Mountain Time to: Denver Water Purchasing & Contracting Attention: Antoinette Chavez / RFP No. 15586A 1600 West 12 th Avenue, Building 12 Denver, CO 80204-3412 To be considered for selection, a duly authorized agent of the Proposer must complete and sign this page and submit it with the Proposal. Signature below indicates that the Proposer has read and understands the requirements set forth in this Request for Proposals. Proposer s Business Name: By / Title: Duly authorized agent s name and title must be typed or clearly written Signature: Date: E-mail: Phone: Fax No.: Business Address:

SOLICITATION INTRODUCTION: The City and County of Denver, acting by and through its Board of Water Commissioners (also Denver Water and the Board ), is issuing this Request for Proposal ( RFP ) for Emergency Water Damage cleanup and restoration services. The Board is seeking Proposals from qualified Proposers who have specific experience in the area(s) identified in this RFP. To be eligible for consideration, the Proposer must be capable of meeting all requirements specified in this RFP. SCHEDULE OF EVENTS*: RFP Issued Tuesday, July 08, 2014 10:00 A.M. Deadline to Submit Intent to Propose via e-mail to: Mandatory Pre-Proposal Conference: Location: Denver Water Room 211 1600 W. 12 th Avenue Denver, CO 80204 Monday, July 14, 2014 Thursday, July 17, 2014 2:00 P.M. 9:00 A.M. Deadline to Submit Requests for Monday, July 21, 2014 10:00 A.M. Clarification and Additional Information Response to Written Requests for Wednesday, July 23, 2014 11:00 A.M. Clarification and Additional Information Proposal Due Date July 28, 2014 10:00 A.M. *All dates are tentative and subject to change and/or cancellation at Denver Water s sole discretion. Denver Water will notify potential Proposers of any and all necessary changes and/or cancellations via written addendum. All times included on this Schedule of Events are Mountain Time. Page 2 of 19

TABLE OF CONTENTS SECTION 1 GENERAL INFORMATION 4 1.1 INTRODUCTION TO DENVER WATER: 4 1.2 INTENT TO PROPOSE 4 1.3 SOLICITATION DOCUMENTS AND ADDENDA 4 1.4 ADDENDA 4 1.5 PROPOSAL PREPARATION COST 4 1.6 ACCEPTANCE 4 1.7 WITHDRAWAL OR MODIFICATION OF PROPOSALS 4 1.8 RIGHT TO REJECT PROPOSALS 5 1.9 RIGHT TO NEGOTIATE 5 1.10 SAMPLE AGREEMENT 5 1.11 AGREEMENT TERM 5 1.12 AGREEMENT PRICING 5 1.13 INSURANCE REQUIREMENTS 6 1.14 PERSONNEL SCREENING 6 SECTION 2 SPECIAL REQUIREMENTS 10 SECTION 3 INSTRUCTIONS FOR RESPONDING TO RFP 11 3.1 REQUESTS FOR CLARIFICATION AND ADDITIONAL INFORMATION 11 3.2 PRE-PROPOSAL CONFERENCE / SITE INSPECTION 11 3.3 PROPOSAL DUE DATE 11 3.4 PROPOSAL SUBMISSION 11 3.5 PROPRIETARY OR CONFIDENTIAL INFORMATION 12 SECTION 4 EVALUATION AND SELECTION PROCESS 13 4.1 AGREEMENT REQUIRED 13 4.2 EVALUATION AND SELECTION PROCESS 13 4.3 INTERVIEWS/SHORT LIST/SITE VISITS/PRESENTATIONS 13 SECTION 5 PROJECT DESCRIPTION 14 5.1 PURPOSE 14 5.2 BACKGROUND 14 5.3 EXHIBIT A SCOPE OF WORK 14 SECTION 6 PROPOSED PRICING / FEE SCHEDULE 15 6.1 PROPOSED PRICING / FEE SCHEDULE FORMAT 15 SECTION 7 COMPLETION OF PROPOSAL 16 7.1 REQUIRED PROPOSAL FORMAT 16 EXHIBIT A 18 SCOPE OF WORK 18 Page 3 of 19

SECTION 1 GENERAL INFORMATION 1.1 INTRODUCTION TO DENVER WATER: Denver Water is a municipal corporation and a political subdivision of the State of Colorado, under the control of a five-member Board appointed by the Mayor of Denver. As such, it is governed by the Denver Charter and other laws applicable to governmental entities. The Denver Charter grants the Board all the powers of the City and County of Denver including those granted by the Constitution and by the law of the State of Colorado and by the Charter. Specifically, the Charter gives the Board complete charge and control of a water works system and plant for supplying the City and County of Denver and its inhabitants with water for all uses and purposes. It is the largest municipal public utility in Colorado, serving water to more than one million people, about one-quarter of the state s population. 1.2 INTENT TO PROPOSE: Interested parties should submit their intent to propose via e-mail to the Contract Specialist at Antoinette.Chavez@denverwater.org, including the following information for RFP communication purposes: Proposer s business name Contact name and title Contact e-mail address Contact phone number 1.3 SOLICITATION DOCUMENTS AND ADDENDA: Potential Proposers should obtain all relevant documents pertaining to this solicitation and all issued addenda from the Rocky Mountain E-Purchasing System website at www.rockymountainbidsystem.com. 1.4 ADDENDA: In the event it becomes necessary to revise, change, clarify, provide additional information about, and/or cancel this RFP, Denver Water will issue a written addendum. It is the sole responsibility of the Proposer to attach to its Proposal(s) a signed copy of all addenda. 1.5 PROPOSAL PREPARATION COST: Denver Water will not be responsible for any costs incurred by Proposers in the preparation of Proposals. All costs, including but not limited to printing, materials, travel and expenses, incurred in the preparation and submission of a Proposal must be borne solely by the Proposer. 1.6 ACCEPTANCE: By submitting a Proposal in response to this RFP, Proposer acknowledges that its Proposal is valid for a period of 90 calendar days from the Proposal due date. 1.7 WITHDRAWAL OR MODIFICATION OF PROPOSALS: Proposals may be withdrawn or modified by Proposers prior to the Proposal due date, but only upon written request. After the Proposal due date, Denver Water will not return Proposals or other information supplied to Denver Water. Page 4 of 19

1.8 RIGHT TO REJECT PROPOSALS: The Board may choose to reject any or all Proposals, either in whole or in part, and to waive any formality in Proposals received, if deemed in the best interest of the Board. Basis for rejection may include but is not necessarily limited to the following: Any Proposal conditioned upon the Board s acceptance of terms and conditions deemed by the Board to be unacceptable. Any Proposal from a Proposer who is in arrears to the City and County of Denver or the Board upon debt or contract, or who is a defaulter as surety or otherwise, upon any obligation to the City and County of Denver or the Board. Any Proposal from Proposers determined to be financially unable to perform the required work. This determination will be at Denver Water s sole discretion and may be based upon analysis of the Proposer s Certified Financial Statements, Dun and Bradstreet reports, and/or other requested financial information. Any Proposal received after the specified Proposal due date and time. Any Proposal so received may be returned to the Proposer unopened. Any Proposal that does not meet the requirements specified in this RFP and/or has been determined to be unsatisfactory, in whole or in part, by Denver Water at its sole discretion. 1.9 RIGHT TO NEGOTIATE: Denver Water may select one or more Proposals, and may negotiate any and all elements of a Proposal, if deemed to be in the best interest of Denver Water. 1.10 SAMPLE AGREEMENT: The selected Proposer will be required to sign a Denver Water Agreement. A sample of this Agreement is attached as Exhibit B and is subject to Denver Water s revision. Any and all modifications and/or exceptions to the terms and conditions contained in this sample Agreement must be clearly marked on Proposer s official company letterhead and submitted with the Proposal as a separate section. A Proposal with modifications and/or exceptions to the terms and conditions contained in this sample Agreement may be rejected. 1.11 AGREEMENT TERM: Denver Water expects the term of the resulting Agreement to be two (2) years with an option for a 1 year extension, commencing on the date the Agreement is executed by the Board, subject to extension as provided herein. 1.12 AGREEMENT PRICING: Pricing submitted with the Proposal must be as specified in Section 6 Proposed Pricing / Fee Schedule and may be incorporated in whole or in part into the resulting Agreement. Page 5 of 19

1.13 INSURANCE REQUIREMENTS: The following list represents the Board s standard requirements for insurance coverage. The Board has the discretion to change these insurance requirements or accept alternative types of insurance if the Board deems such changes or alternatives to be sufficiently protective of its interest. A. Commercial General Liability Insurance: Commercial general liability insurance with limits not less than $1,000,000 per occurrence and $2,000,000 aggregate. Such insurance shall include the City and County of Denver, acting by and through its Board of Water Commissioners, as additional insured and shall be primary and noncontributing with respect to any insurance or self-insurance program of the Board. B. Automobile Liability Insurance: Contractor shall maintain automobile liability insurance as required by Colorado law. The Board does not require a certificate of insurance unless this subparagraph (b) requires insurance that exceeds the statutory requirements. In addition to the statutory requirements, Consultant shall maintain automobile liability insurance with limits not less than $1,000,000 per occurrence for owned, non-owned and hired vehicles used in the performance of Work under this Agreement. C. Workers Compensation and Employer s Liability Insurance: The Consultant is located in Colorado and maintains workers compensation insurance, as required under the laws of the State of Colorado. D. Mold Liability and Claims Made or Umbrella Policy that would cover: Preferred Mold liability and Claims Made insurance with limits not less than $1,000,000 per occurrence and $2,000,000 aggregate. (Please indicate if your company has this insurance.) The selected Proposer will be required to maintain the required insurance in full force and effect during the entire term of the resulting Agreement. The selected Proposer must provide to the Board a certificate of insurance showing evidence of the required coverage and limits before work may commence. 1.14 CONTRACTOR PERSONNEL SCREENING: Due to the nature of the work to be performed, the selected Proposer will be subject to one of the personnel screening procedure options detailed below, depending on Proposer s type of business, at the sole discretion of the Board. All expenses incurred in performing the required personnel screening will be the sole responsibility of the selected Proposer and must be completed prior to execution of the Agreement. WORK INVOLVING SECURITY CONCERNS ALTERNATIVE A: IF ANY EMPLOYEE OR AGENT OF THE CONSULTANT WILL PERFORM WORK UNDER CIRCUMSTANCES THAT RAISE SECURITY CONCERNS (SUCH AS ENTERING PRIVATE RESIDENCES ON DENVER WATER S BEHALF, OR PERFORMING WORK THAT GIVES ACCESS TO CRITICAL FACILITIES OR OPERATIONS OR HAS THE POTENTIAL TO CAUSE SERIOUS DAMAGE TO CRITICAL DENVER WATER FACILITIES OR OPERATIONS, OR TO HAVE ACCESS Page 6 of 19

TO ANY CONFIDENTIAL, FINANCIAL, CUSTOMER, OR SECURITY-RELATED INFORMATION MAINTAINED BY DENVER WATER, PROPRIETARY COMPUTER PROGRAMS OR SOFTWARE, OR SERVERS): At least five (5) working days before assigning an employee or agent to perform duties under this Agreement that require the employee or agent to work under circumstances presenting security concerns or to have access to the Board s sensitive information, proprietary computer programs, software or servers, the Consultant will submit the employee s or agent s name to the Board and certify on the Board-provided Certification of Personnel Screening form that no more than one (1) year prior to the assignment it performed a background check on the employee or agent, including a review of criminal history, and determined that the employee or agent does not pose a risk to persons or property. Consultant s determination should be based on guidance provided by the U.S. Equal Employment Opportunity Commission regarding the use of arrest and conviction history in employment decisions, which requires a weighing of (1) the nature and gravity of the offense or conduct, (2) the time that has passed since the offense, conduct or the employee s completion of any sentence given as a result of the offense, and (3) the nature of the job held or sought. Background checks must include a Colorado Bureau of Investigation (CBI) Criminal History Check, and, if the employee or agent has lived outside the State of Colorado or the United States during the last five (5) years, a criminal history check from each state or country of residence. For employees or agents who will have access to the Board s financial records and/or accounting processes, including purchasing, payables, receivables, and treasury or cash management, the Consultant also will conduct a credit history check on the employee or agent and certify on the Board-provided Certification of Personnel Screening form that the Consultant has determined that the employee or agent does not pose a risk to the Board. The Board reserves the right to direct the Consultant to assign another employee or agent, meeting the requirements of this paragraph, to perform the Work if the Board has reason to believe that during the term of the Agreement the assigned employee or agent engaged in criminal activity or was involved in financial improprieties, to be determined by the Board in its sole discretion. ALTERNATIVE B: IF THE CONSULTANT IS AN INDIVIDUAL WHO WILL PERFORM WORK UNDER CIRCUMSTANCES THAT RAISE SECURITY CONCERNS (SUCH AS ENTERING PRIVATE RESIDENCES ON DENVER WATER S BEHALF, OR PERFORMING WORK THAT GIVES ACCESS TO CRITICAL FACILITIES OR OPERATIONS OR HAS THE POTENTIAL TO CAUSE SERIOUS DAMAGE TO CRITICAL DENVER WATER FACILITIES OR OPERATIONS, OR TO HAVE ACCESS TO ANY CONFIDENTIAL, FINANCIAL, CUSTOMER, OR SECURITY-RELATED INFORMATION MAINTAINED BY DENVER WATER, PROPRIETARY COMPUTER PROGRAMS OR SOFTWARE, OR SERVERS), SELECT THIS ALTERNATIVE AND HAVE THE CONSULTANT FILL OUT THE CONSENT TO PERFORM BACKGROUND CHECKS FORM AT THE END OF THIS TEMPLATE. AT LEAST 5 DAYS BEFORE THE AGREEMENT IS TO BE FULLY EXECUTED, SEND THE SIGNED FORM TO SAFETY & SECURITY TO CONDUCT THE BACKGROUND CHECK AND, IF NECESSARY, TO HUMAN RESOURCES TO CONDUCT THE CREDIT CHECK. THE AGREEMENT MAY NOT BE FULLY EXECUTED UNTIL SAFETY & SECURITY HAS APPROVED THE BACKGROUND CHECK AND CREDIT CHECK. As a precondition to entering this Agreement, the Consultant gave the Board consent to conduct a background check on the Consultant, including a Colorado Bureau of Investigation (CBI) Criminal History Check, and, if the Consultant has lived outside the State of Colorado or the United States Page 7 of 19

during the last five (5) years, consent to obtain a criminal history check from each state or country of residence. If the Consultant will have access to the Board s financial records and/or accounting processes, including purchasing, payables, receivables, and treasury or cash management, the Consultant also consented to a credit history check. The Board has reviewed and approved the results of the background check and, if applicable, the credit history check. The Board reserves the right to terminate this Agreement if it has reason to believe that during the term of the Agreement the Consultant engaged in criminal activity or was involved in financial improprieties, to be determined by the Board in its sole discretion. SAFETY-SENSITIVE DUTIES ALTERNATIVE A: IF ANY EMPLOYEE OR AGENT OF THE CONSULTANT WILL PERFORM SAFETY-SENSITIVE DUTIES, I.E., DUTIES THAT IF PERFORMED WITH INATTENTIVENESS, ERRORS IN JUDGMENT, OR DIMINISHED COORDINATION, DEXTERITY, OR COMPOSURE MAY RESULT IN MISTAKES THAT COULD PRESENT A REAL OR IMMINENT THREAT TO PUBLIC HEALTH AND SAFETY SUCH AS WORKING AS AN ARMED SECURITY GUARD OR PERFORMING CERTAIN HIGH-RISK OPERATIONAL FUNCTIONS: At least five (5) working days before assigning an employee or agent to perform safety-sensitive Work under this Agreement, the Consultant will submit the employee s or agent s name to the Board and certify on the Board-provided Certification of Personnel Screening form that no more than one (1) year prior to the assignment it performed a background check on the employee or agent, including a review of criminal history, and determined that the employee or agent does not pose a risk to persons or property. Consultant s determination should be based on guidance provided by the U.S. Equal Employment Opportunity Commission regarding the use of arrest and conviction history in employment decisions, which requires a weighing of (1) the nature and gravity of the offense or conduct, (2) the time that has passed since the offense, conduct or the employee s completion of any sentence given as a result of the offense, and (3) the nature of the job held or sought. Background checks must include a Colorado Bureau of Investigation (CBI) Criminal History Check, and, if the employee or agent has lived outside the State of Colorado or the United States during the last five (5) years, a criminal history check from each state or country of residence. The Consultant also must certify on the Board-provided Certification of Personnel Screening form that no more than one (1) month before the assignment of an employee or agent to perform safety-sensitive Work under this Agreement, the employee or agent passed a drug and alcohol screening performed by one of the Board-recommended testing facilities on the Board-provided list titled Occupational Medicine clinics, using a Rapid Screen test (negative result only accepted), or by a DOT-certified laboratory and using the DOT 5 panel drug test. The Board reserves the right to direct the Consultant to assign another employee or agent, meeting the requirements of this paragraph, to perform the Work if the Board has reason to believe that during the term of the Agreement the assigned employee or agent engaged in criminal activity or used drugs or alcohol in a manner that could present a real or imminent threat to public health or safety, to be determined by the Board in its sole discretion. ALTERNATIVE B: IF THE CONSULTANT IS AN INDIVIDUAL AND WILL PERFORM SAFETY- SENSITIVE DUTIES, I.E., DUTIES THAT IF PERFORMED WITH INATTENTIVENESS, ERRORS IN Page 8 of 19

JUDGMENT, OR DIMINISHED COORDINATION, DEXTERITY, OR COMPOSURE MAY RESULT IN MISTAKES THAT COULD PRESENT A REAL OR IMMINENT THREAT TO PUBLIC HEALTH AND SAFETY SUCH AS WORKING AS AN ARMED SECURITY GUARD OR PERFORMING CERTAIN HIGH-RISK OPERATIONAL FUNCTIONS, SELECT THIS ALTERNATIVE AND AT LEAST 5 DAYS BEFORE THE AGREEMENT IS TO BE FULLY EXECUTED HAVE THE CONSULTANT FILL OUT THE CONSENT TO PERFORM BACKGROUND CHECKS FORM AT THE END OF THIS TEMPLATE AND SUBMIT DRUG AND ALCOHOL TESTING RESULTS TO SAFETY & SECURITY. THE AGREEMENT MAY NOT BE FULLY EXECUTED UNTIL SAFETY & SECURITY HAS APPROVED THE BACKGROUND CHECK AND DRUG SCREENING. As a precondition to entering this Agreement, the Consultant gave consent for the Board to conduct a background check on the Consultant, including a Colorado Bureau of Investigation (CBI) Criminal History Check, and, if the Consultant has lived outside the State of Colorado or the United States during the last five (5) years, to submit to a criminal background check from each state or country of residence. The Consultant also provided the results of a drug and alcohol screening performed within one (1) month of submittal by one of the Board-recommended testing facilities on the Board-provided list titled Occupational Medicine clinics, using a Rapid Screen test (negative result only accepted), or by a DOT-certified laboratory and using the DOT 5 panel drug test. The Board has reviewed and approved the results of the background check and drug and alcohol screening. The Board reserves the right to terminate this Agreement if it has reason to believe that during the term of the Agreement the Consultant engaged in criminal activity or used drugs or alcohol in a manner that could present a real or imminent threat to public health or safety, to be determined by the Board in its sole discretion. Page 9 of 19

SECTION 2 SPECIAL REQUIREMENTS 2.1 SPECIAL REQUIREMENTS: At least one supervisory member of the contractor's on-site emergency response team must be certified as an IICRC Water Damage Restoration Technician. All water extraction, drying, application of anti-microbial and biocide agents, and other work shall be done in accordance with applicable IICRC or other appropriate industry standards. Contractor shall determine the need for asbestos and lead paint sampling & analysis. The Contractor shall be responsible for ensuring that required sampling is completed, and for completing work in accordance with all applicable regulations. Suspected Asbestos Containing Building Materials shall be assumed to contain asbestos unless testing proves otherwise. Page 10 of 19

SECTION 3 INSTRUCTIONS FOR RESPONDING TO RFP 3.1 REQUESTS FOR CLARIFICATION AND ADDITIONAL INFORMATION: All requests for clarification or additional information must be made in writing to the Contract Specialist at the e-mail address shown below: Contract Specialist: Antoinette Chavez E-Mail: Antoinette.Chavez@denverwater.org Phone: 303-628-6498 The Denver Water Contract Specialist listed above is the sole point of contact between Denver Water and all Proposers. Proposers may not contact any other Denver Water personnel regarding this RFP during the RFP process without prior written authorization of this Contract Specialist. Responses to requests for clarification and additional information and/or changes to the RFP received before the deadline specified in the SCHEDULE OF EVENTS will be made by written addendum. All responses to requests for clarification and additional information from any Proposer will be provided to all Proposers. Oral explanations, interpretations or representations given by Denver Water employees cannot be construed as a change to the RFP requirements. 3.2 PRE-PROPOSAL CONFERENCE / SITE INSPECTION: a. MANDATORY Pre-Proposal Conference: MANDATORY Pre-Proposal Conference will be conducted on the date and time specified on the Schedule of Events. The Location of the conference will be: Denver Water Room 211 1600 W. 12 th Avenue Denver, CO 80204 Proposer must attend this conference to have its Proposal considered by Denver Water. 3.3 PROPOSAL DUE DATE: Proposals must be received no later than July 28, 2014, 10:00 a.m. Mountain Time at the address listed below. 3.4 PROPOSAL SUBMISSION: Proposer must submit one (1) Proposal in digital/electronic format such as CD or flash drive, marked original, plus two (2) hard copies. Proposals, including the electronic version, are to be in either a sealed envelope or box, labeled with the RFP number and name, and addressed as indicated below. Denver Water will not be responsible for any Proposal not addressed as indicated below. Page 11 of 19

Proposals may be mailed or hand-delivered. Proposals sent via electronic method such as e- mail or fax will not be accepted. Submit Proposals to: Denver Water Purchasing & Contracting Attention: Antoinette Chavez / RFP No. 15586A Administration Building 1600 West 12 th Avenue Denver, CO 80204-3412 3.5 PROPRIETARY OR CONFIDENTIAL INFORMATION: Proposers acknowledge that Denver Water may be required to disclose any or all of the documents submitted with a Proposal, pursuant to the Colorado Open Records Act, C.R.S. 24-72-201.1, et seq. Under C.R.S. 24-72-204(3)(a)(IV), Denver Water may deny inspection of any confidential commercial or financial information furnished to Denver Water by an outside party. Therefore, a Proposer must clearly designate any documents submitted with its Proposal that the Proposer deems proprietary or confidential, to aid Denver Water in determining what must be disclosed in response to a request for documents under the Colorado Open Records Act. The Proposer s designation of material as confidential must be reasonable or it will not be honored. For example, a Proposer may not designate the entire Proposal to be confidential and proprietary. Page 12 of 19

SECTION 4 EVALUATION AND SELECTION PROCESS 4.1 AGREEMENT REQUIRED: This RFP is not a contractual offer. Any Proposer selected in response to this RFP will be required to execute an Agreement with Denver Water. 4.2 EVALUATION AND SELECTION PROCESS: Proposals will be evaluated by criteria described in this RFP. Proposals considered responsive will be evaluated for completeness of information provided, the Proposer s adherence to RFP requirements, support for claims made, and the overall approach taken. Denver Water s objective is to select the Proposal(s) judged to be in the best interest of Denver Water. Proposals may be evaluated using criteria including but not limited to: Ability to meet work requirements Ability to meet work requirements Experience Professional References Qualifications/certifications of personnel Amount and type of equipment available Proposal Pricing This list does not reflect or imply any weighting or relative importance of criteria. While price may be a consideration, the Board is not bound to accept the lowest-priced Proposal. 4.3 INTERVIEWS/SHORT LIST/SITE VISITS/PRESENTATIONS: Denver Water may request interviews, oral or visual presentations, site visits, demonstrations, and/or the opportunity to ask additional questions of Proposers as deemed necessary during the evaluation process. Denver Water may require additional information from Proposers after the Proposal due date as necessary to complete the evaluation process. Page 13 of 19

SECTION 5 PROJECT DESCRIPTION 5.1 PURPOSE: The purpose of this RFP is to select a contractor to provide emergency water damage clean up and restoration services to property owners and tenants when our water main breaks cause damage. 5.2 BACKGROUND: Denver Water is issuing this RFP for its Water Main Break Emergency Water Damage Cleanup. Denver Water operates an extensive distribution system of conduits and mains, and takes its responsibility to maintain the system in good repair by following comprehensive maintenance and main replacement programs, and by repairing and replacing mains based on testing, corrosion reports and the number of incidents. Under the Colorado Government Immunity Act, Denver Water is not liable for damage resulting from a water main break unless negligence is proven, per C.R.S 24-10-106(4). Due to Denver Water s maintenance and main replacement programs, negligence is seldom involved when a main break occurs and Denver Water is rarely liable for resulting damages. However, through no one s fault, main breaks do happen and Denver Water understands how troublesome main breaks can be to affected customers. As a matter of policy and as a service to our customers, the Denver Water Board has adopted a main break policy to assist property owners and tenants. Under the policy, Denver Water assists with on-site cleanup and will pay a limited amount for damage to real or personal property caused by a main break. The policy applies to owners or tenants, but not to insurance companies seeking reimbursement for claims paid to their insured. Under this policy Denver Water would like to contract for the performance of emergency water damage cleanup. 5.3 EXHIBIT A SCOPE OF WORK: Please see the attached Exhibit A Scope of Work on page 16 of the RFP. Page 14 of 19

SECTION 6 PROPOSED PRICING / FEE SCHEDULE 6.1 PROPOSED PRICING / FEE SCHEDULE FORMAT: All fees and pricing must be all inclusive. This RFP provides for ample opportunity to ask questions, so do not assume anything. NO COST PLUS pricing will be accepted! Description of Task Unit Unit Price After Hours Price Example: SF, GL, $$ $$ EA Page 15 of 19

SECTION 7 COMPLETION OF PROPOSAL 7.1 REQUIRED PROPOSAL FORMAT: Proposals must conform to the following format. The extent to which Proposers follow these instructions is relevant as part of the evaluation process. The Proposal must conform to the following submission format and each tab must be clearly marked as indicated below: Tab 1 Cover Letter Tab 2 Proposer Introduction Tab 3 Understanding of Work Tab 4 Narrative Staffing Plan and Resumes/Qualifications Tab 5 Professional Reference Listing Section 5 Exhibit A: Scope of Work Tab 6 Proposal Rates Section 6 Proposed Pricing / Fee Schedule Tab 7 Small Business Enterprise / Minority and Women Business Enterprise Status Tab 1 Cover Letter: Proposer must submit a cover letter of no more than one (1) page printed on Proposer s letterhead. The letter must be signed by a duly authorized agent of the Proposer. Tab 2 Proposer Introduction: Proposer must submit information about the Proposer s experience and background. Include complete information regarding experience with this type of work, number of years in business, number of employees, etc. Also include a main point of contact for all RFP correspondence, including name, title, phone number and e-mail address. This section must be no more than three (3) pages in length. Tab 3 Understanding of Work: Proposer must provide a brief narrative of understanding of the project and the key issues involved. This section must be no more than two (2) pages in length. Tab 4 Narrative Staffing Plan and Resumes/Qualifications: Proposer must submit resumes of the key personnel who will be assigned to any resulting agreement, including name, number of years of experience, and qualifications. This section must be no more than three (3) pages in length. Tab 5 Professional Reference Listing: Proposer must provide a minimum of four (4) professional references that include the following information: project name; project location; contact name; contact e-mail; contact phone number as noted in the table located in Section 5 Exhibit A: SCOPE OF WORK. Business Name Contact Name Contact E-mail Contact Phone Reference 1 Reference 2 Reference 3 Reference 4 Page 16 of 19

Tab 6 Proposal Rates: Proposer must include Proposal rates as specified in Section 6 Proposed Pricing / Fee Schedule. Tab 7 Small Business Enterprise (SBE) / Minority and Women Business Enterprise (MWBE) Status: Denver Water has SBE and MWBE programs that are described on our web site. Proposers should include relevant SBE and MWBE information at this Tab. Page 17 of 19

SCOPE OF WORK EXHIBIT A SCOPE OF WORK The successful bidder will provide water damage cleanup and restoration services to property owners and tenants when Denver Water s water breaks cause damage. The Contractor shall perform the following tasks: 1. Provide damage assessment, water & sewage extraction, content pack-out/pack back, disinfection and sanitization, drying equipment, dehumidifying, and structural drying. 2. Provide asbestos and lead paint assessment and abatement capabilities. 3. Provide services on an as-needed basis for Denver Water, Water Main Break Emergency Water Damage Cleanup at private and/or commercial properties affected by Denver Water, water main breaks or other Denver Water operations. 4. Provide immediately accessible emergency contact information and maximum 2 Hour emergency response capabilities, 24 hours per day, 7 days per week, and all holidays. 5. Upon request provide reconstruction services. The Contractor shall meet the following qualifications: 1. Upon request, provide competent technical support or representation of services performed or those services recommended. 2. Provide fully trained and certified supervisors and employees. 3. Provide on-site supervision that will be the primary contact for Denver Water and affected commercial or private property owners. 4. Provide large response (multiple locations) assessment and cleanup capabilities. 5. Provide readily available detailed documented project reports to ensure accountability and liability concerns. 6. Provide prompt, complete, and accurate direct billing. 7. The following municipalities boundaries will comprise the Denver Metropolitan Area for the purpose of this Contract: City and County of Denver, City of Lakewood, City of Greenwood Village, City of Centennial, City of Cherry Hills Village, Jefferson County, Arapahoe County, City of Wheat Ridge, City of Englewood, City of Littleton, City of Edgewater and City of Sheridan. The Board reserves the right to adjust these boundaries if it is in the best interest of the Board. 8. Possess Institute of Inspection Cleaning and Restoration Certification (IICRC) or equivalent certification. Page 18 of 19

SCOPE OF WORK CONTRACTOR RESPONSIBILITIES: The Contractor must have the ability to perform emergency water damage cleanup and shall, provide Denver Water with a list of all field service personnel showing experience and proof of training. The Contractor will provide all cleanup equipment and supplies required; including but not limited to tools, test devices and required personal protective equipment. The Contractor shall provide a list of equipment proposed to perform the cleanup. Employees must carry picture identification while on any Denver Water project. All Denver Water projects will be considered by the Contractor as priority responsibilities. Work other than Denver Water work done by the Contractor shall not interfere with Denver Water work or response to Denver Water needs. The Contractor will respond to Denver Water communications immediately. The person responding must be able to resolve any and all request or questions relative to this contract. At all times, Denver Water desires the highest quality service. Work will be rated as: 1) consistently exceeds expectations; 2) frequently exceeds expectations; 3) meets expectations; or 4) fails to meet expectations. Inspections will be performed by the Contract Representative or his/her designee to ensure guidelines are met. If the Contract Representative believes the quality of work fails to meet Denver Water s expectations, he/she will request such work be redone until it meets quality standards, at Contractor expense. Denver Water will notify the Contractor of any known health and safety issues. The Contractor will be responsible for responding within two hours and will rectify the situation immediately upon arriving at the work site. The Contract Representative will work with the Contractor to determine appropriate standards. Failure to achieve the standards consistently may result in termination of the contract. All applicable government laws and standards must be followed by the Contractor. Mandatory meetings may be held with the Contractor, Denver Water Purchasing and Contract Representative to discuss and resolve contract issues. It is the responsibility of the Contractor to obtain proof of insurance from any Subcontractors. The Contractor shall maintain a permanent record of request for services from Denver Water containing the following information. a. Date and time of request b. Person making request c. Location of job or project number d. Type and quantity of equipment used e. Personnel ID Job Classifications of employees and hours worked Page 19 of 19