Loading...
HomeMy WebLinkAboutResolution 41-25 RFP Design Services for the Big HornRequest for Proposals Big Horn Parking Structure Design Big Horn Parking Lot (SW corner Big Horn Dr / Cleave St) Estes Park, CO 80517 Tuesday, June 11, 2024 Derek Pastor Project Manager Town of Estes Park 170 MacGregor Ave Estes Park, CO 80517 E-mail: dpastor@estes.org Proposals due by 2:00 PM MDT Tuesday, July 9, 2024 ATTACHMENT 4 2 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design TABLE OF CONTENTS I. INTRODUCTION ....................................................................................................... 4 Project Summary ....................................................................................................... 4 Project Funding……………………………………………………………………………..5 Proposal Schedule .................................................................................................... 5 Proposal Documents ................................................................................................. 6 Mandatory Pre-Proposal Meeting & Written Questions ............................................. 7 Proposer Communication & Requests ...................................................................... 7 Addenda to RFP ........................................................................................................ 8 II. PROJECT OVERVIEW ............................................................................................ 8 Project Description………………………………………………………………………….8 Scope of Services ..................................................................................................... 9 Professional Services, Time & Fees…………………………………………………….17 Method of Payment……………………………………………………………………….17 Use of Subconsultants……………………………………………………………………17 Award of Contract…………………………………………………………………………18 Material Ownership………………………………………………………………………..18 Term of Contract…………………………………………………………………………..18 III. INSTRUCTIONS TO PROPOSERS ....................................................................... 18 Organization of Proposal…………………………………………………………………18 Proposal Submission ............................................................................................... 19 Proprietary Information……………………………………………………………………20 Rejection of Proposal……………………………………………………………………..20 Use of Subconsultants……………………………………………………………………20 Disadvantaged Business Enterprise (DBE)…………………………………………….21 Award of Contract…………………………………………………………………………21 Insurance Requirements………………………………………………………………….21 Proposal Review, Evaluation & Selection Process .................................................. 21 Selection Criteria ..................................................................................................... 22 General Requirements ............................................................................................ 23 Site Parameters……………………………………………………………………………23 Deliverables…………………………………………………………………………..……23 Town Representatives……………………………………………………………………23 Project Schedule…………………………………………………………………………..23 Supplemental Consultant Guidelines……………………………………………………24 Protest Procedures .................................................................................................. 25 3 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design IV. EXHIBITS ............................................................................................................... 27 Exhibit 1 | Town of Estes Park Acceptance of Conditions Statement Exhibit 2 | Consultant’s Personnel and Subconsultant Listing Exhibit 3 | Town of Estes Park Reference Authorization and Release Form Exhibit 4 | Town of Estes Park Professional Services Agreement (sample) Exhibit 5 | Maps, Diagrams, Site Plan 4 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design I N TRODUCTION PROJECT SUMMARY The Town of Estes Park (TOEP) seeks proposals from qualified consultants and/or consulting teams with expertise in architecture, civil engineering, surveying, structural and geotechnical engineering and mechanical, electrical engineering, transportation/ traffic engineering. These disciplines are primary though not all-inclusive of the expertise necessary to design, prepare bid documents, and provide construction management assistance for a new, multi-level parking structure (ground level, plus two (2) additional parking levels) located on a Town-owned parcel currently used for surface parking and located at SW corner Big Horn Dr / Cleave St in Estes Park, Colorado 80517. Each level is expected to contain approximately 14,000 sf and 45 new parking spaces. The successful consultant or consultant team will have demonstrated expertise in parking structures and all consulting disciplines necessary to complete the project in conformance with TOEP development criteria and requirements. For alternate/additional consideration, the Town has a forward-thinking vision for a potential fourth level in the future. This uppermost level would be used for Employee Workforce Housing opportunities. As an alternative/additional request, the TOEP is seeking a proposal to design this structure so that the superstructure, infrastructure, utilities accessibility, etc. will be able to support a planned housing development as an upper deck in the future, including a single elevator and stairway from the ground-floor to uppermost floor. Designing the housing development itself is not part of this request. Proposers are to keep this alternative in mind and include a separate proposal for this request. The successful consultant shall enter into a contract with the TOEP for complete professional services including, but not limited to, the following: 1. Community-Informed Design & Programming 2. Schematic Design Development 3. Final Design / Construction Documents 4. Bidding Documents Preparation 5. Construction Management Assistance More details will be provided in the Scope of Work section. A central goal of this project is to mitigate the loss of on -street parking associated with the Cleave Street Improvement Project, which is currently underway and being led by TOEP Engineering with the assistance of the consulting firm, Kimley-Horn and Associates. The selected consultant must work in partnership with TOEP Public Works to engage surrounding business and property owners, employees, residents, and other local stakeholders to ensure that the project’s footprint yields the maximum number of parking spaces and incorporates desired design and functional elements, while also aligning with the character of downtown Estes Park. 5 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design PROJECT FUNDING This project will be funded by TOEP’s Parking Services Fund with no Federal or State of Colorado participation. PROPOSAL SCHEDULE The following is the solicitation schedule for Proposers: Request for Proposals (RFP) Advertisement Tuesday, June 11, 2024 Pre-Proposal Meeting – Mandatory, In-Person (3:30 PM MDT) Tuesday, June 18, 2024 Deadline for Questions (5:00 PM MDT) Tuesday, June 25, 2024 Final Addenda Issued Friday, June 28, 2024 Proposals Due (2:00 PM MDT) Tuesday, July 9, 2024 Proposal Evaluation and Fee Negotiation Conducted Friday, July 12, 2024 Final Selection Announced Monday, July 22, 2024 Contract Execution Monday, August 12, 2024 Town Board Approval (tentative) Tuesday, August 13, 2024 Consultant Notice to Proceed (Anticipated) Wednesday, August 14, 2024 Pre-Planning Programmatic Design Meeting (Meeting #1)* Wednesday, August 21, 2024 Conceptual Designs (Phase 1) Wednesday, October 16, 2024 Transportation Advisory Board Presentation (Meeting #2)* Wednesday, October 16, 2024 Public Presentation/Comment (Meeting #3)* Wednesday, October 16, 2024 TOEP Review and comments returned Monday, October 21, 2024 30% Design Complete (Phase 2) Wednesday, November 20, 2024 Transportation Advisory Board Presentation (Meeting #4)* Wednesday, November 20, 2024 Public Presentation/Comment (Meeting #5)* Wednesday, November 20, 2024 TOEP Review and comments returned Monday, November 25, 2024 60% Design Complete (Phase 3) Wednesday, December 18, 2024 Transportation Advisory Board Presentation (Meeting #6)* Wednesday, December 18, 2024 Public Presentation/Comment (Meeting #7)* Wednesday, December 18, 2024 Town Board Presentation (Meeting #8)* (7:00PM) Tuesday, January 7, 2025 TOEP Review and comments returned Friday, January 10, 2025 90% Design Complete (Phase 4) Wednesday, February 19, 2025 Planning Commission Review (Meeting #9)* (10:00am) Wednesday, February 19, 2025 6 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design Transportation Advisory Board Presentation (Meeting #10)* Wednesday, February 19, 2025 Public Presentation (Meeting #11)* Wednesday, February 19, 2025 TOEP Review and comments returned Monday, February 24, 2025 Final Construction Bid Packet & Specifications Complete (Phase 5) Monday, March 10, 2025 100% Plans Complete (Phase 6) TBD based on GC Selection * Meetings subject to change based on Consultants feedback and input Transportation Advisory Board Meetings - 12:00pm-2:00pm MDT Public Presentation/Comment - 4:00pm - 6:00pm MDT PROPOSAL DOCUMENTS Request for Proposals document can be obtained through Rocky Mountain Purchasing (BidNet) www.rockymountainbidsystem.com or found on the Town’s Website (https://estespark.colorado.gov/rfp). The Town of Estes Park, Colorado will receive sealed Proposals for Big Horn Parking Structure Project until Tuesday, July 9, 2024. Bids may be submitted via one of the following methods: 1. ‘BidNet’: Response to the solicitation on Rocky Mountain E -Purchasing System (www.rockymountainbidsystem.com); or 2. Email to Derek Pastor, Project Manager (dpastor@estes.org); or 3. Hand delivery (accompanied by a USB drive) to the following address: Town of Estes Park Town Hall ATTN: Derek Pastor, Project Manager 170 MacGregor Ave Estes Park, CO 8017 Late Proposals will not be accepted or considered. The Bidding Documents are available on www.rockymountainbidsystem.com as well as on the Town’s website at www.estes.org/rfp. Interested bidders are responsible for verifying receipt of all applicable documentation, including any associated addenda. The TOEP cannot guarantee accurate information obtained from sources other than BidNet. 7 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design MANDATORY PRE-PROPOSAL MEETING & WRITTEN QUESTIONS A mandatory pre-proposal meeting will be held in-person, on-site at 3:30 PM MDT on Tuesday, June 18, 2024 Big Horn Parking Lot SW corner Big Horn Dr / Cleave St Estes Park, CO 80517 This will allow all interested parties the opportunity to see all existing interior and exterior conditions, ask any clarifying questions regarding the proposed scope of work, and gain a better comprehensive understanding of the desired outcome of this project. All comments, questions/answers and clarifications during this pre-proposal meeting will be summarized and distributed (via BidNet and the Town website) in the form of an addendum. Prospective offerors may also submit any additional written inquiries concerning the requirements of this solicitation to Derek Pastor via BidNet or e -mail (dpastor@estes.org) by 5:00 p.m. MDT on Tuesday, June 25, 2024. Offerors are reminded that any changes to the RFP will be by written addenda only and nothing stated verbally shall change or qualify in any way any of the provisions in the RFP and shall not be binding on the TOEP. PROPOSER COMMUNICATION & REQUESTS All correspondence, communication and/or contact in regard to any aspect of this RFP shall be with the TOEP representative identified below. Town of Estes Park Derek Pastor, Town Project Manager 170 MacGregor Avenue, Room 100 Estes Park, CO 80517 Phone: 970-577-3957 Email: dpastor@estes.org Prospective Consultants and their representatives shall not make any contact or communicate with any members of the TOEP, other than Derek Pastor, Town Project Manager, regarding any aspect of this RFP. At any time during this procurement, up to the time specified in “Proposal Schedule,” prospective Consultants may submit a request for a clarification or interpretation of any aspect or requirement of the RFP. All questions and subsequent answers will be included in addendum documentation. If it should appear to a prospective Consultant that the scope under the contract, or any of the matters relating thereto, is not sufficiently described or explained in the RFP or contract documents, or that any conflict or discrepancy exists between different parts thereof or with any Federal, State, or local law, ordinance, rule, regulation, or other 8 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design standard or requirement, then the offeror shall submit a written request for clarification to the TOEP within the time period specified above. ADDENDA TO RFP The TOEP reserves the right to amend the RFP at any time. Any amendments to or interpretations of the RFP shall be described in written addenda. The TOEP shall post addenda for prospective Consultants to access through BidNet and on the Town’s website. It is the responsibility of prospective Consultants to access all addenda. All addenda issued shall become part of the RFP. If the TOEP determines that the addenda may require significant changes in the preparation of proposals, the deadline for submitting the proposals may be postponed by the number of days that the TOEP determines will allow offerors sufficient time to revise their proposals. Any new due date shall be included in the addenda. II. PROJECT OVERVIEW PROJECT DESCRIPTION Adopted in 2018, the Estes Park Downtown Plan identified Cleave Street as a prime location for redevelopment. Cleave Street is located in the heart of historic downtown and parallels Elkhorn Avenue. It is a mixed-use area that includes front and back business entrances, on-street parking, and access to several residences including affordable housing units. In January 2020, TOEP Public Works began public outreach and design of what was intended to be interim public improvements along Cleave Street. With the onset of the pandemic and a challenging budget cycle in 2021, the project took a back seat to more pressing Town needs. In 2022, the project was reinitiated as several private properties began redevelopment along Cleave Street. The project, now known as the Cleave Street Improvement Project, was expanded into a more time-intensive, permanent improvement project requiring a higher level of design, coordination and increased costs. As such, TOEP Public Works conducted community outreach through an online survey and public meeting, seeking feedback on four alternative design concepts for Cleave Street in the fall 2022. Public input showed a variety of preferences that were then used to determine a preferred design alternative for a shared street that met many of the community’s desires while also remaining true to the future vision for Cleave Street established in the Downtown Plan. With limited right-of-way width, it was not possible to maintain on-street parking and still honor the vision of the Downtown Plan to accommodate multimodal amenities in this corridor. During the outreach process, the Town committed to working with local stakeholders to identify short- and long-term strategies to mitigate the loss of on-street 9 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design parking spaces anticipated with the preferred design concept. Marked parking spaces on Cleave Street previously allowed room for approximately 30 vehicles, however field checks have shown up to 40 vehicles on busy days. During the 2022-2023 winter season, TOEP formed the Parking Revenue Task Force to develop a recommendation to the Town Board on how paid parking revenues should be spent. The Task Force consisted of Town staff, Estes Chamber, Estes Valley Library, Transportation Advisory Board, and members of the downtown business community. During a three-month process, the group decided that 40% would go toward adding future downtown parking supply, specifically near the Cleave Street Improvement Project. In mid-February 2023, the Town Board approved the Task Force recommendations and set aside the funds for design of the Big Horn Parking Structure (BHPS). In May of 2024, the Town Board directed Public Works staff to expand the scope of the proposed parking structure as described herein. SCOPE OF SERVICES The purpose of this section is to provide qualified Consultants with the needed information to enable them to prepare and submit a proposal for design and construction management assistance of the Big Horn Parking Structure. The BHPS will consist of a new multi-level parking structure located on a Town-owned parcel currently used for surface parking and located at the SW corner Big Horn Dr / Cleave St in Estes Park, Colorado 80517. With this project, the TOEP seeks to maximize the parking for single passenger vehicles on the site by reconfiguring the existing 42- space surface parking area and creating three (3) levels of structured parking (ground level, plus two (2) additional parking levels). In order to maximize available parking spaces, the Town envisions that each level of parking will be independent of each other and accessed separately from different points of the adjacent roadways, taking advantage of existing topography and thus eliminating the need for internal ramp structures. Ground level access will be from Cleave Street; Level Two access will be from a point on the east side of Big Horn Drive; and the Level Three access will be from a point on the north side of Big Horn Drive (See Exhibit 5 – Maps, Diagrams, Site Plans for a conceptual idea). As an alternative/additional request, the TOEP is seeking a proposal to design this structure so that the superstructure, infrastructure, utilities accessibility, etc. will be able to support a planned housing development as an upper deck (fourth level) in the future, including a single elevator and stairway from the ground-floor to uppermost floor. Differing and non-traditional design options will be considered. Designing the housing development itself is not part of this request. Proposers are to keep this alternative in mind and include a separate fee and additive scope of work for this request. TOEP seeks proposals from Consultants with expertise in architecture, civil engineering, surveying, structural and geotechnical engineering and mechanical, electrical engineering, and transportation/traffic engineering. These disciplines are primary though not all-inclusive of the expertise necessary to design and prepare bid documents and 10 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design provide construction management for the BHPS. The successful design firm or team will have expertise in parking structures and all consulting disciplines necessary to complete the project in conformance with all regulations of Federal, State and Town criteria and requirements. The preliminary fee proposal of the awarded Consultant may need to use an allowance for these services until more details are known about the extent of these services. If necessary, any changes to the estimated scope and fee for these services will be negotiated and then documented via change order. The successful Consultant shall enter into a contract with the TOEP for complete professional services to include the following phases: 1. Community-Informed Design & Programming 2. Schematic Design (30% Design) 3. Schematic Design (60% Design) 4. Schematic Design (90% Design) 5. Final Construction Bid Packet & Specifications 6. Final Design / Construction Document (100% Plans and Specifications) 7. Construction Management Assistance Services 1. COMMUNITY-INFORMED CONCEPTUAL DESIGN & PROGRAMMING PHASE The successful Consultant or team of Consultants shall be responsible for designing and facilitating a community-informed design process. TOEP staff will assist the selected Consultant in identification of key stakeholders and determination of the appropriate Town approval processes for this project including, but not limited to, design charettes/workshopping, presentations to the Transportation Advisory Board, and approval by the Town’s Planning Commission and Town Board of Trustees. While the desired parking facility will be modest compared to most parking structures, the addition of any number of public parking spaces within downtown Estes Park is meaningful. The public—with specific focus on the most directly impacted stakeholders along Cleave Street and in the residential / neighborhood area near Big Horn Drive — must be actively encouraged to participate in key design evaluations. The Consultant will be required to develop and document informed consent on the programming needs and goals of the project before progressing into conceptual architectural design options. After consensus is reached on site programmatic needs, the Consultant shall prepare at least three (3) unique conceptual designs for consideration that maximize the number of parking stalls on the site; incorporate natural/landscaping elements that contribute to and match the aesthetic of the Cleave Street Improvement project; and creatively incorporate elements that are operationally necessary to support the needs of nearby businesses (e.g., community trash / recycling receptacles). 11 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design These designs will be vetted by the identified key stakeholders. There will be a period of public comment to assist in gaining feedback on the designs presented. At the conclusion of this phase the Consultant shall seek support from the Transportation Advisory Board (TAB). The Consultant shall design the various elements of the project within all currently adopted building codes and standards, TOEP policies, criteria and development codes, individual utility requirements, and design criteria. It is the responsibility of the proposer to become fully familiar with these requirements and include these costs within this proposal. • Design Criteria: All designs shall be developed considering, but not limited to, the following criteria. These criteria are to be used as guidelines in the development of the project. These are not intended to be all-encompassing or conclusive in all design respects. The successful Consultant(s) will be encouraged to expand on the criteria in order to produce the best possible design within the constraints of the program, the construction budget, the confines of the site, and the space program while conforming to the desired performance of the project. Achieving superior design quality regarding building aesthetics, materials, and construction is one of the Town’s major objectives for this project. Proposers must demonstrate previous successful projects in this regard. It is the Town’s desire for the design to provide efficient and appealing structural elements for the BHPS. Minimum interior clearances between the finish floor and the lowest point of clear-span structural elements shall be in accordance with recognized standards and as required for the proposed uses of the spaces and as appropriate to accommodate a future repurposing of the structure if future parking demands diminish. The Town encourages innovative designs, utilizing pre-engineered building components, in creative combinations to provide for both interior and exterior aesthetic innovation while meeting the needs of the program. Each design scheme presented to the TOEP for consideration shall be accompanied by an opinion of probable construction costs (OPCC) to assist with evaluation of the schemes. The useful design life for the proposed buildings is recognized to be 50 years or more. • Estes Park Character: The facilities and project designs shall be required to be in conformance with Town regulations and with TOEP’s natural setting. It is important that the BHPS promotes compatibility with its surroundings and establishes sustainable building standards. • Accessibility: The projects shall be universally designed with products and environments to be usable by all people, to the extent possible, without the need for adaptation or specialized design. The accessibility of the projects shall meet all adopted regulations that govern the design and construction including the latest addition of ANSI A117.1 identifying the technical guidelines for accessibility as well as the current Americans with Disabilities Act (ADA) rules outlining the accessibility requirements. These improvements are intended to serve people of all ages and abilities. 12 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design • Utilities Site Design Criteria: The project could require improvements to the utilities and the site to serve the project. These improvements may be needed on the site itself but may also require utility improvements offsite. The Consultants will be required to meet with the various utility providers and determine their needs. The Consultants shall assist the Town in determining the best alternative for the Town regarding site development constraints and utility requirements. Upon resolution of these issues, the Consultants shall assist the Town with any agreements that will be required between the Town and the utility providers and design the improvements for inclusion in the civil site bid documents. Legal representation for the Town is not within the scope of this RFP. Geotechnical work is required, and the Consultant must include that research within the scope of this RFP. Also, the Consultants will be required to provide the topographic survey and underground surveys sufficient to design the project, develop bid documents, and comply with the site plan requirements of the development code. • Environmental Criteria: The consulting team shall meet or exceed all environmental requirements that govern the design and proposed work. The design will require approval from all agencies that may have jurisdiction over the work. This may include but not be limited to the Town of Estes Park, Larimer County, and the State of Colorado. The Town will require that the Consultant’s proposed team will have the expertise to recognize all these requirements and include the work necessary in the proposal to get the projects approved with all agencies having jurisdiction and approval authority over the work. The Town is also interested in design alternatives/ideas for future needs when the parking structure has outlived its useful life and being able to re-purpose this structure for future Employee Workforce Housing. • Energy Design Criteria: The Town will require that the consulting team have substantial background in mechanical and electrical engineering. The Town will look for Consultants to develop alternatives in materials, HVAC, lighting, and recycled materials to reduce impacts to the environment. The Consultants shall take advantage of all technologies regarding geothermal, solar and wind energies. The Consultant shall provide analysis of these alternative technologies and the cost benefits analysis to assist the Town in developing sustainable and environmentally sound buildings and site. Phase 1 Deliverables: • Design and facilitation of an inclusive community-informed design process, including preparation of all printed and/or digital outreach materials • Presentation to stakeholders with the Project Manager of at least two (2) half -sized (18x24) unique conceptual designs for consideration • Electronic/digital (PDF) of each conceptual design 13 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design • Design and facilitation of an inclusive community-informed design process, including preparation of all printed and/or digital outreach materials • Phase summary, including documentation of how the community process will inform Schematic and Final Design • Initial Opinion of Probable Construction Cost for each conceptual design 2. SCHEMATIC DESIGN PHASE (30% DESIGN) After successful completion of the design development and programming phase, the Consultant team will begin the design of the BHPS and preparation of Civil Site (on site and off site) Work bid documents. The Consultant shall provide complete Architectural, Site Planning and Engineering services for building components, mechanical and electrical systems, foundation and structural design, surveying, civil and geotechnical engineering, transportation and drainage engineering. These individual bid sets and specifications will be in a format that is acceptable to the Town and shall be in conformance with industry standards. These preliminary designs will be vetted by the identified key stakeholders. There will be a period of public comment to assist in gaining feedback. At the conclusion of this phase the Consultant shall seek support from the Transportation Advisory Board. Phase 2 Deliverables: • Design and facilitation of an inclusive community-informed design process, including preparation of all printed and/or digital outreach materials. • Presentation to stakeholders with the Project Manager of one (1) half -sized (18x24) set of all preliminary drawings (30% set) and any reports required in this phase of work. This includes copies of preliminary reports which are submitted to all agencies which govern and have approval authority over the work. Documents shall be prepared for the Community Development Department review and Building/Planning Department review, as indicated by TOEP policy. • One (1) Electronic/digital (PDF) set • Preliminary Opinion of Probable Construction Cost. 3. SCHEMATIC DESIGN PHASE (60% DESIGN) After successful completion of the 30% Design phase, review, comments, and programming phase the Consultant team will update the design of the BHPS to create a 60% design set to include updating of Civil Site (on site and off site) Work bid documents. The Consultant shall provide complete Architectural, Site Planning , and Engineering services for building components, mechanical and electrical systems, foundation and structural design, surveying, civil and geotechnical engineering, transportation, and drainage engineering. Additionally, the Design Criteria outlined above (Estes Park Character, Accessibility, Utilities / Site Design, Environmental and Energy aspects) will be identified. These individual bid sets and specifications will be in a format that is acceptable to the Town and shall be in conformance with industry standards. 14 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design • These 60% design sets will be vetted by the identified key stakeholders. There will be a period of public comment to assist in gaining feedback. At the conclusion of this phase, the Consultant shall seek support from the Transportation Advisory Board. Phase 3 Deliverables: • Design and facilitation of an inclusive community-informed design process, including preparation of all printed and/or digital outreach materials • Presentation to stakeholders with the Project Manager of one (1) half-sized (18x24) set of all preliminary drawings (60% set) and any reports required in this phase of work. This includes copies of preliminary reports submitted to all agencies that govern and have approval authority over the work. Documents shall be prepared for the Community Development Department review and Building/Planning Department review, as indicated by TOEP policy. • One (1) electronic/digital (PDF) set • Updated Opinion of Probable Construction Cost. 4. SCHEMATIC DESIGN PHASE (90% DESIGN) After comments, feedback, and input from the 60% design set, the Consultant team will continue refining the design of the BHPS and further preparation of the design and bid documents. This will include aspects such as building components, mechanical and electrical systems, foundation and structural design, surveying, civil and geotechnical engineering, drainage engineering and interior/exterior finishes. Additionally, the Design Criteria outlined above (Estes Park Character, Accessibility, Utilities / Site Design, Environmental and Energy aspects) will be identified. These 90% design sets will be vetted by the identified key stakeholders. There will be an opportunity to present these final design plans to the public for informational purposes. At the conclusion of this phase the Consultant shall update the Transportation Advisory Board regarding the resolution of previous comments provided for the project.. Phase 4 Deliverables: • Design and facilitation of an inclusive community-informed design process, including preparation of all printed and/or digital outreach materials. • Presentation to stakeholders with the Project Manager of one (1) half -sized (18x24) set of all preliminary drawings (90% set) and any reports required in this phase of work. This includes copies of preliminary reports submitted to all agencies that govern and have approval authority over the work. Documents shall be prepared for the Community Development Department review and Building/Planning Department review, as indicated by TOEP policy. • One (1) electronic/digital (PDF) set. • Updated Opinion of Probable Construction Cost. • Planning Commission Criteria: The Consultant will be directed to seek approval from the Planning Commission and any variances required by the Board of Adjustments. The consulting team will be required to prepare and propose the project to the Planning Commission and the Town Board. It will be the Consultant’s 15 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design responsibility to reach consensus and approval from the boards prior to moving into the final design phase. 5. FINAL CONSTRUCTION BID PACKET & SPECIFICATIONS PHASE After key stakeholders confirm that the preliminary designs (90% set) are sufficiently complete, TOEP will direct the Consultant to update the current design plans from all comments, input, and feedback received, and then to prepare the final documents for construction bidding. Final bid documents shall be in conformance with all codes and standards as governed by the agencies that have authority over the work being proposed. The Town will require that the bid documents be approved by TOEP Public Works prior to going out to bid. All bid sets shall be complete with sufficient drawings, details, notes, specifications, and construction estimates (descriptions, materials list, quantities, etc.). These bid documents shall be a clear and definitive description of the work proposed and these documents shall meet or exceed industry standards. These documents shall be prepared in the best interest of the TOEP in all regards and shall be developed to assure responsible bidding from qualified contractors meeting Town requirements. Phase 5 Deliverables: • One (1) electronic/digital (PDF) Construction Document set updated with notes, comments, details, specifications, etc. sufficient for contractor bidding • One (1) electronic/digital (PDF) of all related Bid Documents for Contractor bidding • Answer questions and provide guidance and clarifications during the bid process • Prepare support for the preparation of addenda, if necessary • Final reports and documents required in this phase shall be signed and sealed originals that bear seals and signatures of the Architect or Engineer and shall include the approval stamp or letter of approval from agencies governing the proposed work. 6. FINAL DESIGN / CONSTRUCTION DOCUMENT (100% PLANS & SPECIFICATIONS) PHASE Upon successful selection of a general contractor, the Consultant will prepare the final 100% set of construction documents based on feedback, input, and responses from the contractor pre-bid meetings; 90% set review; and clarifications requested for effective completion of this project. Phase 6 Deliverables: • One (1) electronic/digital (PDF) final 100% set updated with notes, comments, details, specifications, etc. sufficient for construction • ACAD copies of all design drawings shall be provided on CD. 7. CONSTRUCTION MANAGEMENT ASSISTANCE SERVICES PHASE Upon successful selection of a general contractor, will assist the Project Manager with clarifications of questions from the contractor, interpretations of drawings, developing 16 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design change order drawings, review/approval of shop drawings for effective completion of this project. Phase 7 Deliverables: • Where field conditions differ from the contract documents or disputes arise regarding the bid documents, the Consultant shall resolve issues and document the resolution to the satisfaction of the TOEP. The TOEP may require assistance in negotiating change orders and developing design changes from the Consultant when the TOEP requests a change in Scope of Work. The work required to develop additional design, specifications, and change orders shall be at a rate in conformance with the agreement. The Consultant shall be responsible for the costs of any change orders that are necessary due to errors or omissions of the Consultant’s work. • Issue and evaluate supplementary instructions, responses to requests for information, and proposal requests. These supplementary documents shall be submitted in writing and organized in an acceptable format with the TOEP’s requirements. • Review and approve all structural shop drawings. • Answer questions, provide guidance and clarifications during the bid process. Prepare support for the preparation of addenda if necessary Consultant Meetings Phase 1 Programmatic/Design Inquiry Consultant to meet with Project Manager and stakeholders to identify needs/wants In-Person Conceptual Design Presentation Consultant to present design options with Project Manager to Transportation Advisory Board In-Person Conceptual Design Presentation Consultant to present design options with Project Manager to stakeholders and community for public input In-Person Phase 2 30% Design Presentation Consultant to present design plans with Project Manager to Transportation Advisory Board In-Person 30% Design Presentation Consultant to present design plans with Project Manager to stakeholders and community for public input In-Person Phase 3 60% Design Presentation Consultant to present design updates with Project Manager to Transportation Advisory Board In-Person 60% Design Presentation Consultant to present design updates with Project Manager to stakeholders and community for public input In-Person 17 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design 60% Design Presentation Consultant to present design plans with Project Manager to Town Board In-Person Phase 4 90% Design Presentation Consultant to present design updates with Project Manager for informational purposes to Transportation Advisory Board In-Person 90% Design Presentation Consultant to present design updates with Project Manager for informational purposes to stakeholders and community In-Person 90% Design Presentation Consultant to present design plans with Project Manager to Planning Commission In-Person Phase 5 Construction Bid Packet Consultant to present/review Bid packet with Project Manager Virtual Phase 6 100% Construction Documents Consultant to present/review Construction Documents with Project Manager Virtual PROFESSIONAL SERVICES, TIME & FEES Following selection of a Consultant based on qualifications, experience, and other factors, the TOEP will enter into fee negotiations and then a contract agreement for services. Payments shall not exceed the total contracted value. Subcontracting or specialty designers/engineers shall be line item detailed (Exhibit 2 - Consultant’s Personnel and Subconsultant Listing), and an estimated value identified for fee proposal and initial contract purposes, with final scope and fee approved prior to commencing any work. METHOD OF PAYMENT Public Works will process invoices for this project on a monthly basis. The amount of such payment shall be based upon certified progress reports and billing covering the work performed and based upon percentage (%) complete. The invoice will be submitted to the TOEP representative, as identified above, or another designee, for approval. In the event that a new service is requested that is not listed in the proposal and included in the contract, the Consultant and the TOEP will negotiate an appropriate price and document the scope and cost of the service on a Change Order prior to any extra work being done. USE OF SUBCONSULTANTS The proposing Consultant shall indicate in the proposal any work intended to be performed by subconsultants or persons outside of their firm. The Consultant shall name the subconsultants, if known at the time of proposal submittal. Subconsultants shall be bound to meet the same quality standards and schedules. They will also provide the same level of documentation as described in Instructions to Proposers (III) below. 18 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design AWARD OF CONTRACT A formal contract will be awarded to the responsive and responsible proposing Consultant whose proposal, conforming to the RFP and according to the selection factors, will be most advantageous to the TOEP. If chosen, the Consultant will enter into an agreement with the TOEP via Exhibit 4 - Professional Services Contract. The executed contract will include a not-to-exceed contract amount. Invoicing shall be based on the Consultant’s hour rate schedule provided in the proposal and will not exceed the contract amount without a previously approved change order executed with the TOEP and the Consultant. The successful Consultant shall acquire a Town Business License prior to signing the contract. A Town Business License can be obtained through the Town Clerk’s Office at https://www.colorado.gov/pacific/townofestespark/businesslicensing. MATERIAL OWNERSHIP All hard copy and electronic material submitted regarding this RFP and the final design documents becomes the property of the TOEP and will only be returned to the Consultant at the TOEP’s option. The TOEP has the right to use any or all ideas presented in reply to this RFP. Disqualification of proposer does not eliminate this right. TERM OF CONTRACT The term of the contract resulting from this RFP shall be from the date of the executed contract through contract date or final acceptance of the work. The TOEP will generate the Professional Services Contract in accordance with TOEP policy (Exhibit 4 - Professional Services Contract). A contract term that is acceptable for both the TOEP and selected firm would be negotiated upon selection. III. INSTRUCTIONS TO PROPOSERS ORGANIZATION OF THE PROPOSAL Eligibility to submit a proposal begins with in-person, on site attendance at a mandatory pre-proposal conference which will be held at 3:30 pm MDT on Tuesday, June 18, 2024. The proposal shall be organized per the submittal format outlined below. Organization and brevity are appreciated. The sections of the RFP shall be indexed per the seven sections noted below in the submittal format for easy reference. 1) Cover Letter: Identify the proposer’s name, mailing address, telephone number and contact person(s). The letter must be signed by the proposer and should be limited to two pages. 2) Project Approach: Based upon the Scope of Services, project data provided in this RFP, and available supplemental data, provide a narrative description of the work to be accomplished and the firm’s approach to completing the work. The overview should 19 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design articulate an understanding of the TOEP's needs. The overview should describe the proposed work and all applicable requirements. 3) Key Personnel & Firm Qualifications: Include background experience and education for each member of the design team. The primary contact for the firm should be clearly defined. It is highly desired that the firm’s project manager has relevant experience in architecture, civil engineering, surveying, structural and geotechnical engineering and mechanical, electrical engineering, transportation/traffic engineering. Identify the specific role and phase of participation anticipated for this project and highlight the unique elements/qualifications provided to the design team. Provide background information including education, professional titles, related qualifications, specific roles in past projects, and relevant experience. 4) Schedule & Availability: Provide a representative milestone schedule and demonstrate your firm's ability to meet this schedule. Please confirm in writing that your firm or team has the availability to meet this schedule. 5) Hourly Rate Fee Schedule: Include the billable cost for each member of the project team. Proposers shall submit Fee Proposals in a file labeled “Big Horn Parking Structure Fee Proposal” that is completely separate from the qualifications-based proposal file. 6) Alternative Option Proposal: Summary of understanding, project approach (if different from primary proposal), and proposal for alternative option. 7) Exhibits: Review, complete, sign and date Exhibits 1, 2, and 3 8) Experience & References: Provide a list of at least three previous project references of similar scope completed or begun within the last three years. Include specific information about each project that applies to the experience of your firm relative to this RFP. Provide a list of references for projects that your firm has completed (and, if applicable, at least one of those projects should be for work that any sub-consultants have performed with your firm, collectively as a team). No pricing should be included with the Proposal submission. Selection of the preferred firm will be based on qualifications, and interviews if deemed necessary by the project team. Upon selection of the preferred firm or team of firms, the TOEP will work w ith the selected team(s) to finalize a detailed Scope of Services and fee. If subsequent fee negotiations are unsuccessful, TOEP reserves the right to negotiate with the next highest-scoring candidate. PROPOSAL SUBMISSION All proposals must be submitted to the Project Manager by 2:00 PM (MDT) on Tuesday, July 9, 2024. Proposals must be submitted through one of the following means: A. ‘BidNet’: Response to the solicitation on Rocky Mountain E-Purchasing System (www.rockymountainbidsystem.com); or B. Email to Derek Pastor, Project Manager (dpastor@estes.org) a. Subject line: Museum Annex Expansion Proposal 20 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design C. In-person drop off at: Estes Park Town Hall 107 MacGregor Ave Public Works Department, Room 100 ATTN: Derek Pastor, Project Manager LATE PROPOSALS WILL NOT BE ACCEPTED OR CONSIDERED. To expedite the selection and fee negotiation process, proposing firms are asked to develop a preliminary fee proposal, and to submit it separately from the proposal document (if submitting through email, submit both documents in same email, but as separate attachments). Documents must be titled appropriately to separately identify the Design/Engineering proposal from the preliminary fee proposal. Preliminary fee proposals should estimate the intensity of workload for various tasks and identify an approximate hourly rate. The preliminary fee proposals will be held unopened during the qualification -based selection until the TOEP is ready to negotiate fees with the selected firm. PROPRIETARY INFORMATION All information included in any proposal that is of a proprietary nature must be clearly marked as such. The TOEP shall be held harmless from any claims arising from the release of proprietary information not clearly designated as such by the proposing fir m. In general, it is not acceptable to the TOEP to mark information other than financial data as proprietary without the written authorization from the Public Works Director. Failure to adhere to this restriction could result in rejection of the entire proposal. The TOEP has the right to use any or all ideas presented in reply to this RFP. Disqualification of the proposer does not eliminate this right. REJECTION OF PROPOSAL The Town of Estes Park reserves the right to cancel this Request for Proposal; reject any Proposal, in whole or in part; to modify the Scope of Work to be done as mandated by budgetary requirements; and to waive informalities or irregularities in the Proposals received, when it is in the Town's best interest to do so. The total cost of proposal preparation, submission, and any travel or accommodations resulting from invitation to interview shall be covered by the Offeror. USE OF SUBCONTRACTORS The proposing firm shall indicate in the proposal any work intended to be performed by subcontractors or persons outside of their firm (e.g., partnering firms, consultants, etc.). The Offeror shall name the partner firms, if known, at the time of proposal submittal. Partners and subcontractors shall be bound to meeting the same quality standards and 21 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design schedules as the proposing firm. They will also provide the same level of documentation (insurance & business licenses). DISADVANTAGED BUSINESS ENTERPRISE (DBE) The TOEP, in accordance with Title VI of the Civil Rights Act of 1964, and Title 49, Code of Federal Regulations (CFR), Department of Transportation (DOT), Part 21, for nondiscrimination in federally-assisted programs, notifies all bidders and proposers that it will affirmatively ensure that, in any contract entered into for this solicitation, disadvantaged business enterprises will be afforded full opportunity to participate in the solicitation process and will not be discriminated against on the grounds of race, color, or national origin. There is no DBE requirement for this project, however DBE participation is strongly encouraged. AWARD OF CONTRACT A formal contract will be executed with the most responsive firm, which is defined as the firm that submits a proposal which fully meets the requirements as defined in the Consultant’s Scope of Work and during any subsequent interview. INSURANCE REQUIREMENTS Insurance Certificates are not required with the proposal but shall be provided by the selected management firm with the signed Professional Services Contract. The TOEP must approve the successful firm’s/firm(s) insurance prior to execution of the agreement by the TOEP Board of Trustees. The successful firm shall also acquire a TOEP Business License prior to signing the agreement, at their own expense. PROPOSAL REVIEW, EVALUATION & SELECTION PROCESS Respondents should submit a comprehensive, but concise , RFP submittal. Failure of the respondents to provide any information requested in this RFP may result in disqualification of the submitted proposal. Submittal Review: The Review Committee shall evaluate and rank proposal submittals based on alignment with the RFP requirements, Submittal Format, and Review Criteria. Interviews may be scheduled at TOEP discretion, however TOEP reserves the right to select a firm based on the proposals only. Interview of Finalists: At the TOEP’s option, the field will be narrowed to the top responsive proposers and they will be invited to interview with the review committee, in a to-be-defined format. The finalists will have approximately one week to prepare their presentation for the committee. Disclaimer: Any Professional Services Agreement is subject to the review and approval of the TOEP Board of Trustees. 22 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design SELECTION CRITERIA The objective of the Evaluation and Selection Committee will be to evaluate proposals against the criteria set forth here-in: SELECTION CRITERIA Point Value Scope Understanding and Proposed Approach: Approach is clear and concise and addresses this specific project. Understanding of the project location, need, opportunities and challenges in producing design and engineering plans, specs, and estimates for construction. Completeness of approach to perform the Scope of Work expected to be incurred under this project. 30 points Qualifications of Project Staff: Project staff background, education, and experience on similar projects. Qualifications and experience of the Consultant in community-informed design, parking structure design, bidding and construction management. 25 points Experience and Client References for Similar Projects: Performance on time, within budget and scope; similar to this project in size and scope. Management qualifications and company capability. Qualifications of the firm in terms of its ability, experience, and reliability in performing and managing work within a schedule and budget. References should be provided for at least three recent clients for whom the firm has performed services similar to the work outlined in the Scope of Services. 20 points Adequacy of the Proposal: Completeness and thoroughness of the proposal. Responsive to the RFP. 15 points Availability and Schedule: Availability to perform the project upon Notice to Proceed (if selected) and to complete the work in a timely (reasonable) manner. 10 points Total Points 100 points Based on the point system, the firms will be ranked in order of their perceived ability to perform the work. The top firms MAY be interviewed, and after interviews, points may be recomputed. 23 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design G ENER A L REQUIREMENTS The successful firm shall: • Have experience in all professional services requested in this RFP, including architecture, civil engineering, surveying, structural and geotechnical engineering and mechanical, electrical engineering, and transportation/traffic engineering • Enter into a contract with the TOEP to provide design services for a new, three or four level structured parking/residential facility • Provide proof of and maintain insurance coverage for the duration of the contract period as outlined in the TOEP’s Professional Services Agreement • Operate as an independent contractor and will not be considered employee(s) of TOEP • Be paid on actual invoices as work is completed SITE PARAMETERS The selected Consultant will work closely with TOEP staff to develop improvements in a manner that will minimize the impact to the citizens. DELIVERABLES The Consultant shall provide digital copies (PDF, Microsoft Word, Excel, etc.) of the plans, specifications, and cost estimate for review by the TOEP. Plans shall be developed for printing on 11x17 paper at true half -scale. Documents for presentations to stakeholders shall be 18x24. Presentations to stakeholders and/or Community shall be in the form of story boards, visuals, handouts, digital presentations, or other options offered by the proposer. TOWN REPRESENTATIVES The TOEP’s representative on this project will be Derek Pastor, Project Manager, of the Public Works Department. All progress meetings, project review, field meetings, day -to- day work, and project related contact will be coordinated through the Project Manager. PROJECT SCHEDULE The Consultant will provide an updated project schedule at the time of contract execution and shall update the project schedule regularly throughout the design process. The schedule shall identify tasks such as delivery of Plans, Specifications and Estimates (PS&E) at various stages, and delivery of final bid-ready documents. 24 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design SUPPLEMENTAL CONSULTANT GUIDELINES A. Preliminary and final designs for this project will be reviewed by the pertinent TOEP staff, which includes the Project Manager, Transportation Advisory Board, Public Works Director, Community Development, and others. B. Design will primarily use standards from the Town of Estes Park, Larimer County, and State of Colorado. Standards could include, but are not limited to, any combination of the following: American Institute of Architects (AIA), National Society of Professional Engineers (NSPE), Estes Park Development Code (EPDC), Larimer County Urban Area Street Standards (LCUASS), Americans with Disabilities Act (ADA), Public Rights-of-Way Accessibility Guidelines (PROWAG), International Parking and Mobility Institute (IPMI), and National Parking Association (NPA). C. The plan documents will consist of, but not be limited to, the following formats: layout and cover sheet, plan views, profile views, details, sketches, general and detailed construction notes, and construction explanation notes and details. Plans should be suitable for bidding and construction. D. The specification documents will consist of, but not be limited to, the following formats: Special Conditions, Standard Special Provisions, Project Special Provisions. Specifications should be suitable for bidding and construction. E. The Consultant shall submit all calculations necessary for best management practices (BMPs), plan quantities, and other work related to producing the design documents. F. TOEP staff, if available, may provide electronic or paper copies of available plats, utility as-builts, or other related documents upon request. If these documents cannot be provided by TOEP staff, the Consultant shall research and obtain all relevant documents at their own expense. These documents will also become property of the TOEP. G. The Consultant should plan a minimum of eleven (11) live/in-person design meetings with TOEP staff and/or stakeholders as outlined above. The Project Manager will work with the Consultant to coordinate and meet with relevant TOEP stakeholders. The Consultant will be responsible for supplying the requested documentation and obtaining approval. Additionally, the consultant should budget for weekly virtual project coordination meetings with the Project Manager to resolve issues and maintain forward progress on the design effort. H. The Consultant should plan to provide construction management assistance services to assist the TOEP during the bid advertisement period. These services may include but are not limited to: participating in the Construction Pre-Bid Meeting; developing answers to contractor questions for addenda purposes; reviewing and approving structural shop drawings; and correcting any errors or inconsistencies found in the bid documents, which may require printing a new “For Construction” plan set. 25 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design I. Any additional fees for engineering services or construction-related field change work shall be preceded by a Change Order request produced by the Consultant. Approval of any change orders will be required prior to commencement of any additional work. J. Consultant shall collect all survey data in order to complete the design. PROTEST PROCEDURES Any person adversely affected by this solicitation shall file with the Town Clerk, Town of Estes Park, P.O. Box 1200, Estes Park, CO 80517 a Notice of Protest, in writing, at least five (5) calendar days prior to the date on which proposals are to be received. Protests will be considered and responded to in writing prior to the proposal due date of Tuesday, July 9, 2024. If the protest is sustained, the proposal due date may be delayed, and an addendum issued to modify the due date or cancel the solicitation. If the protest is denied, the proposal due date is upheld, and submissions will be required as originally scheduled. Any person adversely affected by a decision in connection with this solicitation shall file a Formal Written Protest, in writing, within five (5) calendar days of receipt of the decision with the TOEP Project Manager. The formal written protest shall state with particularity the facts and law upon which the protest is based. Protesters may not challenge the evaluation criteria or the relative weight of the evaluation criteria or the formula for making an award determination. Upon receipt of a formal written protest that has been filed in a timely manner, the Project Manager shall stop the proposal solicitation process or the award process until the subject of the protest is resolved by mutual agreement or by final action of the TOEP Board of Trustees. The Project Manager shall provide an opportunity to resolve the protest by mutual agreement between the parties within seven (7) working days of receipt of a formal written protest. If the protest is not resolved by mutual agreement within seven (7) working days, the Project Manager and/or the protestor shall refer the protest to: Town Administrator, Town of Estes Park, P.O. Box 1200, Estes Park, CO 80517. The TOEP Board of Trustees will review the protest and the Project Manager’s decision, and either concur or reverse the decision at the next possible regular meeting of the Town Board. TOWN OF ESTES PARK ________________________ Derek Pastor, PMP 26 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design Project Manager Town of Estes Park Public Works Department 970-577-3957 dpastor@estes.org 27 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design EXHIBIT 1 TOWN OF ESTES PARK ACCEPTANCE OF CONDITIONS STATEMENT No employee, elected or appointed official of the Town of Estes Park, or any such person’s spouse or dependent child has an existing or pending, direct or indirect, financial, ownership or personal interest in the proposing firm of this Request for Proposal, except as follows: I/we hereby agree to all instructions, terms and conditions, and specifications contained herein. I/we acknowledge receipt of the following Addenda: Proposing Firm: Address: Telephone No. Submitted By: Signature Printed Name Title Date: Attest: Signature Printed Name 28 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design EXHIBIT 2 CONSULTANT’S PERSONNEL AND SUBCONSULTANT LISTING Name Role Add lines as needed on back. Illegal Aliens: The Contractor certifies that the Contractor shall comply with the provision of CRS 8-17.5-101, et seq. The Contractor shall not knowingly employ or contract with an illegal alien to perform work under this contract or enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this contract. The Contractor represents, warrants, and agrees that it: i. Has verified that it does not employ any illegal aliens, through participation in the Basic Pilot Employment Verification Program administered by the Social Security Administration and the Department of Homeland Security, or ii. Otherwise will comply with the requirements of CRS 8-17.5-102(2)(b)(I). The Contractor shall comply with all reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment. If the Contractor fails to comply with any 29 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design requirement of this provision or CRS 8-17.5-101, et seq., the Town may terminate this contract for breach of contract, and the Contractor shall be liable for actual and consequential damages to the Town. If the Contractor obtains actual knowledge that a subcontractor performing work under this contract knowingly employs or contracts with an illegal alien, the Contractor shall: i. Notify the subcontractor and the Town within three days that the Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and ii. terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to sub-paragraph (a.) above, the subcontractor does not stop employing or contracting with the illegal alien, unless the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. 30 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design EXHIBIT 3 TOWN OF ESTES PARK REFERENCE AUTHORIZATION AND RELEASE FORM To: By: (Proposer) A Corporation A Partnership whose address is An Individual Proposer hereby authorizes Town to perform such investigation of proposer as the Town deems necessary to establish the qualifications, responsibility and financial ability of proposer. By its signature hereon, proposer authorizes owner to obtain reference information concerning proposer and releases the party providing such information named above and the Town from any and all liability to proposer as a result of any such reference information provided. Proposer further waives any right to receive copies of reference information provided to the Town. An executed copy of this Reference Authorization and Release Form may be used with the same effectiveness as an original. By: Printed Name: Title: Date: 31 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design EXHIBIT 4 TOWN OF ESTES PARK PROFESSIONAL SERVICES CONTRACT (example) PROFESSIONAL SERVICES CONTRACT For the engineering, architectural and design of a multi-level parking structure consisting of the following phases as outlined in the Request for Proposal: • Community-Informed Design & Programming • Schematic Design (30% Design) • Schematic Design (60% Design) • Schematic Design (90% Design) • Final Construction Bid Packet & Specifications • Final Design / Construction Document (100% Plans and Specifications) • Construction Management Assistance Services The parties, the Town of Estes Park, Colorado (Town), a municipal corporation, and Contractor Name, a Companies legal entity, whose address is Contractors Address, make this Contract this __________ day of ____________________, 2024, at the Town of Estes Park, Colorado, considering the following facts and circumstances: 1. RECITALS: 1. Town desires to use the services of Consultant outlined in Consultant's Proposal; and 2. Consultant has agreed to provide the Services outlined in its Proposal, on the terms and conditions stated in this Contract. 2. CONTRACT: This Agreement is a Contract, representing the entire and integrated agreement between the parties and supersedes any prior negotiations, written or oral representations and agreements. The Agreement incorporates the following Contract Documents. In resolving inconsistencies between two or more of the Contract Documents, they shall take precedence in the order enumerated, with the first listed Contract Document having highest precedence. 32 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design The Contract Documents, except for amendments executed after execution of this Contract, are: 1. Change Orders; 2. Notice to Proceed; 3. This Contract; 4. The following Addenda, if any: Number Date Page(s) 5. The following Special Conditions of the Contract, if any: Document Title Page(s) 6. Notice of Award; 7. Request for Proposals, containing 25 pages, dated June 11, 2024; 8. Consultant's Proposal, containing # of pages, dated XXX; and 9. Insurance Certificates. 3. SCOPE OF SERVICES: Consultant shall provide and furnish at its own cost and expense all materials, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to provide its Services in strict accordance with the conditions and prices stated in the Contract Documents. 4. BEGINNING WORK AND COMPLETION SCHEDULE: The Consultant shall begin services under this Contract upon receiving Town’s Notice to Proceed. Consultant shall timely perform its Services, according to the Proposal Schedule outlined on page 5 of the Request for Proposal and incorporated into this Contract or as otherwise directed by Town. 33 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design 5. PRICE: The Town will pay Consultant for the performance of this Contract, not to exceed Contract Price, as the Price for the total Services performed as stipulated in Consultant's Proposal. This Contract does not create a multiple fiscal year direct or indirect debt or other financial obligation. Each request for service shall incur a concurrent debt for that request only. All financial obligations of the Town under this Contract are contingent upon appropriation, budgeting, and availability of specific funds to discharge such obligations. 6. TIME OF PAYMENTS TO THE CONSULTANT: The Consultant shall bill its charges to the Town periodically, but no more frequently than once a month. Each bill shall contain a statement of the time the primary employees spent on the Services since the previous bill, a brief description of the Services provided by each such employee, and an itemization of direct expenses. The Town will pay each such bill which it finds to be in accordance with this Contract within forty-five days of its receipt. If Town questions any part of a bill, finds any part of a bill does not conform to this Contract, or claims the right to withhold payment of any part of a bill, it will promptly notify Consultant of the question, nonconformity or reasons for withholding. 7. QUALIFICATIONS ON OBLIGATIONS TO PAY: No partial payment shall be final acceptance or approval of that part of the Services paid for, or shall relieve Consultant of any of its obligations under this Contract. Notwithstanding any other terms of this Contract, Town may withhold any payment (whether a progress payment or final payment) to Consultant under the following conditions: 1. Consultant fails to promptly pay all bills for labor, material, or services of consultants furnished or performed by others to perform Services. 2. Consultant is in default of any of its obligations under this Contract or any of the Contract Documents. 3. Any part of such payment is attributable to Services not conforming to this Contract. (Town will pay for any part attributable to conforming Services). 4. Town, in its good faith judgment, determines that the compensation remaining unpaid will not be sufficient to complete the Services according to this Contract. 34 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design 8. CONSULTANT'S DUTIES: 1. Town enters into this Contract relying on Consultant’s special and unique abilities to perform the Services. Consultant accepts the relationship of trust and confidence established between it and the Town by this Contract. Consultant will use its best efforts, skill, judgment, and abilities. Consultant will further the interests of Town according to Town’s requirements and procedures, according to high professional standards. 2. Consultant has and will undertake no obligations, commitments, or impediments of any kind that will limit or prevent its performance of the Services, loyally, according to the Town's best interests. In case of any conflict between interests of Town and any other entity, Consultant shall fully and immediately disclose the issue to Town and, without Town's express approval, shall take no action contrary to Town's interests. 3. Consultant’s Services under this Contract shall be of at least the standard and quality prevailing among recognized professionals of expert knowledge and skill engaged in the Consultant's same profession under the same or similar circumstances. 4. Consultant's work, including drawings and other tangible work products provided to Town, will be accurate and free from any material errors, and will conform to the requirements of this Contract. Town approval of defective drawings or other work shall not diminish or release Consultant's duties, since Town ultimately relies upon Consultant's skill and knowledge. 5. The Contract Documents determine whether the Consultant's Scope of Services includes detailed independent verification of data prepared or supplied by Town. Consultant will, nevertheless, call to Town's attention anything in any drawings, plans, sketches, instructions, information, requirements, procedures, or other data supplied to Consultant (by the Town or any other party) that Consultant knows, or reasonably should know, is unsuitable, improper, or inaccurate for Consultant's purposes. 6. Consultant shall attend such meetings on the work stated in this Contract (Proposal Schedule outlined on page 5 of the Request for Proposal), as Town requires. Town will give reasonable notice of any such meetings, so Consultant may attend. Town will pay for any meeting time exceeding Consultant’s total estimate of included hours, according to Consultant’s fee schedule attached to Consultant’s proposal. 35 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design 7. As applicable state and federal laws may require, Consultant will assign only persons duly licensed and registered to do work under this Contract. 8. Consultant shall furnish efficient business administration and superintendence and perform the Services in the most efficient and economical manner consistent with the best interests of Town. 9. Consultant shall keep its books and records for Services and any reimbursable expenses according to recognized accounting principles and practices, consistently applied. Consultant shall make them available for the Town's inspection at all reasonable times. Consultant shall keep such books and records for at least three (3) years after completion of the Services. 9. TOWN'S DUTIES: 1. Town will provide full information to the Consultant on the Town's requirements in a timely manner. 2. Town will assist the Consultant by providing such pertinent information available to Town, including maps, studies, reports, tests, surveys and other data, as Consultant specifically requests. 3. Town will examine all tests, reports, drawings, specifications, maps, plans and other documents presented by the Consultant to Town for decisions. Town will obtain the advice of other consultants, as the Town thinks appropriate. Town will give decisions to the Consultant in writing within a reasonable time. 4. Town will appoint a person to act as Town's representative on this Agreement. This person will have authority to issue instruction, receive information, interpret and define the Town's policies and decisions on the Consultant’s Services. 5. Town will give prompt written notice to the Consultant when the Town notices any development that affects the scope or timing of the Services. 36 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design 10. USE OF FINAL PRODUCT: Consultant may have limited involvement after the completion of this Agreement and lacks control of the future use of Consultant's work. Except for deficiencies in Consultant’s performance under this Agreement, future use and interpretation of Consultant’s work is at the risk of Town or other users. 1. The Consultant will keep record copies of all work product items delivered to the Town. 11. OWNERSHIP OF DOCUMENTS AND OTHER MATERIALS: All drawings, specifications, computations, sketches, test data, survey results, renderings, models, and other materials peculiar to the Services of Consultant or Consultant’s subconsultants under this Contract are property of Town, for its exclusive use and re-use at any time without further compensation and without any restrictions. Consultant shall treat all such material and information as confidential, and Consultant shall neither use any such material or information or copies on other work nor disclose such material or information to any other party without Town's prior written approval. Upon completion of Services, or at such other time as the Town requires, Consultant shall deliver to the Town a complete, reproducible set of all such materials. For copyright ownership under the Federal Copyright Act, Consultant conveys to Town and waives all rights, title and interest to all such materials in written, electronic or other form, prepared under this Contract. Town shall have worldwide reprint and reproduction rights in all forms and in all media, free of any claims by the Consultant or its subconsultants and subcontractors. The Town's rights, granted above, in drawing details, designs and specifications that are Consultant's standard documents for similar projects, and in Consultant’s databases, computer software and other intellectual property developed, used or modified in performing Services under this Contract are not exclusive, but joint rights, freely exercisable by either the Town or the Consultant. All design documents, including drawings, specifications, and computer software prepared by Consultant according to this Contract comprise Consultant's design for a specific Project. Neither party intends or represents them as suitable for reuse, by Town or others, as designs for extension of that same Project or for any other project. Any such reuse without prior written verification or adaptation by Consultant for the specific purpose intended will be at user's sole risk and without liability or legal exposure to Consultant. Except as required for performance under this Contract, Consultant's verification or adaptation of design documents will entitle Consultant to additional compensation at such rates as the Consultant may agree. 12. CHANGE ORDERS: Town reserves the right to order work changes in the nature of additions, deletions, or modifications, without invalidating this agreement, and agrees to make corresponding adjustments in the contract price and time for completion. All changes will be authorized by a written change order signed by Town. Work shall be changed, and the contract price and completion time shall be modified only as set out in the written change order. 37 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design 13. SERVICE OF NOTICES: The parties may give each other required notices in person or by first class mail or by email to their authorized representatives (or their successors) at the addresses listed below: TOWN OF ESTES PARK: Derek Pastor, PMP Project Manager 170 Macgregor Ave Estes Park, CO 80517 970-577-3957 dpastor@estes.org CONSULTANT: [Enter name, title & address of consultant's authorized rep., 14. COMPLIANCE WITH LAW: Consultant will perform this Contract in strict compliance with applicable federal, state, and municipal laws, rules, statutes, charter provisions, ordinances, and regulations (including sections of the Occupational Safety and Health Administration [OSHA] regulations, latest revised edition, providing for job safety and health protection for workers) and all orders and decrees of bodies or tribunals applicable to work under this Contract. Consultant shall protect and indemnify Town against any claim or liability arising from or based on the violations of any such law, ordinance, regulation, order, or decrees by itself or by its subcontractors, agents, or employees. Town assumes no duty to ensure that Consultant follows the safety regulations issued by OSHA. 15. PERMITS AND LICENSES: The Consultant shall secure all permits and licenses, pay all charges, files, and taxes and give all notices necessary and incidental to the lawful prosecution of its Services. Anyone conducting business in the Town of Estes Park is required a business license which can be obtained from the Town Clerk’s Office. 16. PATENTED DEVICES, MATERIALS AND PROCESSES: The Consultant shall hold and save harmless the Town from all claims for infringement, by reason of fee use of any patented design, device, material, process, or trademark or copyright and shall indemnify the Town for any costs, expenses, and damages, including court costs and attorney fees, incurred by reason of actual or alleged infringement during the prosecution or after completion of Services. 17. INSURANCE: Consultant shall, at its own costs, secure and continuously maintain through the term of this Contract the minimum insurance coverages listed below, with forms and insurers acceptable to Town. In addition, Consultant shall maintain such coverages for the insurance listed in Paragraphs 17.1, 17.3 and 17.4 for two additional years. For any claims-made policy, Consultant shall include the necessary retroactive dates and extended reporting periods to maintain continuous coverage. 38 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design 1. Professional Liability/Errors and Omissions for at least $1,000,000. 2. Workers' Compensation according to the Workers' Compensation Act of the State of Colorado and Employer's Liability with limits of at least $500,000. 3. General liability, including contractual liability, of at least $1,000,000 per each occurrence plus an additional amount adequate to pay related attorney's fees and defense cost. Coverage shall include bodily injury, property damage, personal injury, and contractual liability. 4. Comprehensive Automobile Liability with minimum limits for bodily injury and property damage coverage of at least $1,000,000 per each occurrence plus an additional amount adequate to pay related attorneys' fees and defense costs, for each of Consultant's owned, hired or non-owned vehicles assigned to or used in performance of this Contract. 5. Valuable Papers insurance in an amount adequate to assure the restoration of any plans, drawings, field notes, or other similar data related to the services covered by this Contract in case of their loss or destruction. 6. The required general liability and comprehensive automobile liability policies shall contain endorsements to include Town and its officers and employees as additional insureds. The required professional liability and workers’ compensation policies or coverages shall not contain endorsements including the Town, its officers or employees as additional insureds. Every policy required above shall be primary insurance. Any insurance or self-insurance benefits carried by Town, its officers, or its employees, shall be in excess and not contributory to that provided by Consultant. 7. Consultant shall, upon request, provide Town a certified copy of each required policy. 8. As evidence of the insurance coverages required by this Contract, before beginning work under this Contract, Consultant shall furnish certificates of insurance certifying that at least the minimum coverages required here are in effect and specifying the liability coverages (except for professional liability) are written on an occurrence form to: 39 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design Town of Estes Park 170 MacGregor Avenue PO Box 1200 Estes Park, CO 80517 Attention: Derek Pastor, Project Manager With the exception of professional liability and workers’ compensation, policy or policies providing insurance as required will defend and include the Town, its Board, officers, agents and employees as additional insureds on a primary basis for work performed under or incidental to this Contract. Required insurance policies shall be with companies qualified to do business in Colorado with a general policyholder’s financial rating acceptable to the Town. The policies shall not be cancelable or subject to reduction in coverage limits or other modification except after thirty days prior written notice to the Town. General liability and automobile policies shall be for the mutual and joint benefit and protection of the Consultant and the Town. These policies shall provide that the Town, although named as an additional insured, shall nevertheless be entitled to recover under said policies for any loss occasioned to it, its officers, employees, and agents by reason of acts or omissions of the Consultant, its officers, employees, agents, sub-consultants, or business invitees. They shall be written as primary policies not contributing to and not in excess of coverage the Town may carry. 9. If Consultant is self-insured under the laws of the State of Colorado, Consultant shall provide appropriate declarations and evidence of coverage. 10. Consultant shall not cancel, change, or fail to renew required insurance coverages. Consultant shall notify Town's designated person responsible for risk management of any reduction or exhaustion of aggregate limits, which Town may deem to be a breach of this Contract. 11. The Town relies on, and does not waive or intend to waive, by any provision of this Contract, the monetary limitations or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act, § 24-10-101 et seq., C.R.S., as from time to time amended, or otherwise available to the parties, their officers, or their employees. 12. If any insurance required here is to be issued or renewed on a claims-made form as opposed to the occurrence form, the retroactive date for coverage will be no later than the commencement date of the project and will state that in the event of cancellation or 40 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design nonrenewal, the discovery period for insurance claims (tail coverage) will be at least 72 months. 13. Consultant shall not cancel, non-renew or cause insurance to be materially changed or replaced by another policy without prior approval by Town. 18. INDEMNIFICATION: 1. Consultant and its agents, principals, officers, partners, employees, and subcontractors ("Indemnitors") shall and do agree to indemnify, protect, and hold harmless the Town, its officers, employees, and agents ("Indemnitees") from all claims, damages, losses, liens, causes of actions, suits, judgments, and expenses (including attorneys’ fees), of any nature, kind, or description ("Liabilities") by any third party arising out of, caused by, or resulting from any Services under this Contract if such Liabilities are: (1) attributable to bodily injury, personal injury, sickness, disease, or death of any person, or to the injury or destruction of any tangible property (including resulting loss of use or consequential damages) and (2) caused, in whole or in part, by any error, omission or negligent act of the Consultant, anyone directly or indirectly employed by it, or anyone for whose acts Consultant may be liable. 2. If more than one Indemnitor is liable for any error, omission or negligent act covered by this Agreement, each such Indemnitor shall be jointly and severally liable to the Indemnitees for indemnification and the Indemnitors may settle ultimate responsibility among themselves for the loss and expense of any such indemnification by separate proceedings and without jeopardy to any Indemnitee. This Agreement shall not eliminate or reduce any other right to indemnification or other remedy the Town, or any of the Indemnitees may have by law. 3. As part of this indemnity obligation, the Consultant shall compensate the Town for any time the Town Attorney's Office and other counsel to the Town reasonably spend on such claims or actions at the rates generally prevailing among private practitioners in the Town of Estes Park for similar services. This obligation to indemnify the Town shall survive the termination or expiration of this Agreement. 19. INDEPENDENT CONTRACTOR: Consultant shall perform all Services under this Agreement as an independent contractor, and not as an agent or employee of Town. No employee or official of Town shall supervise Consultant. Consultant shall exercise no supervision over any employee or official of Town. Consultant shall not represent that it is an 41 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design employee or agent of the Town in any capacity. Consultant’s officers, employees and agents are not entitled to Workers' Compensation benefits from the Town, and Consultant is obligated to pay federal and state income tax on money earned under this Agreement. Except as this Agreement expressly states, Consultant shall, at its sole expense, supply all buildings, equipment and materials, machinery, tools, superintendence, personnel, insurance and other accessories and Services necessary. This Agreement is not exclusive; subject the terms of this Agreement, Town and Consultant may each contract with other parties. 20. PROVISIONS CONSTRUED AS TO FAIR MEANING: Any tribunal enforcing this Agreement shall construe its terms as to their fair meaning, and not for or against any party based upon any attribution to either party. 21. HEADINGS FOR CONVENIENCE: All headings, captions and titles are for convenience and reference only and of no meaning in the interpretation or effect of this Contract. 22. NO THIRD-PARTY BENEFICIARIES: The parties intend no third-party beneficiaries under this Contract. Any person besides Town or Consultant receiving services or benefits under this Agreement is an incidental beneficiary only. 23. TOWN’S RIGHT TO BAR PERSONNEL FROM WORK SITE: For conduct the Town (in its sole discretion) decides may violate applicable laws, ordinances rules or regulations, or may expose Town to liability or loss, Town may bar any person (including Consultant's and subconsultants’ and subcontractors’ employees) from the Town's work sites. Such a bar shall not require any employee's discharge from employment, but shall merely prohibit the employee's presence at Town’s work sites. Such a bar shall not warrant an increase in contract time or Price. 24. WAIVER: No waiver of any breach or default under this Agreement shall waive any other or later breach or default. 25. TERM: This Contract shall commence on Wednesday, August 14, 2024, and shall continue through Monday, March 31, 2025 with the option of one (1) additional renewal, based on the construction timeline and construction management assistance needed for the duration of the construction, upon agreement of both parties.] 42 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design 26. TERMINATION: 1. In addition to any other available remedies, either party may terminate this Contract if the other party fails to cure a specified default within seven (7) days of receiving written notice of the default. The notice shall specify each such material breach, in reasonable detail. 2. Town may, at any time, terminate performance of the work, in whole or in part, for its own convenience. The Town may effect such termination by giving Consultant written Notice of Termination specifying the extent and effective date of termination. In case of termination, for convenience, Town shall pay Consultant for work satisfactorily completed, to the date of termination. The Town shall determine the portion of work completed. 3. If either party so terminates, the Consultant shall promptly deliver to the Town all drawings, computer programs, computer input and output, analysis, plans, photographic images, tests, maps, surveys and writer’s materials of any kind generated in the performance of its Services under this Contract up to and including the date of termination. 27. SUSPENSION: Without terminating or breaching this Contract, the Town may, at its pleasure, suspend fee services of the Consultant hereunder. Town may effect suspension by giving the Consultant written notice one (1) day in advance of the suspension date. Upon receipt of such notices the Consultant shall cease their work as efficiently as possible, to keep total charges to a minimum. The Town must specifically authorize any work performed during suspension. Since suspension and subsequent reactivation may inconvenience the Consultant, Town will endeavor to provide advance notice and minimize its use. After a suspension has been in effect for thirty days, the Consultant may terminate this Contract at will. 28. ASSIGNMENT AND DELEGATION: Except as stated, neither party may assign its rights or delegate its duties under this Contract without the express written approval of the other. 29. SUBCONTRACTING: Except subconsultant clearly identified and accepted in the Contractor's Proposal, Consultant may employ subconsultants to perform the Services only with Town's express prior written approval. Consultant is solely responsible for any compensation, insurance, and all clerical detail involved in employment of subconsultants. 43 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design 30. GOVERNING LAW AND VENUE: The laws of the State of Colorado shall govern enforcement and interpretation of this Contract. Venue and jurisdiction for any court action filed regarding this agreement shall be only in Larimer County, Colorado. 31. AUTHORITY: This instrument forms a contract only when executed in writing by duly authorized representatives of Town and Consultant. By their signatures on this document, the signatories represent that they have actual authority to enter this Contract for the respective parties. 32. INTEGRATION: There are no other agreements on the same subject than expressly stated or incorporated in this Contract. 33. DAMAGES FOR BREACH OF CONTRACT: In addition to any other legal or equitable remedy the Town may be entitled to for a breach of this Contract, if the Town terminates this Contract, in whole or in part, due to Contractor’s breach of any provision of this Contract, Contractor shall be liable for actual and consequential damages to the Town. Signature pages follow. 44 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design CONSULTANT By: Date Title: State of ) ) ss County of ) The foregoing instrument was acknowledged before me this __________ day of ____________________, 2024, by ______________________________, as _____________________________ of ______________________________, Consultant. (If by natural person or persons, insert name or names; if by person acting in representative or official capacity or as attorney-in-fact, insert name of person as an executor, attorney-in-fact, or other capacity or description; if by officer of corporation, insert name of such officer or officers as the President or other officers of such corporation, naming it.) Witness my hand and official Seal. My Commission expires . Notary Public TOWN OF ESTES PARK: By: Date Title: State of ) ) ss County of ) The foregoing instrument was acknowledged before me by , as of the Town of Estes Park, a Colorado municipal corporation, on behalf of the corporation, this day of , 2024. 45 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design Witness my hand and official Seal. My Commission expires . Notary Public APPROVED AS TO FORM: Town Attorney 46 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design EXHIBIT 5 MAPS, DIAGRAMS, SITE PLAN SW corner Big Horn Dr / Cleave St Estes Park, Colorado 80517 47 RFP – Design and Engineering Services | 2024 Big Horn Parking Structure (BHPS) Design Preliminary Conceptual Design Idea