Request for Qualifications. Program Management / Owner s Representative RFQ# Responses Due: December 21, 2017

Similar documents
HAYS CALDWELL PUBLIC UTILITY AGENCY 2016 CAPITAL IMPROVEMENTS PLAN

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

NAPA SANITATION DISTRICT Napa, California

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

RFP NAME: AUDITING SERVICES

CASITAS MUNICIPAL WATER DISTRICT REQUEST FOR QUALIFICATIONS (RFQ) FOR ON-CALL ENGINEERING SERVICES FY

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

City of Albany, New York Traffic Engineering

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

REQUEST FOR PROPOSAL. Architectural and Space Planning Services

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

WEST VALLEY SANITATION DISTRICT

Union County. Request for Proposals # Employee Survey Services

Request for Qualifications

West Ridge Park Ballfield Light Pole Structural Assessment

CASCADE WATER ALLIANCE Request for Qualifications (RFQ)

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

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 FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

SIGNATURE REQUIRED REQUEST FOR QUALIFICATIONS. Energy Services Company

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

Request For Qualifications Construction Management at Risk

Request for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

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

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

Request for Proposal. Parks & Recreation Master Plan and Community Needs Assessment Services

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

The City of Moore Moore, Oklahoma

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL ENGINEER

GREENVILLE UTILITIES COMMISSION

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

CASITAS MUNICIPAL WATER DISTRICT REQUEST FOR QUALIFICATIONS (RFQ) ON-CALL TREE INSPECTION SERVICES FOR 2019

BROWNSVILLE PUBLIC UTILITIES BOARD Q015-18

REQUEST FOR QUALIFICATIONS FOR ON-CALL PROJECT MANAGEMENT AND TECHNICAL SUPPORT SERVICES

REQUEST FOR PROPOSALS FOR General Counsel Legal Services

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSALS

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

County of San Benito

REQUEST FOR QUALIFICATIONS

Scofield Ridge Homeowners Association

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

RFQ NO Dated: March 16, 2018 Town of South Palm Beach. Published: Palm Beach Post. Page 1 of 16

REQUEST FOR PROPOSALS

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

REQUEST FOR QUALIFICATIONS (RFQ )

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

DES MOINES METROPOLITAN WASTEWATER RELAMATION AUTHORITY REQUEST FOR PROPOSALS

ORANGE COUNTY EMPLOYEES RETIREMENT SYSTEM MEMORANDUM

COASTAL WATER AUTHORITY 1801 Main Street, Suite 800 Houston, Texas Tel Fax

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR STORMWATER ANALYSIS & DESIGN. March 24 th, 2019 RFQ

REQUEST FOR QUALIFICATIONS Engineering Services for Aerial Sewer Line Construction Project SOUTH GRANVILLE WATER AND SEWER AUTHORITY October 31, 2018

MECKLENBURG COUNTY Land Use & Environmental Services Agency Solid Waste

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

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

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

City of Albany, New York

SOUTH GRANVILLE WATER AND SEWER AUTHORITY, NORTH CAROLINA

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR LAND ACQUISITION CONSULTANT. March 24 th, 2019 RFQ

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

FREDERICK COUNTY SANITATION AUTHORITY

Request for Qualifications- Financial and Analytical Services for Wilbur-Cook Portfolio

Management of Jobing.com Arena

REQUEST FOR QUALIFICATIONS FOR DESIGN SERVICES FOR BRADFORD PARK SOFTBALL COMPLEX PARKING LOT EXPANSION

REQUEST FOR QUALIFICATIONS (RFQ) FOR EVALUATION AND PLANNING CONSULTING SERVICES FOR PUBLIC HEALTH PROGRAMS

REQUEST FOR QUALIFICATIONS (RFQ )

SAN DIEGO CONVENTION CENTER CORPORATION

COUNTY OF COLE JEFFERSON CITY, MISSOURI

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

CITY OF ESCONDIDO REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FOR FISCAL YEARS THROUGH REQUEST FOR PROPOSAL #16-03

Request for Proposals Town of Florence Strategic Plan

RFP # FACILITIES MANAGEMENT SERVICES

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

City of Albany, New York

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01

TARGET MARKET RESPONSES RESTRICTED TO CITY OF CHICAGO OR COOK COUNTY CERTIFIED MBE/WBE FIRMS IN THIS PARTICULAR AREA OF SPECIALTY

Transcription:

Alliance Regional Water Authority Request for Qualifications Program Management / Owner s Representative RFQ 2017-001 Responses Due: December 21, 2017 Contact: Alliance Water Attn: Graham Moore 630 E. Hopkins San Marcos, TX 78666 Phone: (512) 294-3214 gmoore@alliancewater.org

Request for Qualifications Number: 2017-001 Title: Program Management / Owner s Representative Date Issued: November 14, 2017 Deadline for Questions: Deadline for Submitting Responses: December 11, 2017 @ 5:00 PM, CST December 21, 2017 @ 3:00 PM, CST Responses to Be Delivered to: Graham Moore, P.E. Alliance Regional Water Authority c/o Office of the Purchasing Manager Municipal Building 1 st Floor, Human Resources Training Room 630 E. Hopkins San Marcos, TX 78666 Phone: (512) 294-3214 gmoore@alliancewater.org Procurement Contact: Graham Moore, P.E. Alliance Regional Water Authority 630 E. Hopkins San Marcos, TX 78666 Phone: (512) 294-3214 gmoore@alliancewater.org i

TABLE OF CONTENTS 1. ALLIANCE WATER BACKGROUND INFORMATION 1 2. PHASE 1B PROGRAM INFORMATION 2 3. SCOPE OF WORK 3 4. RESPONSE TO THE REQUEST FOR QUALIFICATIONS 4 5. SUBMITTING A RESPONSE 7 6. SELECTION PROCESS AND CRITERIA 8 7. GENERAL PROVISIONS 9 8. CONTRACT PROVISIONS 9 QUALIFICATIONS CERTIFICATION SHEET 11 EXHIBIT 1: EXHIBIT 2: EXHIBIT 3: ALLIANCE WATER S PHASE 1B SYSTEM MAP PHASE 1B PROGRAM ORGANIZATION CHART PRELIMINARY SCHEDULE FOR PHASE 1B RFQ s ii

Alliance Regional Water Authority Request for Qualifications for RFQ 2017-001 The Alliance Regional Water Authority (the Alliance Water ) wishes to engage a qualified firm to provide professional services to assist Alliance Water with the development of its Phase 1B program. For this Request for Qualification (RFQ) the term firm or firms means either a single company or a team of companies that have elected to pursue the RFQ. Alliance Water plans to select firms in accordance with the State Professional Services Procurement Act (Government Code, Chapter 2254). 1. Alliance Water Background Information 1.1 Nature of Alliance Water. Alliance Water is a conservation and reclamation district created by the 85 th Texas Legislature in SB 1198 which converted the Hays Caldwell Public Utility Agency to Alliance Water. Alliance Water is a political subdivision of the State of Texas. Alliance Water has four Sponsors: the City of Kyle ( Kyle ), the City of Buda ( Buda ), the City of San Marcos ( San Marcos ), and the Canyon Regional Water Authority ( CRWA ). These sponsoring entities are referred to individually as a Sponsor and collectively as the Sponsors. Alliance Water is a separate public entity from the Sponsors. Alliance Water was formed to jointly pursue a water supply project in the Carrizo and Wilcox aquifers in an area near the intersection of Bastrop, Caldwell, Fayette and Gonzales counties 1.2 Purposes/Authority of Alliance Water. Alliance Water was created to A) achieve economies of scale in providing essential water and wastewater services to the public, B) promote the orderly economic development of the State, and C) provide environmentally sound protection of the State s future water and wastewater needs. 1.3 Alliance Water Governance. Alliance Water is governed by a 13-member Board of Directors (the Authority Board ). Each of the Sponsors appoints one or more Directors, with the number of appointments based on the Sponsors respective water supply needs as identified to Alliance Water. The Authority Board has appointed a six-member Executive Committee (the Executive Committee ) to provide guidance in the routine operations of Alliance Water. 1.4 Executive Director. Alliance Water s Executive Director, Graham Moore, will serve as the primary point of contact for this RFQ. 1.5 Alliance Water - Water Leases/Permits. Alliance Water has leased groundwater rights on over 17,300 acres of land in Caldwell and Gonzales counties. Alliance Water currently has production and transport permits from the Gonzales County Underground Water Conservation District for 10,300 acre-feet per year and 4,700 acre-feet per year from the Plum Creek Conservation District, for a total permitted water supply of 15,000 acre-feet per year. Some, but not all, of the 17,300 acres of leases are pooled under these permits. 1

2. Phase 1B Program Information 2.1 Overview of Phase 1B Program. Alliance Water intends to design and construct its Phase 1B infrastructure that will produce, treat and delivery Carrizo water from eastern Caldwell County to the Authority s following Sponsors: City of San Marcos City of Kyle City of Buda (delivery ties into Phase 1A system currently in final design) County Line SUD (CRWA Member) Crystal Clear SUD (CRWA Member) Green Valley SUD (CRWA Member) Ultimately Alliance Water s Carrizo project is anticipated to yield 35,690 acre-feet per year of water to the Sponsors. The Phase 1B project is anticipated to initially produce, treat and deliver approximately 5,500 acre-feet per year, growing to 15,000 acre-feet per year through the future addition of Carrizo wells and water treatment trains. The attached Exhibit 1 map indicates the approximate locations of the key major infrastructure components. The raw water pipeline and treated water pipeline from the water treatment plant to Booster Pump Station 1 near Maxwell, Texas will be sized for 15,000 acre-feet per year with a 1.5 times peaking factor. These pipelines are anticipated to be paralleled in the future with a secondary pipeline to deliver the full 35,690 acre-feet per year. The pipelines from Booster Pump Station 1 to the Sponsors Delivery Points will be sized for their share of the ultimate project (35,690 acre-feet per year) with a 1.5 times peaking factor, so that secondary pipelines are not needed through these more urban areas in the future. The Water Treatment Plant and Booster Pump Station 1 will be sized for initial flows with key components (tanks, piping, buildings, etc.) sized for the future flows to make expansion easier. The well field will continue to be expanded through time as demand grows through the addition of new groundwater wells to increase the available yield in accordance with Alliance Water s permits. Alliance Water s scheduled calls for treated Carrizo water to be delivered to all of the Sponsors in the year 2023. 2.2 List of Anticipated Project Elements/Components The Phase 1B Infrastructure is expected to include the following elements/components: Four (4) Carrizo groundwater wells 20,000 linear feet of 16-42 raw water pipelines with isolation valves Water treatment plant with the following major units: o Lime Slaker o Raw Water Tank o Gravity Sand Filter units o Backwash Pumps o Polymer Injector o Plate Separator 2

o Chlorination facilities including analyzers, tanks & injectors o Clearwell o High Service Pump Station with Vertical Turbine Pumps o Enclosed building for filtration & electrical with space for admin and meetings o Electrical system o SCADA controls o Detention pond, heavy duty pavement, fencing, site security, lighting and screening. Approximately 95 miles of 12-36 pipeline with isolation valves Trenchless pipeline installation under any Waters of the U.S. and at significant roadway crossings Metering stations at all points of delivery with chlorine analyzers 20-foot wide permanent water line easement and 30-foot wide temporary easement where single lines are planned for the duration of the project and 35-foot wide permanent and 30- foot wide temporary for locations where two pipelines are ultimately anticipated Pump station site complete with the following: o Vertical turbine pumps o Ground storage tank(s) o Electrical system o Controls and SCADA o Chlorination facilities including analyzers, tanks & injectors o Electrical and chemical building o Metering station for storage tank inflow o Detention pond, heavy duty pavement, fencing, site security, lighting and screening. 2.3 Texas Water Development Board (TWDB) Funding. Alliance Water has received a funding commitment from the TWDB for up to $213.4 million from the State Water Implementation Fund for the Phase 1B Program. Alliance Water is set to close on the first $31.9 million of this funding in late 2017, with the anticipation of closing on the remaining funding over the next four years. As a result of the funding, the Phase 1B program will be required to receive approvals from the TWDB for environmental studies and engineering design for all projects in accordance with their guidelines. 2.4 Phase 1B Execution Structure. The Authority Board has approved an execution structure for the Phase 1B program as outlined in Exhibit 2. Alliance Water s intent is to procure consultants for the services noted in Exhibit 2 through the issuance of multiple requests for qualifications. Exhibit 3 provides the anticipated schedule for the release of the various RFQs and the selection of the consultants. 3. Scope of Work Alliance Water intends to contract with a Proponent to provide the broad scope of services necessary in order for the Phase 1B program described in Section 2 to be successfully completed. While Alliance Water will contract directly with the various consultants required to complete the projects, the selected Program Manager / Owner s Representative will provide overall management of projects through all stages of development, beginning with the feasibility stage through completion of construction of the projects. 3

3.1 Services Required. Below is a list of the likely required services as part of an agreement on this RFQ: Project Controls Budgeting & Communication Schedule Management Quality Assurance of all Phase 1B Deliverables Texas Water Development Board Coordination Reporting to Alliance Water, its Sponsors and Other Interested Parties Data Management Development of Critical Design Standards Specifications and Details Cathodic Protection Standards Electrical Power Planning Telemetry and I&C Standards System-wide Hydraulic Modeling Permitting Coordination/Tracking for the following: TCEQ, municipalities, counties, etc. Construction Bidding & Contracting Documents Startup & Commissioning Planning 3.2 Schedule for Services. The maximum term of this agreement is anticipated to be six (6) years, or through the completion of the Phase 1B Program. The agreement may be extended upon agreement of both parties. 4. Response to the Request for Qualifications Each Proponent should submit a detailed response to this RFQ and the detailed response shall be referenced to the specific sections of this document. The response should include sufficient information to enable Alliance Water to fully evaluate the capabilities of the Proponent and its approach to providing the specified services. 4.1 Experience of the Proponent. Each Proponent should include the following information demonstrating their experience: a. Brief history and general description of the prime firm, including any specific regional history. Include the firm s full name, the type of business organization your firm uses, the address of your firm s principal office, and the address of your firm office that will be responsible for this matter. b. A listing of relevant projects and/or services provided to other clients during the last ten (10) years similar to the anticipated scope of work listed in Section 3.1. The description should be in enough detail for reviewers to understand the scope, complexity, duration and specific work provided by the Proponent. The Proponent should identify if any of their key staff for this RFQ were involved in the relevant projects, and if so, their role(s). The Proponent should also include contact information (position, phone number and e-mail) for the client responsible for the relevant project(s). c. The Proponent should identify and describe its experience in projects funded through the Texas Water Development Board (TWDB). Specifically the Proponent should demonstrate its experience in gaining project approvals from the TWDB for engineering reports, 4

environmental determinations and release of project funds. The Proponent should identify if any of their key staff for this RFQ were involved in the relevant projects, and if so, their role(s). d. The Proponent should describe its experience providing management and coordination services as is typically required to develop projects similar to Alliance Water s Phase 1B Program. The description should specifically address the Proponent s record in delivering completed projects on time and on budget. Project information previously furnished in response to this Section should be summarized or incorporated by reference, rather than repeated in whole. 4.2 Approach to Services. Each Proponent should include the following information demonstrating their approach to providing the anticipated services: a. The Proponent should present its proposed approach for providing the desired services in accordance with Alliance Water s schedule and budgeting requirements. The efficient use of manpower and materials should be considered. The Proponent should demonstrate the firm s approach to ensure that the Phase 1B Program is completed with complete, accurate and quality products and services. The Proponent should describe its approach to providing the services listed in Section 2 Services Required including who will be providing the services. b. The Proponent should discuss in detail the manner in which proper coordination and information exchange will be guaranteed among the Proponent, Alliance Water, Alliance Water s Sponsors, the firms that will provide the services indicated in Exhibit 2, the TWDB, and other governmental entities. c. The Proponent should include any alternative innovative approaches to the project, if applicable. 4.3 Staffing. Each Proponent should include the following information demonstrating the Proponent has the appropriate staffing experience and depth to provide the anticipated services: a. The Proponent should present a team of staff and/or subconsultants which clearly illustrates the key elements of the organization structure proposed to accomplish the managerial, technical and administrative services required. Include the following in the discussion of the project team: Provide an organizational chart of the firm and the personnel who will be assigned to this program. Staffing capabilities of the firm, including a breakdown of locally and regionally available staff. Staffing availability for the services. Staff should be available on short notice to provide support to Alliance Water. Identification of key personnel. List individuals proposed by required service to be used on each service, including their professional qualifications Resumes of all individuals identified in the response should be included in Appendix A and limited to one page per person, except for key personnel, which should be limited to two pages each. 5

Positions that are filled by subconsultants, part-time employees or retainer contracts should be identified. The Proponent should provide a statement showing the availability of the key personnel on the project, including current assignment(s), location(s), expected completion of work, current percent billable on the assignment(s), and any other expected obligations. b. Alliance Water considers the positions listed below to be the key personnel for this RFQ. The same person may fill multiple positions, provided the Proponent demonstrates the capacity to perform the work on time and on budget: Program Manager TWDB Manager Property Acquisition Manager Environmental Manager Engineering Design Manager c. Other data demonstrating the ability and experience of the Proponent in providing the specified services may be included in the response, provided all page limitations on the response are met. 4.4 HUB Participation. Alliance Water has a participation goal for Historically Underutilized Businesses (HUB) of 23.7% for the Phase 1B Program as a whole. The Proponent does not have to be a HUB or meet the HUB goal through subconsultants in order to be considered, but a Proponent s score for HUB participation in Section 6 will be based on the extent to which the Proponent s services will involve HUBs. Should a HUB Compliance Plan not be submitted with a response, the response may be removed from consideration. 4.5 Format of Response a. Responses are limited to a maximum of 24 pages per qualifications statement. A single side equals a single page. Appendices, such as resumes, do not count toward the page limit. Alliance Water reserves the right to include all or any part of the qualifications statement in the final agreement. b. Responses should be clear, concise and complete. They should be submitted using 8 ½ x 11 portrait format. The minimum font size used shall be 11 point. Illustrations, if required, may be submitted on 11 x 17 sheets. 11 x 17 sized pages will count as two pages toward the maximum page limit. Responses must be securely bound by any means except by 3-ring binders and paper/binder clips. c. Each of the 6 sections listed below should include tabbed dividers labeled 1, 2, 3, etc. The tabbed dividers do not count toward the overall page count. The statement of qualifications should be organized in the same sequence as noted in the table below in order to expedite the evaluation: 1. Cover Letter. Provide a cover letter summarizing the qualifications of your firm. The letter shall be signed by an authorized representative of the firm. 2. Experience of the Proponent. Address the requirements included in Section 4.1. 6

3. Approach to Services. Address the requirements included in Section 4.2. 4. Staffing. Address the requirements included in Section 4.3. 5. Appendix A Resumes of Team. Include resumes of designated team members as noted in Section 4.3. 6. Appendix B HUB Compliance Plan. Proponents must include a HUB compliance plan. The compliance plan at a minimum should include: a. Whether the Proponent is a HUB. b. A list of subconsultant opportunities, and for each proposed subconsultant, the name and address of the subconsultant, whether the subconsultant is HUBcertified, and the percent level of participation anticipated on this Project for the subconsultant. c. The Proponent must include State of Texas, City of Austin or South Central Texas Regional Certification Agency certifications for all HUB firms/subconsultants included on the team. 5. Submitting a Response 5.1 RFQ Schedule. The schedule for this RFQ is as follows: Date November 14, 2017 December 11, 2017, 5:00 pm December 21, 2017, 3:00 pm January 2018 February 2018 Event RFQ Issued Deadline for written inquiries Responses due Interviews of short-listed firms Authority Board awards the agreement 5.2 Delivery Instructions. All responses must be submitted in a sealed package. No other form of submission will be accepted (i.e., E-mail, Facsimile, etc.). Response packages must be identified on the outside as follows: Response to Alliance Water RFQ No. 2017-001: Program Management / Owner s Representative From: Name of Proponent Street Address City, State, Zip Code Each proponent must deliver one original response (including an original signed certification) and five (5) copies so that they are received by 3:00 p.m. on December 21, 2017. The 7

submission must include one digital copy either on DVD or thumb drive in a searchable Adobe Acrobat (PDF) format. Delivery will be to: Graham Moore, P.E. Alliance Regional Water Authority c/o Office of the Purchasing Manager Municipal Building 1 st Floor, Human Resources Training Room 630 E. Hopkins San Marcos, TX 78666 5.3 Inquiries. Inquiries regarding this RFQ must be in written form only, and must be received by 5:00 p.m. on December 11, 2017. Inquiries must be delivered via email or placed through CivCast. Inquiries must include your firm name, your name, address, and phone number, and your or email address. If Alliance Water responds to an inquiry, Alliance Water will provide the inquiry and the response to all prospective proponents. Inquiries should be submitted to or through the www.civcastusa.com website: Graham Moore Alliance Regional Water Authority Phone: (512) 294-3214 gmoore@alliancewater.org 6. Selection Process and Criteria 6.1 Evaluation/Negotiation Process. Alliance Water intends to form a Selection Committee to review all responses which are timely submitted, and rank them according to the criteria below. The Selection Committee is anticipated to make a short-list of the proponents and schedule an interview with the short-listed firms, after which Alliance Water will select a firm and enter into contract negotiations. In the event the negotiations with the selected firm are not successful, then Alliance Water may enter into negotiations with the next highest ranked firm. The process will continue in this sequence until an agreement is finalized or all responses are rejected. If negotiations on an agreement are successful, the Executive Director will make a recommendation to the Authority Board for award of the agreement, and the Authority Board will make a decision on award of the agreement. 6.2 Evaluation Criteria. The Selection Committee will evaluate responses based on the following criteria: a. Experience 20 points b. Approach to Services 35 points c. Staffing 40 points d. HUB Participation 5 points TOTAL 100 points 8

7. General Provisions 7.1 Collusion. By submitting a response, you certify that you have not colluded with any other proponent or potential proponent in preparing your qualifications, nor have you knowingly disclosed any portion of your response to any other proponent prior to submission to Alliance Water. 7.2 Addenda. Any changes resulting from the questions submitted affecting the scope of work, or which may require an extension to the RFQ due date will be submitted to proponents in the form of an addendum to this solicitation. Addenda can only be viewed at www.civcastusa.com. It is the Proponent s responsibility to check the above site to determine if Alliance Water has issued any addenda. 7.3 Lobbying Prohibited. Potential proponents are prohibited from directly or indirectly communicating with Authority Board members regarding their qualifications or the award of an agreement. Potential proponents are prohibited from contacting Alliance Water officials or staff members regarding their qualifications or the award of an agreement, unless in response to an inquiry from a staff member or official. Any violation will result in immediate disqualification of a proponent from the selection process. 7.4 Disclaimers. Alliance Water reserves the right to reject any and all responses, or portions of responses. Alliance Water makes no commitment to any Proponent beyond consideration of responses. Alliance Water will not reimburse any proponent for costs incurred in connection with this RFQ. 8. Contract Provisions Below are standard contract provisions that Alliance Water anticipates including in a contract with the selected Proponent. 8.1 Insurance and Indemnification. A. The Consultant will hold harmless, indemnify and defend Alliance Water and its employees, agents, officers and servants from any and all lawsuits, claims, demands and causes of action of any kind arising from the negligent or intentional acts, errors or omissions of the Consultant, its officers, employees or agents under this Agreement. This will include, but not be limited to, the amounts of judgments, penalties, interest, court costs, reasonable legal fees, and all other expenses incurred by Alliance Water arising in favor of any party, including the amounts of any damages or awards resulting from claims, demands and causes of action for breach of fiduciary duty or malfeasance, or personal injuries, death or damages to property. B. The Consultant will procure and maintain at its expense insurance with insurance companies authorized to do business in the State of Texas, covering all operations under this Agreement, whether performed by the Consultant or its agents, subconsultants or employees. Before commencing the work the Consultant will furnish to Alliance Water a certificate or certificates in a form satisfactory to Alliance Water, showing that the Consultant has complied with this paragraph. All certificates will provide that the policy will not be canceled until at least 30 days written notice has been given to Alliance Water, and will name Alliance Water as an additional insured on all 9

coverages except workers compensation and professional liability. The kinds and amounts of insurance required are as follows: Workers Compensation Insurance: In accordance with the provisions of the Workers Compensation Act of the State of Texas. Liability Insurance: (1) Commercial general liability insurance with a combined single limit of $500,000 for each occurrence, (2) Motor vehicle liability insurance in an amount not less than $250,000 for injuries to any one person, not less than $500,000 for all injuries in a single accident, and not less than $250,000 for property damage, and (3) Professional liability insurance in an amount not less than $1,000,000. C. The stated limits of insurance required by this Paragraph are minimum only--they do not limit the Consultant s indemnity obligation, and it will be the Consultant s responsibility to determine what limits are adequate. These limits may be met by basic policy limits or any combination of basic limits and umbrella limits. Alliance Water s acceptance of certificates of insurance that do not comply with these requirements in any respect does not release the Consultant from compliance with these requirements. 8.2 Consultant Prohibited from Other Phase 1B Work. The Consultant agrees and acknowledges that it is not eligible to provide any services on Alliance Water s Phase 1B Program other than in its role as the Program Manager / Owner s Representative. 8.3 Subconsultant Services. The selection and services assigned to subconsultants must be approved in advance by Alliance Water. The subconsultants must be qualified to perform all work assigned to them. Responsibility for subcontracted, assigned, or transferred work remains with the Consultant. A subconsultant will be prohibited from providing other services in other portions of the Phase 1B Program if Alliance Water determines that this would pose a conflict of interest with the subconsultant s role. 8.4 Ownership of Documents. All documents prepared by the Consultant in connection with this Agreement will become the property of Alliance Water whether or not any project related to this Agreement is executed. Alliance Water agrees such documents are not intended or represented to be suitable for reuse for another project by Alliance Water or others. Any such reuse by Alliance Water or anyone who obtains the documents from Alliance Water without written verification or adaptation by the Consultant will be without liability or legal exposure to the Consultant. 10

Qualifications Certification Sheet Proponent Firm Name: Proponent Contact Person: Mailing Address: Telephone: FAX: E-Mail Address: Certifications: 1. The signing individual certifies that he/she is authorized to execute contracts on behalf of the proponent. 2. The signing individual certifies on behalf of the proponent that he/she has read and understands all of the information in this Request for Qualifications. 3. The signing individual certifies on behalf of the proponent that all information submitted in this response is true and correct. 4. The signing individual certifies on behalf of the proponent that the HUB participation goal for this project will be met or that the proponent has made a good faith effort to meet the goal as shown in Appendix B. 5. The signing individual certifies that the proponent firm will enter into an agreement with Alliance Water which includes Alliance Water s contract provisions as indicated in Section 8 of this RFQ, except as alternative language for specific provisions as stated in this response. 6. By signing below and submitting a response, the signing individual on behalf of the proponent irrevocably: grants Alliance Water the right to investigate all references identified in this response; authorizes all references identified in this response, and their officers, employees and agents to furnish any and all information known to them about the quality of services provided by the proponent firm; and releases and waives any claims the proponent or individual members of the proponent s firm may have against Alliance Water, its officers, employees or agents, and against all references identified in this response, and their officers, employees and agents, related to information furnished in the course of reference checks Proponent Firm Name: By: Signature Date Printed Name, Title 11

EXHIBIT A - ALLIANCE WATER'S PHASE 1B SYSTEM MAP Buda Legend Bastrop Travis Mustang Ridge Mountain City Woodcreek Kyle Delivery Point Wimberley Admin/Operations Building! ( Booster Pump Station Delivery Point Kyle Niederwald Hays San Marcos Delivery Point 2! ( Creedmoor Uhland Bastrop County Line SUD Delivery Point ' WTP, Well Civil/Elec/Mech, HSPS Raw Water San Marcos San Marcos Delivery Point 1! (! ( Counties Luling Guadalupe Santa Clara Cibolo Cities Crystal Clear SUD Delivery Point 2 Schertz Bexar Crystal Clear SUD Delivery Point 1 New Braunfels Roadways ' Booster Pump Station 1 Staples Cibolo Well Development Comal Green Valley SUD Delivery Point 1 Lockhart Caldwell Martindale Pipeline Water Treatment Plant Seguin 0 Overall Exhibit PROJECT: Marion 32,000 Feet TITLE: Gonzales 8,000 16,000 Alliance Regional Water Authority DATE: Green Valley SUD Delivery Point 2 Gonzales New Berlin 9/27/2017

EXHIBIT 2 - PHASE 1B PROGRAM ORGANIZATION CHART Executive Director Legal Public Relations Financial Program Manager / Owner s Rep Procurement 14 Professional Services Contract Selections to be made Initially Property Acquisition Environmental Design Services Inspection Construction Management Legal Land Agent / Appraisal Team Survey Endangered Species Cultural Resources USACE Permitting Phase 1 Site Assessments Admin Building Hydrogeology / Well Drilling Well Pumps / Raw Water Treatment Booster Pump Station / Delivery Points Treated Pipelines (5 Contracts) Start-Up & Commissioning Record Data / GIS Significant Task Currently Contracted RFQ Selection (Various Services) RFQ Selection (Design Contract) Team Member (no direct contract)

Exhibit 3 Preliminary Schedule for Phase 1B RFQ s Service Requested RFQ Release Date Consultant Selection Date Program Management / 11/14/2017 1/24/2018 Owner s Representative Treated Pipeline Design 12/4/2017 2/16/2018 (5 consultants) Environmental Services 12/4/2017 2/16/2018 Property Acquisition Legal 1/3/2018 3/16/2018 Property Acquisition Survey 1/3/2018 3/16/2018 Land Acquisition & Appraisals 1/3/2018 3/16/2018 Admin Bldg / Operations 2/5/2018 4/20/2018 Facility Design Raw Water Design 4/2/2018 6/15/2018 Water Treatment Plant Design 4/2/2018 6/15/2018 Booster Pump Station & 1/7/2019 3/22/2019 Delivery Point Design Construction Management TBD TBD Dates are estimates and are subject to change