November 15, 2025 News

REQUEST FOR PROPOSALS

ORCHARD MESA IRRIGATION DISTRICT (OMID)

Engineering and Permitting Services

Orchard Mesa Irrigation District – Canals 1 & 2 Piping Project

 

Date Issued:        November 15, 2025

Issued by:            Orchard Mesa Irrigation District

668 38 Road
Palisade, CO 81526

970.464.7885

info@omirrigation.com

Orchard Mesa Irrigation District (“OMID”) requests Engineering and Permitting Services proposals for the Orchard Mesa Irrigation District – Canals 1 & 2 Piping Project (“Project), to be located in Palisade in Mesa County, Colorado.

 

The deadline for submission is 11:59 pm on December 15, 2026. All responses must be submitted via email to info@omirrigation.com. Late submissions will not be accepted.

PROPOSERS SHALL REVIEW ALL INSTRUCTIONS PROVIDED HEREIN, AS WELL AS ALL TERMS AND CONDITIONS.

1         Project Background

Orchard Mesa Irrigation District (OMID) is a 1921 Act irrigation district serving agricultural and residential irrigation users in the Grand Valley region near Palisade, Colorado. OMID’s water supply is diverted from the Colorado River at the Grand Valley Diversion Dam and lifted to OMID’s system through four hydraulic pumps for irrigation delivery. The District’s network includes approximately 40 miles of canals delivering water to roughly 6,700 patrons irrigating about 9,200 acres of farms, vineyards , orchards, and subdivisions from east of Palisade to the confluence of the Gunnison River.

 

OMID operates as the Orchard Mesa Division of the U.S. Bureau of Reclamation’s (Reclamation) Grand Valley Project. Infrastructure within OMID is owned by either OMID or Reclamation depending on location and function. Much of the system, originally constructed in the early 1900s, is aging and inefficient.

 

OMID has entered into an agreement with Reclamation to design and construct the Canals 1 & 2 Piping Project to modernize a portion of its open canal system. Canals 1 and 2 are approximately 120 years old and include Reclamation-owned features within the project area. The existing canals consist of earthen berms with intermittent lining of varying materials.

 

The proposed project will convert these sections to pressurized pipeline to reduce seepage losses, eliminate operational spills, and increase overall system efficiency.

 

2         Project Description

OMID is soliciting proposals from qualified engineering firms to provide full engineering design, environmental and cultural resource compliance, permitting, bid-phase, and construction-phase services for the Canals 1 & 2 Piping Project (Project).

 

This Project will convert approximately 8.4 miles of existing open canal into a pressurized pipeline.

 

The Project includes approximately 4.8 miles of Canal 1, 2.9 miles of Canal 2, and 0.7 miles of the overflow ditch that conveys spill from Canal 2 to Canal 1. Attachment C provides a map of the proposed project area.

 

The Contractor will:

 

  • Develop 30%, 60%, and 100% design plans and specifications, including Opinions of Probable Construction Cost (OPCCs), in a bid-ready package.
  • Incorporate construction phasing throughout design to maintain OMID’s system operations during the irrigation season.
  • Obtain required environmental and cultural approvals, complete necessary surveys and geotechnical investigations, and coordinate all easement confirmation and acquisition activities needed for construction.
  • Prepare and support bid-phase activities for construction procurement.
  • Provide construction administration and oversight services during construction to ensure that work is completed in accordance with final designs, permits, and Reclamation standards.

 

The selected Contractor will be required to coordinate closely with OMID, the U.S. Bureau of Reclamation, and Farmers Conservation Alliance (FCA) throughout the design, permitting, and construction phases.

 

3         Notice of Intent

All interested firms must submit a Notice of Intent to Respond in writing prior to submitting a full proposal. The Notice of Intent ensures the firm is added to OMID’s distribution list for any addenda, clarifications, or updates to this Request for Proposals.

 

Notices of Intent must be submitted by 5:00 p.m. (Mountain Time) on November 21, 2025., via email to info@omirrigation.com with the subject line:
“Notice of Intent to Respond – Canals 1 & 2 Piping Project.”

 

The Notice of Intent should include:

  • Company name and primary contact information (name, title, email, phone number)
  • Statement of intent to submit a proposal
  • Acknowledgment of receipt of this RFP

 

Firms that do not submit a Notice of Intent by the deadline may not receive updates, clarifications, or addenda issued by OMID and will be solely responsible for ensuring they have the most current RFP materials prior to submission.

 

4         Site Visit and Preproposal Conference

A site visit and pre-proposal conference will be held by OMID to provide proposers an overview of the Canals 1 & 2 Piping Project and the project area. Attendance is optional but strongly encouraged, as the conference will include important information about project conditions, access, and expectations for proposal development.

 

The site visit will be held at 1:00 pm on November 24, 2025, beginning at the OMID Office located at 668 38 Road, Palisade, CO 81526, and will include a tour of key segments of Canals 1 and 2.

 

Firms planning to attend must confirm participation by sending an email to info@omirrigation.com no later than 5:00 pm on November 21, 2025, with the subject line:

“Site Visit Confirmation – Canals 1 & 2 Piping Project.”

 

5         Proposed Scope of Work

The proposed scope of services must meet the specifications described in Attachment A to this Request for Proposals (“RFP”).

 

 

6         Qualifications, Experience, and Evaluation Criteria

Proposers must demonstrate that they are licensed to perform engineering services in the State of Colorado and shall maintain such licensure throughout the term of the contract.

 

To qualify for consideration, proposers must have a minimum of five (5) years of experience designing irrigation or water conveyance piping projects of similar scope, scale, and technical complexity.

 

Qualified proposers will be evaluated based on the following primary criteria, described further in Section 10 (Evaluation of Proposals):

 

  • Specialized experience of the firm and project team;
  • Capacity to perform the work within required timelines;
  • Understanding of the project and approach to the scope of work;
  • Communication, availability, and clarity of proposal; and
  • Past performance and references.

 

Proposals will also be evaluated on demonstrated ability to coordinate with Reclamation and federal funding partners, familiarity with NEPA and Section 106 processes, and experience delivering projects under federally funded irrigation modernization programs.

 

7         Contract Administration

OMID’s Contract Administrator for this RFP and resulting contract will be:

 

Jackie Fisher, District Manager
Orchard Mesa Irrigation District
668 38 Road
Palisade, CO 81526
Phone: (970) 201-3015
Email: jackie@omirrigation.com

 

The Contract Administrator will serve as the primary point of contact for all matters related to this RFP, including submission of questions, coordination of the selection process, and contract execution.

 

The selected Contractor will be required to coordinate with:

 

  • Orchard Mesa Irrigation District (OMID) for project oversight and approvals;
  • Farmers Conservation Alliance (FCA) for project administrative and coordination support; and
  • Reclamation for compliance with federal requirements, including environmental and cultural resource review and construction authorization.

 

All contract terms, deliverables, and communication protocols will be formalized during contract negotiation and included in the executed agreement.

 

8         Proposal Instructions

8.1       Submission Requirements

Proposals must be submitted electronically as a single PDF file by email to info@omirrigation.com. Paper submissions will not be accepted.

 

The subject line of the submission email shall read:
“Proposal – Canals 1 & 2 Piping Project – [Firm Name].”

 

Proposals must be received no later than 11:59 p.m. (Mountain Time) on December 15, 2025. Proposals received after this deadline will not be considered.

 

All proposals must be complete and include all information requested in this RFP. Incomplete or non-conforming proposals may be rejected at OMID’s sole discretion.

 

8.2       Questions and Clarifications

All questions regarding this RFP shall be submitted in writing by email to info@omirrigation.com no later than 5:00 p.m. (Mountain Time) on November 28, 2025.

 

Responses to questions that OMID determines require clarification will be issued in writing as addenda and made available to all firms that have submitted a Notice of Intent to Respond. Addenda will also be posted to OMID’s website: omirrigation.com/news/ no later than 3:00 p.m. on December 3, 2025.

 

Proposers are solely responsible for ensuring they have received all addenda before submitting their proposal. OMID will not be responsible for proposals that do not reflect the most current RFP information.

8.3       Contact and Communication Protocol

All correspondence regarding this solicitation, including submission of questions, addenda acknowledgments, and the final proposal, shall be directed to the OMID Contract Administrator identified in Section 7.

 

8.4       Acknowledgment of Conditions

By submitting a proposal, each proposer acknowledges that it has read, understands, and agrees to the terms and conditions of this RFP and any issued addenda. Submission of a proposal constitutes acceptance of all requirements, terms, and conditions contained herein.

 

 

9         Proposal Contents

Each proposal shall contain no more than twenty-nine (29) pages of written material describing the qualifications of the proposer to perform the work requested. Page limits listed below include all exhibits, tables, and graphics.

 

9.1       Company Information

Complete Proposal Form #1 (Attachment B) with company information and indicate the proposer’s willingness to participate in this RFP.

 

Validate the proposal with an authorized signature.

 

The company overview should include:

 

  • Legal structure and length of time in business;
  • Primary firm contact information;
  • Specialized experience, certifications, and technical competence; and demonstrating the firm’s ability to meet the project requirements.

 

Not to exceed five (5) pages.

 

Evaluation Criterion [Up to 5 points]: Availability to the project locale and familiarity with local building, permitting, and construction requirements.

 

9.2       Contact Information and Staffing

Provide the name, title, phone number, and email of the individual who will serve as the primary contact for the contract.

Identify all proposed key personnel, including their roles, qualifications, and relevant experience. Provide a brief job description and estimated level of involvement for each key staff member.

 

The proposal shall also describe how staffing resources will be allocated to meet the following anticipated design and permitting schedule:

 

  • 30% Design Submittal: No later than June 2026,
  • 60% Design Submittal: No later than December 2026
  • 100% Final Design Submittal: No later than July 2027
  • Environmental and Cultural Resource Compliance Completion: No later than April 2027
  • Construction Oversight and Contract Administration: Expected to occur over two off irrigation seasons: Fall 2027 through Spring 2028 and Fall 2028 through Spring 2029, aligning with the off-season construction period.

 

Proposers should confirm whether these target dates are achievable based on their proposed staffing levels and workload projections.

 

Not to exceed five (5) pages.

 

Evaluation Criterion [Up to 15 points]: Availability of qualified, experienced staff; demonstrated ability to perform similar work; and adequacy of resources to complete 30%, 60%, and 100% designs and associated permitting within the specified timelines.

 

9.3       Proposed Project Approach

Describe, succinctly and clearly, the firm’s approach to performing the work described in the Scope of Work (Attachment A).

 

Include:

  • Proposed methods, sequence, and management structure;
  • Proposed project schedule and milestones for major deliverables;
  • Coordination approach with OMID, FCA, and Reclamation; and
  • Anticipated permitting and environmental compliance strategy.

 

Not to exceed ten (10) pages.

 

Evaluation Criterion [Up to 20 points]: Understanding of the project, proposed approach and methodology, management structure, and overall clarity of presentation.

 

9.4       Company References, Capacity, and Experience

List up to five (5) references for completed projects similar in size and scope to the work described in this RFP. For each reference, include:

  • Project name and description;
  • Location and completion year;
  • Client organization and contact information (name, phone, and email).

 

Not to exceed five (5) pages.

 

Evaluation Criterion [Up to 25 points]: Past performance on similar projects, quality of work, adherence to budget and schedule, cost control, and effectiveness of communication with clients.

9.5        Business Practices:

Describe business practices that demonstrate efficiency and responsible resource management.

Examples may include use of energy-efficient equipment, digital plan management, waste reduction measures, or innovative project delivery methods.

 

Not to exceed one (1) page.

 

Evaluation Criterion [Up to 5 points]: Implementation of effective business and operational practices that improve efficiency and cost-effectiveness.

9.6       Ownership, Financial Stability, and Contracting Practices:

Provide a brief description of the firm’s ownership structure, financial stability, and workforce management practices.
Identify efforts to provide fair contracting opportunities and promote participation by local or emerging businesses.

 

Not to exceed one (1) page.

 

Evaluation Criterion [Up to 5 points]: Demonstrated operational stability, financial integrity, and contracting practices.

 

9.7       Exceptions and Comments

To ensure consistency in evaluation, all proposers must follow the format of this RFP.

List and explain any exceptions, clarifications, or comments regarding this RFP or the Scope of Work.

 

Not to exceed two (2) pages.

 

Evaluation Criterion: Not scored. Exceptions and comments will be reviewed for completeness and reasonableness.

 

10    General Proposal and Contract Conditions

10.1  Limitation and Award

This RFP does not commit OMID to award a contract, nor to pay any costs incurred in the preparation or submission of proposals. OMID reserves the right to waive minor irregularities, accept or reject any or all proposals received, negotiate with any or all qualified sources, or cancel all or part of this RFP if deemed in the District’s best interest.

 

The contract, if awarded, will be made to the highest-ranked responsive and responsible proposer whose proposal is most advantageous to OMID, considering qualifications, capacity, and overall value.

 

The contract will be a Firm Fixed Price contract for the Scope of Work described in Attachment A. Any services requested by OMID or required due to changed conditions outside of the defined Scope of Work shall be handled as Change Order Services. For such Change Order Services, the Parties will agree to pre-negotiated hourly or unit rates.

 

On or about November 22, 2025, OMID will provide the Contract Documents and the contract that will serve as the template for negotiations with the awardee to those firms that timely submit Notices of Intent.

 

10.2  Billing and Payment Procedures

The billing procedures of the selected firm are subject to OMID’s review and prior approval before payment for services can occur.
Invoices shall:

 

  • Include an itemized description of services performed, labor hours, and associated costs;
  • Reference the task number and deliverables identified in the approved Scope of Work; and
  • Be submitted no more than once per month to the Contract Administrator identified in Section 7.

OMID will pay approved invoices within forty-five (45) days of receipt, contingent upon approval of payment requests by Reclamation. Invoices that do not clearly reference approved tasks and deliverables may be returned for clarification prior to payment.

10.3  Validity Period and Authority

Proposals shall remain valid for at least ninety (90) days after the submission deadline and shall contain a statement to that effect.

Each proposal shall identify the individual(s) with authority to bind the firm during the evaluation and negotiation period, including full contact information (address, phone, and email).

 

10.4  Conflict of Interest

By submitting a proposal, the proposer certifies that:

 

  • No officer, agent, or employee of OMID has a financial interest in this proposal or participated in its preparation;
  • The proposal is made in good faith, without fraud, collusion, or connection with any other proposer for the same work; and
  • The proposer is competing solely on its own behalf, without obligation to any undisclosed individual or organization.

 

Any identified or potential conflicts of interest shall be disclosed in writing at the time of submission. OMID reserves the right to determine whether such conflicts render the proposer ineligible for award.

 

11    Evaluation of Proposals.

Proposals that conform to the RFP instructions will be evaluated by a Selection Committee established by OMID using the evaluation criteria identified in Section 9 of this RFP. The committee will review, score, and rank all proposals beginning with the highest-scoring proposal in descending order. OMID may conduct interviews or request additional information from proposers prior to final selection but reserves the right to complete the evaluation based solely on written submissions. OMID may contact references listed in the proposer’s submission to verify past performance, quality of work, and client satisfaction.

 

Proposals will be evaluated based on the following criteria: (1) Specialized experience of the firm and project team; (2) Capacity to perform the work within required timelines; (3) Understanding of the project and approach to the scope of work; (4) Communication, availability, and clarity of proposal; and (5) Past performance and references. Each criterion will be scored according to the point values identified in Section 9.

 

Following evaluation, OMID will rank all proposers and begin negotiations with the highest-ranked proposer. If OMID and the highest-ranked proposer are unable to reach an agreement within a reasonable period, OMID may, in its sole discretion, terminate negotiations and begin discussions with the next-highest-ranked proposer. This process may continue until a satisfactory agreement is reached or all proposals are rejected.

 

All proposers will be notified in writing of OMID’s Notice of Intent to Award. OMID reserves the right, in its sole discretion, to terminate negotiations at any time prior to entering into a final agreement or to cancel the solicitation entirely. The contract, if one is awarded, will be made to the proposer whose proposal is determined to be most advantageous to OMID, considering qualifications, capacity, and overall value to the District.

 

12    Estimated Timeline.

The following is the anticipated schedule for this procurement and contract award. Dates are subject to change at OMID’s sole discretion. All times listed are Mountain Time.

 

Milestone Date / Deadline
RFP Issued November 15, 2025
Deadline for Notice of Intent to Respond November 21, 2025 – 5:00 p.m.
Site Visit and Preproposal Conference November 24, 2025 – 1:00 p.m.
Deadline for Questions November 28, 2025 – 5:00 p.m.
Responses to Questions / Addenda Issued December 3, 2025 – 3:00 p.m.
Proposal Deadline December 15, 2025 – 11:59 p.m.
Evaluation and Ranking of Proposals Jan-26
Notice of Intent to Award Jan-26
Contract Award and Execution Feb-26
Project Kick-Off Meeting Mar-26
30 % Design Submittal Jun-26
60 % Design Submittal Dec-26
100 % Final Design Submittal Jul-27
Environmental and Cultural Compliance Completion Apr-27
Construction Oversight Period Fall 2027 – Spring 2029

 

This schedule represents OMID’s desired timeline for procurement, design, and project implementation. Proposers should base their schedules and staffing plans on these milestones and note any alternative recommendations within their proposals.

 

Attachment A – Scope of Work

ORCHARD MESA IRRIGATION DISTRICT (OMID)

Engineering and Permitting Services

Orchard Mesa Irrigation District – Canals 1 & 2 Piping Project

 

1         Project Background.

Orchard Mesa Irrigation District (OMID or the District) is a 1921 Act irrigation district serving agricultural and residential irrigation users in suburban areas of Palisade and Grand Junction, Colorado. OMID’s water supply is diverted from the Colorado River at the Grand Valley Diversion Dam and lifts flow to Orchard Mesa for irrigation deliveries via four hydraulic pumps. OMID delivers water through a network of approximately 40 miles of canals to about 6,764 patrons. These patrons irrigate about 9,219 acres of farms, vineyards, orchards, and subdivisions from east of the Town of Palisade and south of the Colorado River to the confluence of the Gunnison River near Grand Junction. OMID is the Orchard Mesa Division of the Bureau of Reclamation’s (Reclamation) Grand Valley Project.

 

Infrastructure within the District is owned by either OMID or Reclamation, depending on the section. Much of the District’s delivery infrastructure, originally constructed in the early 1900’s, is aging and inefficient.

 

OMID has entered into an agreement with the United States Bureau of Reclamation (Reclamation) to design and construct the Orchard Mesa Irrigation District – Canals 1 & 2 Piping Project. OMID’s Canals 1 and 2, approximately 120 years old, include Reclamation-owned features within the project area. The canals are currently open channel with earthen berms and intermittently lined sections of varying lining material.

 

The proposed piping project targets the western end of the system where canal seepage and operational and end spills are most impactful to OMID’s operation. Improvements to these canals will increase system efficiency.

2         Project Description.

OMID seeks a qualified engineering firm provide full engineering, environmental/cultural compliance, permitting, bid-phase, and construction-phase services to convert approximately 8.4 miles of OMID’s Canals 1 & 2 (and the Canal 2 overflow ditch) from open channel to a pressurized pipeline system. The conversion will include approximately 4.8 miles of Canal 1, 2.9 miles of Canal 2, and 0.7 miles of the overflow ditch. Attachment C provides a map of the proposed project area.

 

The Contractor will develop 30%, 60%, and 100% design plans and technical specifications, along with an Opinion of Probable Cost (OPCC) for construction in a bid-ready package. Construction phasing will be incorporated throughout the design to ensure OMID’s system remains operable during the irrigation season. The engineering firm will secure the necessary permits, perform surveying, and support acquisition of easements. In parallel with final design, the engineering firm will work with OMID to prepare a construction bid package and will provide bid-phase support. During construction, the engineering firm will provide construction administration/oversight to ensure that the project is delivered in accordance with the final design, schedule, and permit conditions.

 

3         Project Objectives.

The objectives of the Orchard Mesa Irrigation District – Canals 1 & 2 Piping Project are as follows:

 

  • Develop 30%, 60%, and 100% design plans and specifications for the Canals 1 & 2 Piping Project.
  • Evaluate existing stormwater inlets, outlets, and cross-drainage features along Canals 1 and 2; identify required conveyance modifications, stormwater tie-ins, and culvert replacements necessitated by piping the canal system.
  • Incorporate construction-phasing plans to maintain OMID operations during the irrigation season; identify temporary works and tie-in sequencing.
  • Complete environmental and cultural-resource compliance documentation required by NEPA, including Section 106 and ESA consultation, in coordination with Reclamation, and prepare a Stormwater Management Plan (SWMP) addressing stormwater inlets, outlets, drainage dependencies, and stormwater conveyance modifications necessitated by the conversion of Canals 1 and 2 to pipeline.
  • Confirm, document, and record existing easements for the current canal alignments; identify any gaps or encroachments; and support acquisition of additional temporary construction easements and limited permanent easements needed for proposed realignments or appurtenances.
  • Conduct topographic and boundary surveys sufficient for final design and construction staking. The survey shall capture canal centerlines, rights-of-way, structures, crossings, utilities, and other relevant features necessary to prepare accurate design plans and easement documentation.
  • Perform subsurface investigations, including borings and/or test pits, laboratory testing, and geotechnical reporting as needed to inform trench design, embedment requirements, and structural design of crossings, valves, and appurtenances.
  • Provide Class 3, Class 2, and Class 1 Opinions of Probable Construction Cost (OPCC) to support funding and construction readiness.
  • Coordinate closely with FCA, OMID, Reclamation, and applicable permitting and resource agencies throughout design and compliance processes.
  • Deliver a final, bid-ready package that integrates all environmental commitments and permitting requirements.
  • Provide construction-phase administration and oversight to help ensure the project is constructed in accordance with the final design, specifications, and permit conditions.

 

 

4         Tasks to Complete.

The Proposer awarded the contract will be engaged to complete the following specific tasks:

4.1         Project Management and Coordination

  • Develop a detailed project management plan, including schedule, quality control plan, and communication protocols.
  • Facilitate a project kickoff meeting with OMID, FCA, and Reclamation.
  • Conduct regular progress meetings (virtual or in person) and maintain an action item and decision log.
  • Coordinate with OMID staff, FCA, Reclamation, and regulatory agencies throughout the project.
  • Prepare monthly progress reports summarizing activities, schedule, and budget status.

 

Deliverables:
Project management plan, kickoff agenda and minutes, monthly progress reports, decision log, and updated schedule.

 

4.2        Data Compilation and Field Investigations

  • Review and compile all available design records, as-built drawings, mapping, and easement information.
  • Conduct a field review of existing canal segments and appurtenances to confirm conditions, constraints, and constructability.
  • Identify all existing stormwater drainage dependencies on the canal system (e.g., stormwater from roads, subdivisions, orchard drains) and document how stormwater currently enters or exits the canal system and where replacement conveyance will be needed.
  • Identify utility crossings, surface features, and physical limitations affecting alignment or construction.

 

Deliverables:
Existing data summary, field review notes, and preliminary constraints map.

 

4.3        Surveying

  • Conduct detailed topographic and boundary surveying sufficient for 100% design and easement documentation.
  • Establish survey control and benchmarks for use throughout design and construction.
  • Identify and map utilities, crossings, structures, rights-of-way, and any encroachments; existing stormwater inlets, outlets, cross-culverts, ditch drains, and roadway drainage features that currently discharge into or rely on Canals 1 and 2.
  • Provide survey data in AutoCAD Civil 3D (or compatible format) and ESRI shapefile format.

 

Deliverables:
Survey control report, topographic and boundary survey, digital CAD and GIS data.

 

4.4        Geotechnical Investigations

  • Perform geotechnical investigations, including test pits, borings, and laboratory testing as necessary to characterize soil and groundwater conditions.
  • Evaluate trench stability, bedding, backfill, and compaction requirements.
  • Provide recommendations for pipe embedment, anchoring, corrosion protection, and structure foundations.

 

Deliverables:
Geotechnical report with findings, laboratory results, and design recommendations.

 

4.5         Easement Confirmation and Acquisition Support

  • Confirm and document all existing easements along the project alignment.
  • Identify gaps or deficiencies and prepare exhibits and legal descriptions for new easements.
  • Coordinate with OMID to support easement acquisition and recordation.
  • Update the easement map as new rights are secured.

 

Deliverables:
Easement inventory and map, legal descriptions, and recordable exhibits.

 

4.6        Environmental and Cultural Resource Compliance

  • Complete environmental and cultural resource documentation required by NEPA, including Section 106 and ESA consultations, in coordination with Reclamation.
  • Prepare technical reports (biological assessments, cultural surveys, environmental commitments matrix) as required.
  • Incorporate mitigation measures and permit conditions into final design and specifications.

 

Deliverables:
NEPA documentation, Section 106 and ESA consultation materials, and environmental commitments matrix.

 

4.7         30%, 60%, and 100% Design Development

  • Develop 30%, 60%, and final (100%) design plans, technical specifications, and OPCCs.
  • Design stormwater conveyance modifications including new inlets/outlets, culverts, bypass piping, or diversion structures needed to maintain existing drainage functionality after piping.
  • Integrate SWMP requirements into design drawings and technical specifications.
  • At each stage, conduct a review meeting with OMID, FCA, and Reclamation.
  • Incorporate construction phasing, tie-in sequencing, and outage plans to maintain irrigation deliveries during the construction season.
  • Address constructability, safety, and operational considerations at each milestone.

 

Deliverables:
30%, 60%, and 100% design submittals including drawings, specifications, OPCC, and comment response logs.

 

4.8        Permitting and Approvals

  • Identify all required local, state, and federal permits.
  • Prepare and submit permit applications and supporting documentation, including a Stormwater Management Plan (SWMP) in compliance with Reclamation requirements, Colorado water quality regulations, and local drainage standards.
  • Coordinate with permitting agencies, including municipal stormwater authorities as applicable, and respond to comments until permits are obtained.
  • Maintain a permit tracking log with status updates and deadlines.

 

Deliverables:
Permit matrix, permit applications, Stormwater Management Plan, agency correspondence, and issued permits.

 

4.9        Bid-Phase Support

  • Prepare a complete bid package (front-end documents, technical specifications, and drawings).
  • Support OMID in advertising and conducting the bid process.
  • Respond to bidder inquiries, prepare addenda, and assist with bid evaluations and award recommendations.

 

Deliverables:
Bid package, pre-bid meeting materials, addenda, bid tabulation, and recommendation of award.

 

4.10    Construction-Phase Services

  • Provide limited construction-phase engineering services to support OMID during construction.
  • Review submittals and shop drawings, respond to RFIs, and issue clarifications.
  • Attend progress meetings and conduct periodic site visits to verify general compliance with the design intent.
  • Review pay applications and change orders.
  • Conduct final inspection, prepare punch lists, and provide record drawings (as-builts).

 

Deliverables:
Submittal/RFI log, site observation reports, pay application reviews, substantial and final completion documentation, and record drawings.

 

 

Attachment B – Proposal Form #1

ORCHARD MESA IRRIGATION DISTRICT (OMID)

Engineering and Permitting Services

Orchard Mesa Irrigation District – Canals 1 & 2 Piping Project

 

PROPOSER INFORMATION AND CERTIFICATION FORM

 

PROPOSER:

Company Name [DBA]:

Legal Name:

Type of Organization [circle one]:  Sole Proprietor/Partnership /Corporation/Limited Liability Company

State of Formation:

Proposer’s License Number, if applicable:

Address to which all communications concerned with this proposal and with the contract shall be sent:

 

Street

State

City

Zip Code

 

Names of the principal officers of the entity submitting this proposal, or of the partnership, or of all persons interested in this proposal as principals are as follows:

___________________                                             ____________________

 

___________________                                             ____________________

 

___________________                                             ____________________

 

 

CERTIFICATION

By signing below, the Proposer certifies that he/she has read, understands and agrees to abide by all terms and conditions of the Request for Proposal if awarded, including but not limited to the following:

 

PROPOSER’S DECLARATION:

The undersigned, hereinafter called the Proposer, declares that the only persons or parties interested in this proposal are those named herein, that this proposal is, in all respects, fair and without fraud, that it is made without collusion with any official of Orchard Mesa Irrigation District, and that the proposal is made without any connection or collusion with any person making another proposal on this Agreement. Specifically, and not by way of limitation, the Proposer certifies that, prior to the award of a contract, if any, pursuant to this Proposal, Proposer has not:

 

  1. Made an offer or promise of future employment or business opportunity to, or engaged in a discussion of future employment or business opportunity with, an evaluator or member of Orchard Mesa Irrigation District;
  2. Offered, given or promised to offer or give money, a gratuity or any other thing of value to an evaluator or member of Orchard Mesa Irrigation District; or
  3. Solicited or obtained from an officer, employee or member of Orchard Mesa Irrigation District:
    • Any proprietary information regarding the contract; or
    • Any information regarding a bid on the contract submitted by another person, unless such information is available to the general public.

 

The Proposer further declares that he or she has carefully examined the applicable Contract Documents for the design and construction of the project, has had the opportunity to personally inspect the site if desired, has satisfied himself or herself as to the scope of work involved, and that this proposal is made according to the provisions and under the terms of the Contract Documents, which documents are hereby made a part of this proposal.

 

CONTRACT EXECUTION:

The Proposer agrees that if this proposal is accepted, he or she will sign the Agreement in substantially the form provided on or about November 22, 2025, and will to the extent of his or her proposal, furnish all services, machinery, tools, apparatus, and other means of engineering and design and do the work and furnish all the materials necessary to complete the work in the manner, in the time, and according to the methods specified in the Contract Documents and required by Orchard Mesa Irrigation District thereunder.

 

The Proposer agrees, if their proposal is accepted, they shall accept as full payment for the Scope of Work in Attachment A, at a firm fixed price, in the amount indicated on their submitted proposal and Change Order Services at the rates and unit prices submitted with this Proposal.

 

CERTIFICATES OF INSURANCE:

The Proposer further agrees to furnish the Owner, before commencing the work under the Contract, the certificates of insurance as specified in the Contract Documents provided on or about November 22, 2025.

 

FURTHER ACKNOWLEDGEMENTS:

Proposer further certifies as follows:

  1. Proposal is FIRM for 90 days following the Closing.

 

  1. The Proposer certifies that it will comply with all applicable federal, state, and local laws, regulations, and codes, including but not limited to federal and state flow-down provisions and nondiscrimination and equal opportunity requirements, Title VI of the Civil Rights Act of 1964 (42 U.S.C. §2000d), which prohibits discrimination under federally assisted programs; Title VII of the Civil Rights Act of 1964 (42 U.S.C. §2000e), which prohibits employment discrimination; Executive Order 11246, Equal Employment Opportunity; Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. §794), as amended; The Age Discrimination Act of 1975 (42 U.S.C. §§6101–6107); and The Americans with Disabilities Act of 1990 (42 U.S.C. §12101 et seq.). The Proposer agrees not to discriminate against any employee or applicant for employment, or in the award of subcontracts, on the basis of race, color, religion, sex, national origin, age, or disability, as required by federal law and Colorado state law, the Trafficking Victims Protection Act of 2000 (2 CFR Part 175.15; 2 CFR Part 184), Section 70914 of the Build America, Buy America Act, the Geospatial Act of 2018, Requirements for a Drug-Free Workplace (2 CFR 1401) and the requirements of 2 CFR Part 200, et. Seq.

 

  1. If awarded a contract, the Proposer agrees to perform the scope of work and meet the performance standards set forth in the final negotiated contract and statement of work.

 

  1. If awarded a contract, the Proposer further declares that he or she is professionally qualified and licensed to perform the work being proposed, and that he or she will comply with all applicable state and federal laws during the performance of such work.

 

IT IS HEREBY DECLARED AND CERTIFIED.

(If sole proprietor or partnership)

In witness whereof the undersigned has set their (its) hand this _____ day of ________, 20___.

 

___________________________________________

Signature of Proposer

 

 

____________________________________

Title

 

(If corporation)

In witness whereof the undersigned corporation has caused this instrument to be executed by its duly authorized officers this ____ day of ________, 20___.

 

___________________________________________

Name of Corporation

 

 

____________________________________

Signature of Authorized Representative

 

 

___________________________________________

Title

 

 

 

AFFIDAVIT OF TRADE SECRET

Failure to complete this Affidavit will be deemed a full waiver of rights to

confidentiality for any trade secret.

 

_____________________(Affiant), being first duly sworn under oath, and representing ______________________   [insert Proposer] ] (hereinafter “Proposer”), hereby deposes and swears or affirms under penalty of perjury that:

  1. I am the Proposer, I have knowledge of the Request for Proposals referenced herein, and I have full authority to submit this affidavit and accept the responsibilities stated herein.

 

  1. I am aware that the Proposer has submitted a Proposal, dated on or about__________ [insert date] (the “Proposal”), to the Orchard Mesa Irrigation District in response to Request for Proposal for Engineering and Permitting Services for the Orchard Mesa Irrigation District – Canals 1 & 2 Piping Project, and I am familiar with the contents of the RFP, Contract Documents and Proposal.

 

  1. I understand that the Proposal may be deemed a public record held by a public body and is subject to disclosure under the applicable public records laws unless specifically exempt from disclosure under those laws.

 

  1. I believe the following information described or contained in the Proposal is exempt from public disclosure (collectively, the “Exempt Information”):

 

_________________________________________________________

 

It is my opinion that the Exempt Information constitutes a “Trade Secret” under applicable public records laws because that information is either:

 

  1. A formula, plan, pattern, process, tool, mechanism, compound, procedure, production data, or compilation of information that:
    1. is not patented,
    2. is known only to certain individuals within the Proposer’s organization and that is used in a business the Proposer conducts,
  • has actual or potential commercial value, and
  1. gives its user an opportunity to obtain a business advantage over competitors who do not know or use it.

– OR –

  1. Information, including a drawing, cost data, customer list, formula, pattern, compilation, program, device, method, technique or process that:
    1. Derives independent economic value, actual or potential, from not being generally known to the public or to other persons who can obtain economic value from its disclosure or use; and
    2. Is the subject of efforts by the Proposer that are reasonable under the circumstances to maintain its secrecy.

 

  1. I understand that disclosure of the information referenced in this Affidavit may depend on official or judicial determinations made in accordance with applicable laws.

____________________________                                   ______________

Affiant’s Signature                                                              Date

 

 

STATE OF ______________                       )                                                                                         )           ss.

County of ________________        )

 

The foregoing instrument was acknowledged before me this ___ day of______, 2025, by _____________________.

 

______________________________

Notary Public for _________________.

My commission expires: ___________.

 

Attachment C – Project Area Map

ORCHARD MESA IRRIGATION DISTRICT (OMID)

Engineering and Permitting Services

Orchard Mesa Irrigation District – Canals 1 & 2 Piping Project

 

 

 

 

 

Attachment D – Sample Contract

ORCHARD MESA IRRIGATION DISTRICT (OMID)

Engineering and Permitting Services

Orchard Mesa Irrigation District – Canals 1 & 2 Piping Project

 

 

To be provided on or about November 22, 2025, to firms that timely submit Notices of Intent.

Share this post? Facebook Twitter Linkedin