Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20061617.tiff
AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into this /7 day of �LZ/1c. , 2006, by and between the County of Weld, State of Colorado, by and on behalf of Public Works Department, whose address is 1111 H St., P.O. Box 758, Greeley, Colorado 80632, hereinafter referred to as "County Department," and HNTB Corporation, whose address is 1600 Broadway. Suite 1300, Denver, CO 80202, hereinafter referred to as "Contract Professional." WITNESSETH: WHEREAS, County Department is in need of hiring an independent contract professional to perform the following "Professional Services:" The professional services for the design and construction management of Weld County Bridge 87/42.5A over the South Platte River as detailed in the Scope of Services attached hereto as ordered by County Department and WHEREAS, Contract Professional has the time available and is willing to perform the Professional Services, according to the terms of this Agreement. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. TERM: The term of this Agreement shall be from date of execution shown above, through and until completion of final design services as defined in the attached Scope of Work and as shown in the attached schedule. The term may be extended by modification of this contract as agreed to by both parties, in writing. 2. SERVICES PROVIDED BY CONTRACT PROFESSIONAL: Contract Professional agrees to perform the Professional Services for the compensation provided below and as attached in the Scope of Work. COMPENSATION: County Department agrees to pay Contract Professional for all service performed hereunder as follows: The Professional Services shall be provided at the rates set forth in the Scope of Work and shall not exceed the maximum compensation of$338,822.00. This fee is compensation for design services only as described in the attached Scope of Work and Fee Summary. Compensation for construction services are shown in the Scope of Work with a Fee Summary as information only. Upon completion of design services, the shown construction services may be requested by the County Department to the Contract Professional. If the Contract Professional is agreeable in performing the services, the Scope of Work and Fees shown in the attached exhibits can be revised to reflect any changed construction services and/or hourly rates. A contract change order will be written to include the revised construction services and extend the term of this Agreement. All compensation amounts payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Any additional services completed beyond those described in the Scope of Work shall be authorized by the County Department at a fee negotiated between the County Department and Contract Professional using the established hourly rates attached to this Agreement. Invoices will be paid within 60 days of being received and accepted by the County Department. 3. INDEPENDENT CONTRACTOR: Contract Professional agrees that he or she is an independent contractor and will not become an employee of County Department, nor is he or she entitled to any employee benefits from County Department as a result of the execution of this Agreement. 4. INDEMNIFICATION, DESIGN AND INSURANCE: Contract Professional shall indemnify and hold harmless County Department and CDOT, its officers and employees, against liability for injury or damage and losses, damages and expenses to the extent caused by any negligent act or omission by Contract Professional or any person or organization for whom Contract Professional is legally liable in the performance of services under this Agreement. Contract Professional shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all services rendered by Contract Professional and shall, without additional compensation, ... ........ . ..... WCB 87/42.5A over the South Platte River c6,4)5, e9(o-fy"00 Ad 2006-1617 promptly remedy and correct any negligent errors, omissions, or deficiencies. Contract Professional shall maintain commercial general liability insurance in the amount of $500,000 per occurrence and errors and omissions insurance in the amount of$1,000,000. 5. NON-ASSIGNMENT: Contract Professional may not assign or transfer this Agreement, any interest therein or claim thereunder, without the prior written approval of County Department. 6. ACCESS TO RECORDS: County Department shall have access to Contract Professional's financial records for the purposes of audit. Such records shall be complete and available for audit 90 days after final payment hereunder and shall be retained and available for audit purposes for at least five years after final payment hereunder. 7. TERMINATION: Either party may terminate this Agreement at any time by providing the other party with a 10-day written notice thereof. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. In the event of termination, the Contract Professional shall supply the County Department with copies all work products completed to date, including but not limited to electronic files, reports, computations, etc. All work products completed on this project shall be owned by the County Department. 8. TIME OF THE ESSENCE: Time is of the essence in each and all of the provisions of this Agreement. 9. ENTIRE AGREEMENT/MODIFICATIONS: This Agreement constitutes the entire understanding between the parties with respect to the promises and covenants made therein. No modification of the terms of this Agreement shall be valid unless made in writing and agreed to by both parties. 10. NON-APPROPRIATION: No portion of this Agreement shall be deemed to create an obligation on the part of County Department to expend funds not otherwise appropriated in each succeeding year. 11. WAIVER OF IMMUNITIES/THIRD PARTY LIABILITY: No portion of this Agreement shall be deemed to constitute a waiver of any immunities of County Department or its officers or employees may possess, nor shall any portion of this Agreement be deemed to have created a duty of care with respect to any persons other than County Department and not a party to this Agreement. 12. COUNTY REPRESENTATIVE: County Department will designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. 13. MONTHLY REPORT: Commencing thirty (30) days after the date of execution of this Agreement and every thirty (30) days thereafter, Contract Professional is required to provide County Representative with a written report of the status of the work with respect to the Scope of Services, Work Schedule, and other material information. Failure to provide any required monthly report may, at the option of the County, suspend the processing of any partial payment request. 14. ACCEPTANCE NOT WAIVER: County Department's approval of drawings, designs, plans, specifications, reports, and incidental work or materials furnished hereunder shall not in any way relieve Contract Professional of responsibility for the quality or technical accuracy of the work. County Department's approval or acceptance of, or payment for, any of the services shall not be construed to operate as a waiver of any rights or benefits provided to County Department under this Agreement. 15. OTHER REQUIREMENTS: The design work under this contract shall be compatible with the requirements of a separate contract between the Local Agency and the State (which is incorporated herein by this reference) for the design/construction of the project. The State is an intended third party beneficiary of this contract for that purpose. . .. .. .......... . ... WCB 87/42.5A over the South Platte River Page 2 of 3 Upon advertisement of the project work for construction, the Contract Professional shall make available services as requested by the State to assist the State in the evaluation of construction and the resolution of construction problems that may arise during the construction of the project. The Contract Professional shall review the construction contractor's shop drawings for conformance with the contract documents and compliance with the provisions of the State's publication, "Standard Specifications for Road and Bridge Construction", in connection with this work. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 14th day of June 2006 COUNTY DEPARTMENT: 'ion` ATTEST: ��.,� /. /4•• NTY OF WELD a political subdivision Weld County flail '' ' �,-I to the Boar. .f the STATE OF COLORADO: a I I .. It`�� .% �% D- uty Cle w to the-Board 'V/�� fig �e Geil Chairman •• /F�` '....ard of County Commissioners of the County of Weld CONTRACT P-OFESSIONAL: _----2 06/14/2006 ir/ �� Lz Date 5—TiZ- "p!p ame: I iF� . Jlf d Title: i `'.L _ , C / /� ,, SUBSCRIBED AND SWORN to before me thisX �d�Jyy of ,a, , WITNESS my hand and official seal. , Not Public ` ." L�;Z�L�/ My commission expires: /y 9 Attachments: Addendum A: Federal Requirements Attachment LO: Certificate for Federal-Aid Contracts Zate-1 l l WCB 87/42.5A over the South Platte River Page 3 of 3 ADDENDUM A: FEDERAL REOUIREMENTS Federal laws and regulations that may be applicable to the Work include: A. The "Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments (Common Rule), at 49 Code of Federal Regulations, Part 18, except to the extent that other applicable federal requirements (including the provisions of 23 CFR Parts 172 or 633 or 635) are more specific than provisions of Part 18 and therefore supersede such Part 18 provisions. The requirements of 49 CFR 18 include,without limitation: 1. the Local Agency/Contractor shall follow applicable procurement procedures,as required by section 18.36(d); 2. the Local Agency/Contractor shall request and obtain prior CDOT approval of changes to any subcontracts in the manner,and to the extent required by,applicable provisions of section 18.30; 3. the Local Agency/Contractor shall comply with section 18.37 concerning any subgrants; 4. to expedite any CDOT approval, the Local Agency/Contractor's attorney, or other authorized representative, shall also submit a letter to CDOT certifying Local Agency/Contractor compliance with section 18.30 change order procedures, and with 18.36(d) procurement procedures, and with 18.37 subgrant procedures, as applicable; 5. the Local Agency/Contractor shall incorporate the specific contract provisions described in 18.36(i)(which are also deemed incorporated herein) into any subcontract(s) for such services as terms and conditions of those subcontracts. B. Executive Order 11246 of September 24, 1965 entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967 and as supplemented in Department of Labor regulations (41 CFR Chapter 60) (All construction contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees). C. The Copeland"Anti-Kickback" Act(18 U.S.C. 874) as supplemented in Department of Labor regulations(29 CFR Part 3)(All contracts and subgrants for construction or repair). D. The Davis-Bacon Act(40 U.S.C. 276a to a-7) as supplemented by Department of Labor regulations (29 CFR Part 5)(Construction contracts in excess of$2,000 awarded by grantees and subgrantees when required by Federal grant program legislation. This act requires that all laborers and mechanics employed by contractors or sub-contractors to work on construction projects financed by federal assistance must be paid wages not less than those established for the locality of the project by the Secretary of Labor). E. Sections 103 and 107 of the Contract Work Hours and Safety Standards Act(40 U.S.C. 327-330) as supplemented by Department of Labor regulations(29 CFR Part 5). (Construction contracts awarded by grantees and subgrantees in excess of$2,000, and in excess of$2,500 for other contracts which involve the employment of mechanics or laborers). F.Standards,orders,or requirements issued under section 306 of the Clear Air Act(42 U.S.C. 1857(h),section 508 of the Clean Water Act(33 U.S.C. 1368). Executive Order 11738,and Environmental Protection Agency regulations(40 CFR Part 15)(contracts,subcontracts,and subgrants of amounts in excess of$100,000). G. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(Pub. L. 94-163). H. Office of Management and Budget Circulars A-87,A-21 or A-122,and A-102 or A-1 10,whichever is applicable. I. The Hatch Act (5 USC 1501-1508) and Public Law 95-454 Section 4728. These statutes state that federal funds cannot be used for partisan political purposes of any kind by any person or organization involved in the administration of federally-assisted programs. J. 42 USC 6101 et seq. 42 USC 2000d, 29 USC 794, and implementing regulation,45 C.F.R. Part 80 et. seq.. These acts require that no person shall, on the grounds of race, color, national origin, age, or handicap, be excluded from participation in or be subjected to discrimination in any program or activity funded, in whole or part, by federal funds; K. The Americans with Disabilities Act (Public Law 101-336; 42 USC 12101, 12102, 12111-12117, 12131-12134, 12141-12150, 12161-12165, 12181-12189, 12201-12213 47 USC 225 and 47 USC 611. L. The Uniform Relocation Assistance and Real Property Acquisition Policies Act, as amended (Public Law 91-646, as amended and Public Law 100-17, 101 Stat. 246-256). (If the contractor is acquiring real property and displacing households or businesses in the performance of this contract.) M. The Drug-Free Workplace Act(Public Law 100-690 Title V,subtitle D,41 USC 701 et seq.). N. The Age Discrimination Act of 1975, 42 U.S.C. Sections 6101 et. seq. and its implementing regulation, 45 C.F.R. Part 91; Section 504 of the Rehabilitation Act of 1973, 29 U.S.C. 794, as amended, and implementing regulation 45 C.F.R. Part 84. O. 23 C.F.R. Part 172,concerning"Administration of Engineering and Design Related Contracts". P.23 C.F.R Part 633,concerning "Required Contract Provisions for Federal-Aid Construction Contracts". Q. 23 C.F.R. Part 635,concerning"Construction and Maintenance Provisions". R. Title VI of the Civil Rights Act of 1964 and 162(a)of the Federal Aid Highway Act of 1973. The requirements for which are shown in the Nondiscrimination Provisions,which are attached hereto and made a part hereof. APRIL 1980 Nondiscrimination Provisions: In compliance with Title VI of the Civil Rights Act of 1964 and with Section 162(a) of the Federal Aid Highway Act of 1973,the Contractor, for itself, its assignees and successors in interest,agree as follows: A. Compliance with Regulations. The Contractor will comply with the Regulations of the Department of Transportation relative to nondiscrimination in Federally assisted programs of the Department of Transportation (Title 49, Code of Federal Regulations, Part 21, hereinafter referred to as the "Regulations"),which are herein incorporated by reference and made a part of this contract. B. Nondiscrimination. The Contractor,with regard to the work performed by it after award and prior to completion of the contract work, will not discriminate on the ground of race, color, sex, mental or physical handicap or national origin in the selection and retention of Subcontractors, including procurement of materials and leases of equipment. The Contractor will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix C of the Regulations. C. Solicitations for Subcontracts. Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurement of materials or equipment, each potential Subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, color, sex, mental or physical handicap or national origin. D. Information and Reports. The Contractor will provide all information and reports required by the Regulations, or orders and instructions issued pursuant thereto and will permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the State or the FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of the Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the State, or the FHWA as appropriate and shall set forth what efforts have been made to obtain the information. E. Sanctions for Noncompliance. In the event of the Contractor's noncompliance with the nondiscrimination provisions of this contract, the State shall impose such contract sanctions as it or the FHWA may determine to be appropriate,including,but not limited to: 1. Withholding of payments to the Contractor under the contract until the Contractor complies, and/or; 2. Cancellation,termination or suspension of the contract,in whole or in part. F. Incorporation of Provisions. The Contractor will include the provisions of paragraphs A through F in every subcontract, including procurement of materials and leases of equipment,unless exempt by the Regulations,orders,or instructions issued pursuant thereto. The Contractor will take such action with respect to any subcontract or procurement as the State or the FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that, in the event the Contractor becomes involved in, or is threatened with, litigation with a Subcontractor or supplier as a result of such direction, the Contractor may request the State to enter into such litigation to protect the interest of the State and in addition, the Contractor may request the FHWA to enter into such litigation to protect the interests of the United States. ATTACHMENT LO Certification for Federal-Aid Contracts The contractor certifies,by signing this contract,to the best of its knowledge and belief,that: 1. No Federal appropriated funds have been paid or will be paid,by or on behalf or the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal loan,the entering into of any cooperative agreement, and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant, loan,or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant,loan,or cooperative agreement,the undersigned shall complete and submit Standard Fonn-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31,U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. The prospective participant also agree by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts,which exceed$100,000 and that all such subrecipients shall certify and disclose accordingly. Required by 23 CFR 635.112 HNTB Corporation Scope of Services Replacement of Weld County Bridge No. 87/42.5 over the South Platte River May 22, 2006 General The work consists of professional engineering services required to support Weld County(COUNTY)in completing Conceptual Design,Preliminary Design(30%), Final Design(95%),Construction Plan Package and Construction Administration for the Weld County Road 87/42.5 Bridge replacement over the South Platte River. The services consist of approximately 1.0 mile of conceptual roadway design and 0.50 miles of detailed road and bridge design and plan preparation, hydrologic and hydraulic evaluations, report preparation, floodplain designations, NEPA documentation, surveying, geotechnical investigation, ROW plans, public involvement, specification preparation, opinions of probably cost, and bidding and construction management services. Work Description The work HNTB (CONSULTANT) will perform is as follows: 1. Protect Coordination a. Prepare project schedule and assign tasks. b. Project Management. The CONSULTANT will coordinate all the work tasks being accomplished by all parties to ensure project work completion stages are on schedule. c. Attend up to six project meetings,including:CDOT scoping,kick-off,conceptual review,structure selection,FIR Review, and FOR Review. Prepare agenda and meeting minutes for meetings. d. Attend progress meetings twice a month at COUNTY offices. Prepare agenda and meeting minutes for meetings. e. Prepare monthly progress reports. f. Identify design criteria for new roadways. g. Traffic Control. CONSULTANT field activities that interfere with traffic operation within existing roadways will require control of existing traffic. The CONSULTANT will plan and provide any required traffic control for survey, testing or design process. Traffic control operations will be in accordance with the MUTCD. 2.Conceptual Design a. Conceptual design development shall be managed by the CONSULTANT to occur along with the communication, project team reviews,data gathering,environmental mitigations,and documentation activities in parallel paths as appropriate to complete the process in the minimum time feasible. b. Develop Alternatives. Develop up to two(2)road alternatives which will satisfy the operational requirements of the project. Conceptual layouts will be developed for major structures for each alternate which shows the required span arrangement and the horizontal and vertical clearances. Concepts will be presented on roll plot's at 1" = 100' scale. c. Complete an initial design of the designated alternative. Once the alternatives have been tested, general profile and cross section studies will be developed for critical areas to analyze the designated alternatives. This information shall be sufficient to determine general cut and fill limits, Right-of-Way and Easement requirements,and earthwork and structural requirements. Design parameters and Standards such as design speeds,maximum grades,typical sections, intersection designs,and pedestrian routing will be determined at the beginning of the study.The conceptual design for the roadway alignments,detours,and major structures will also be completed sufficiently so that conceptual cost estimates can be developed and the satisfaction of pertinent design criteria can be demonstrated. Necessary variances(Design Exceptions)will be identified with justification. d. Major Structure Design: Major structures shall be designed in accordance with the CDOT Bridge Design Manual and AASHTO LRFD Specifications. 1) Structural Data Collection. The following data,as applicable,shall be collected: typical roadway section, roadway plan and profile sheets showing alignment data,topography, utilities, preliminary design plan, Right-of-Way restrictions, preliminary hydraulics and geology information, environmental constraints, guardrail types, recommendations for structure type, and architectural recommendations. 2) Structure Selection and Layout. A. Review the structure site data to determine the requirements that will control the structure size, layout,and type. Provide support data and recommendations as necessary to finalize the structure data. B. Determine structure layout alternatives. Determine structure width, length and span configuration that satisfy all horizontal and vertical clearance requirements. Up to three (3) layouts will be considered. C. Determine structure type alternatives. Up to three (3) structure types will be considered. D. Prior to selection of a structure type, develop a project budget with COUNTY. E. Determine foundation alternatives. Initiate the foundation investigation as early as possible during the conceptual design phase. F. Complete preliminary quantities and cost estimates using CDOT bid items as necessary to evaluate and compare the structure layout and type alternatives. G. Evaluate the structure alternatives. Establish the criteria for evaluating and comparing the structure alternatives that, in addition to cost, encompass all aspects of the project objectives. Based on this criterion, select the optimum structure layout and type for recommendation to COUNTY. H. Prepare preliminary general layout for the recommended structure. 3) Structure Selection Report A. Summarize the structure site data used to select and layout the structure. Include the following: i. Project site plan H. Roadway vertical and horizontal alignments and cross sections at the structure. iii. Construction phasing iv. Utilities on, below and adjacent to the structure. v. Hydraulics: channel size and skew, design year frequency, minimum low girder elevation and design year and 500-year water surface elevations. vi. Preliminary geology information for structure foundation. vii.Architectural requirements. B. Report on the structure selection and layout process. Include the following: i. Discuss the structure type and layout. ii. Define the criteria used to evaluate the structure alternatives and how the recommended structure was selected. Hi. Provide a detailed preliminary cost estimate and general layout of the recommended structure. C. Obtain acceptance by COUNTY on the recommended structure and its layout. COUNTY must accept HNTB Corporation Scope of Services WCR87 over the South Platte River Page 2 of 14 May 22,2006 the structure selection report, with the associated general layout, in writing prior to the commencement of further design activities for the structure. e. Communication and Consensus Building. 1) Establish and maintain a computerized list of all appropriate receptors for the communication process. The list will be used for notices regarding the public forums, or other communications as appropriate. f. Public Notices/Advertisement 1) Advertise the proposed project at the direction of the COUNTY. Following the public notice,conduct up to three(3)general one-on-one meetings to gather information which will be used to formulate and test the alternative designs. g. Communication Aids 1) Graphics Support. Provide the graphics for one-on-one meetings.This may include maps and plan views of conceptual design. h. Design Field Survey(Lund Partnership): This work shall be done in accordance with the CDOT Survey Manual and applicable state statutes. 1) Meetings/ Pre-survey Conference- Attend kick-off meeting and pre-survey conference. 2) Prepare right-of-entry forms. 3) Establish horizontal and vertical control tying into CDOT HARN NETWORK and place project control monumentation. 4) Prepare a horizontal and vertical control map per CDOT Survey Manual. 5) Conduct field surveys to locate visible utilities, structures, planimetric features and topography. 6) Prepare a Topographic Map with 1 foot contours, spot elevations on hard surfaces plan features and relevant survey data. 6) Utility Locating and Mapping Consultants will mark the underground utilities along WCR 87 from approximately CR 42.5 to the railroad tracks on the north side of the project. Lund will survey the paint mark locations. 7) Borehole Locations-Field survey seven (7)geotechnical boreholes and associated underground utility paint marks once they have been drilled by the geotechnical consultant. 8) Potholes-Provide pothole excavation and utility markings for approximately four(4)potholes. Once the potholes have been excavated, field survey their locations and associated utility markings. i. Right-of-way and Easement Exhibits (Lund Partnership) 1) Obtain up to three (3)title commitments for parcels within the project corridor and prepare a property ownership for the project. 2) Prepare a Survey Right of Way Control Diagram/Map that shows the entire project control as well as documentation for the controlling monumentation used for the establishment of the parcel boundaries and rights of way for the project. The Control Diagram / Map will be similar in form to the CDOT standard. The map will be deposited with Weld County, per statutes. Property ownership information will be obtained from Weld County and shown on the design survey base map. 3) Prepare exhibits and legal descriptions for the required easements and right-of-way for up to three (3) parcels to be acquired for the project. 4) Conduct appraisal staking every 100 feet for up to three (3) parcels to be acquired. 5) COUNTY to perform the ROW acquisition. j. Materials Engineering (Yeh & Associates) 1) Gather geological and geotechnical data to determine the impact of any geologic features. The HNTB Corporation Scope of Services WCR87 over the South Platte River Page 3 of 14 May 22,2006 information to be collected includes geologic maps,aerial photos,and geological hazard information,if any. 2) Conduct field reconnaissance and perform geological evaluation to field-verify information collected. Potential problems identified during examination of information gathered will be checked in the field. 3) Conduct a subsurface exploration program by drilling seven(7)test holes.Ground water levels will be checked in each borehole several days after the drilling is completed. Samples obtained will be tested in the laboratory to determine their engineering properties. 4) The results of field explorations and laboratory tests will be the basis for conclusions and recommendations in the geotechnical report, which will include: A. Description of subsurface conditions encountered at and below proposed bridge foundations. B. Boring logs graphically depicting the subsurface data. C. Provide foundation design parameters for bridge and recommend construction precautions. D. Provide pavement design parameters (R-values, no pavement design). E. Provide embankment parameters. F. Discuss the results of the soil corrosivity testing (soluble sulfates, pH,and electrical resistivity)on the proposed construction and present recommendations to help mitigate these concerns. G. Present compaction criteria for structures. Also provide other guidelines which will help expedite the construction, if applicable. 5) Prepare a report summarizing the geological data, site exploration data obtained during the field investigations, laboratory test results and our conclusions and recommendations. The geotechnical works and report preparation will be conducted under the supervision of a registered professional engineer. k. Hydrology/Hydraulic Engineering (GK Cotton Consulting) 1) Project Meetings and Coordination A. Attend up to two (2) progress meetings, FIR and FOR meeting. 2) Floodplain and Drainage Assessment A. Determine the probable impacts of the proposed alternatives on the project area with respect to the FEMA defined regulatory floodplain and rise criteria, and roadside drainage. B. Develop possible mitigating actions for the adverse impacts on each alternative. C. Analyze the impacts and mitigations (if any) for each alternate. Included in the analysis shall be a determination of significant impacts due to: • Single community access routes • Significant risk for social or economic losses due to flooding • Alteration of beneficial floodplain values 3) Hydrologic Analysis A. Delineate drainage basin that contributes to the design point. B. Determine all basin characteristics and parameters such as imperviousness and the coefficient,C. Draw the path of flow of runoff from the highest point of the basin to the design point. C. The system shall be designed for the 100-year event for any cross culverts. Inlets and pipes along the highway and the median can be designed to pass the minor design criteria,which is the 10-year event. D. Determine the design discharge using most recent FEMA Flood Insurance Study. Compare the HNTB Corporation Scope of Services WCR87 over the South Platte River Page 4 of 14 May 22,2006 design discharge to gage records from the nearest USGS stream gage. 4) Hydraulic Design A. Determine structure locations and alignments. Identify structure centerline by highway station or coordinates. B. Determine the design flow at the structures and discharges related to the operation of the structure: incipient overtopping of the structure, 100-year, and 500-year flood flows. C. Determine the extent of detailed study reach for hydraulic analysis. The reach shall be sufficient length to evaluate impacts to adjacent properties and to establish a reliable starting water surface elevation for the study model. The study reach shall incorporate new survey and proposed structure sections as required into existing model of the study reach. D. Hydraulic analysis shall be conducted using the Corps of Engineers HEC-RAS computer program for one-dimensional river hydraulic analysis of the structure. HEC-RAS model shall be used for analysis of multiple-openings, and flow distribution thru the proposed structure, E. Assess the degree of sediment and debris problems to be encountered. This should then be accounted for during the analysis of the structure. F. Assess the depth of scour at pier and abutment for the design flow and operational flows. Scour analysis shall include evaluation of regional,lateral,and local scour depths at the structures. Scour analysis shall be conducted using the latest version of FHWA guidance document HEC No.18. G. Size the bridge waterway and relief culverts for the design flow.The bridge and culvert capacities should be based on all the flows encountered at the upstream face of the proposed roadway toe of slope. H. Compute the hydraulic grade line for the design flow, and associated operational discharges. Evaluate freeboard at the structures for the design flow and clearance risks at other operational discharges. I. Complete the design computations and documentation in accordance with the Weld County Storm Drainage Criteria Manual. 5) Storm Water Pollution Prevention Plan. A. Prepare a Storm Water Pollution Prevention Plan in accordance with: i. Weld County requirements ii. Other appropriate documents B. In the Storm Water Pollution Prevention Plan include the following: Erosion and sediment control Best Management Practices (BMPs) to reduce pollutants in stormwater discharges during construction operations. C. Storm water management BMPs to reduce pollutants in storm water discharges after construction operations have been completed. Consider: i. Vegetative practices. H. Structural practices. 6) Hydraulics Calculation Submittal. Submit a written Drainage report which includes a detailed discussion of the pertinent aspects of the drainage analysis and design, identification of significant floodplain and drainage impacts, and the possible practical mitigation actions for the alternatives. A preliminary report shall be submitted and must include the following: i. Hydrologic analysis ii. Hydraulic design iii. Structure cross-sections HNTB Corporation Scope of Services WCR87 over the South Platte River Page 5 of 14 May 22, 2006 iv. Appendix: a. Drainage basin maps b. Hydrology/hydraulics worksheet c. Roadway Ditch Profile Grades I. Conceptual Design Report 1) At the completion of the conceptual design phase the CONSULTANT shall prepare a Conceptual Design Report.This report should include conceptual drawings and conceptual design calculations,structure selection report, identify all land acquisition requirements, and contain a conceptual opinion of cost estimate to identify any possible funding shortfalls. 3. Preliminary Design a. Environmental (ERO) 1) Project Meetings and Coordination A. This task includes time for four project meetings. These will include a scoping meeting with CDOT and COUNTY, FIR meeting and FOR meeting. 2) Delineate and map wetlands A. Delineate all undocumented wetlands and other waters of the U.S. subject to US Army Corps of Engineers jurisdiction under Section 404 of the Clean Water Act within the project site. B. Delineate all wetlands in the study area using US Army Corp of Engineers delineation methods. Include the delineation in the Wetland Finding prepared and submitted according to CDOT guidelines. Wetland Finding will document existing conditions,describe any proposed, unavoidable impacts to wetlands, and describe mitigation proposed for wetland impacts. C. Deliverables: i. Wetland Delineation Report D. Coordination with the Corps to confirm the wetland delineation. 3) Threatened and endangered species review A. Prepare brief report on the potential of federal and state listed threatened,endangered,or sensitive species of their habitats being present in the study area, particularly aquatic and riparian species that may be impacted by the project. Confer with U.S. Fish and Wildlife Service(FWS) on the need for presence/absence surveys for bald eagle, Preble's meadow jumping mouse, Colorado butterfly plan,Ute ladies'-tresses orchid, piping plover and whooping crane,threatened species with potential habitat in the study area. B. Deliverables: Memo documenting potential of federal and state listed threatened and endangered species and the need for surveys. Presence/absence surveys are not included. C. Survey the project area for nests in accordance with the Migratory Bird Act. Develop avoidance and mitigation recommendations as necessary. 4) 404 Permit Application A. Prepare and submit to the Corps an application for a 404 Permit for the project. Because more than 0.50 acres of wetlands and waters of the U.S.are may be impacted by the project,this task assumes the project will be permitted under an Individual Permit. If the project results in impacts under 0.50 acres of jurisdictional wasters of the U.S., including wetlands, it is possible the project could be authorized under Nationwide Permit 14 Transportation Crossings. HNTB Corporation Scope of Services WCR87 over the South Platte River Page 6 of 14 May 22,2006 B. This task includes all required coordination with HNTB and the Corps and responses to comments from the Corps. This task also included working with HNTB to develop a mitigation plan for any wetland impacts. C. Deliverables: 404 Permit Application and Clean Water Act Section 404 clearance for the project. 5) Noxious Weeds A. Assess project site for the presence of noxious weeds on the Colorado Noxious Weed A and B lists, the Weld County Noxious Weed list, and the CDOT Maintenance list. B. Deliverables: i. Weed populations present will be mapped according to CDOT guidelines. ii. If noxious weeds are present, prepare a brief weed management plan with CDOT guidelines. 6) Modified Phase I Assessment A. Conduct Phase I Environmental Site Assessment (ESA) for the project site. B. Deliverables: i. Written report including a detailed presentation of findings. Includes one M-ESA update done no more that six months prior to construction. b. Utility Coordination 1) Location Maps: Obtain utility location maps from the Utility Companies which identify utility facility locations in the project area. Requests and receipt of maps will be coordinated with the COUNTY via copies of request and transmittal letters. Incorporate utility information into plans. 2) Reviews and Investigations: Conduct field reviews and utility investigations with the COUNTY and Utility Companies,as required,to ensure correct horizontal and vertical utility data. When possible this will be done utilizing non-destructive investigative techniques. The horizontal and vertical locations will be shown in the Preliminary plans and cross sections. 3) When "potholing" is required, the CONSULTANT shall be responsible for the excavation. 4) The CONSULTANT shall be responsible for surveying utility locations. 5) Identify Utility Conflicts: Identify and submit necessary information for the potential conflicts of affected utilities to the COUNTY. The COUNTY will process the required agreements. The CONSULTANT will not prepare relocation plans. c. Roadway Design and Roadside Development 1) Roadway Design: A. Coordinate efforts with other design activities as required. B. Check and plot survey data. C. Draw a geometric layout. Determine(or verify)horizontal and vertical alignment. The CDOT HARN network shall be used to identify the horizontal locations of key points. The coordinate systems used for roadway design and ROW shall be compatible. Check horizontal and vertical clearances against design criteria. D. Provide alignments and required ROW (Preliminary Design Plans) to the surveyor (LUND partnership) responsible for producing the ROW ownership map. E. Compute preliminary earthwork quantities. 2) Roadside Development: A. Layout and assess roadside safety features such as guardrail,barrier and end treatments related to roadside grading and obstructions. HNTB Corporation Scope of Services WCR87 over the South Platte River Page 7 of 14 May 22,2006 B. Develop preliminary plan for revegetation of disturbed vegetation. Provide estimates of quantities for native seeding and mulching. C. Coordinate efforts with the hydraulic design activity in the preparation of erosion control practices. d. Landscaping 1) Prepare wetland mitigation plans including 2) Revised grading concepts for wetland areas 3) Mitigation planting plan 4) Typical plant recommendation for various zones e. Construction Phasing Plan. A construction phasing plan shall be developed for the project which integrates the construction of all the project work elements into a practical and feasible sequence. This plan shall accommodate the existing traffic movements during construction(detours). A preliminary traffic control plan will also be developed which will be compatible with the phasing plan. f. Traffic Control Plan 1) Prepare the traffic control plan g. Preparation for FIR review: 1) Coordinate, complete, and compile the plan inputs from other activities: materials, hydraulics, traffic, right-of-way, and major structures. 2) The FIR bridge plans will consist of the layouts for the selected alternative from the Conceptual Design Report. 3) Prepare the preliminary quantities for the work described in the FIR plans. 4) Prepare probable construction cost for the work described in the FIR plans. 5) The FIR plans shall comply with the requirements of the COUNTY and will include: title sheet, typical sections, general notes, plan/profile sheets,and preliminary layouts of intersections. The plan/profile sheets will include the following:all existing topography,survey alignments,projected alignments,profile grades, ground line, existing ROW, rough structure notes(preliminary drainage design notes),existing utility locations,preliminary earthwork(plotted cross sections at critical points with roadway template), catch points, proposed right-of-way, soil profile and stabilization data, and structure general layouts. A. Typical plan sheet scales will be as follows: i. Plan and Profile 1 Inch = 40 Feet ii.Intersection 1 Inch = 20 Feet 6) Five(5)sets of 11"x17"plans shall be submitted to the COUNTY and fifteen(15)sets of 11"x17"plans shall be submitted to CDOT for review prior to FIR meeting. 7) The plans will be reproduced by CONSULTANT. h. FIR Review 1) Attend the FIR Meeting. 2) The meeting minutes shall be prepared by the CONSULTANT/PM, approved by the COUNTY/PM, and distributed as directed. 3) The FIR original plan sheets shall be revised/corrected in accordance with the meeting comments within ten (10) working days. 4) Design decisions concerning questions raised by the FIR will be resolved in cooperation with the COUNTY/PM. The CONSULTANT/PM shall document the decision and transmit the documentation to the COUNTY/PM for approval. HNTB Corporation Scope of Services WCR87 over the South Platte River Page 8 of 14 May 22, 2006 A list of all deviations from standard design criteria along with the written justification for each one shall be submitted to the COUNTY/PM. 4.Final Design a. Design Coordination. The design for each aspect of the project shall be reviewed during periodic meetings and approved by the COUNTY/PM prior to inclusion in the final plans. b. Utility Coordination. Following the finalization of the roadway horizontal alignment and profile grade and the horizontal location of drainage structures,sewers,and other underground structures,coordinate with the Utility Engineer to finalize utility clearances. Finalize right-of-way and easement requirements. Update plan sheets to reflect these revised limits. c. Hydraulic Design (GK Cotton). 1) Data Review. Review data and information developed under the Preliminary Hydraulic Investigation and update in accordance with decisions made at the Preliminary Review meeting. 2) Storm Water Pollution Prevention Plan. Update the Storm Water Pollution Prevention Plan in accordance with decisions made at the Preliminary Review meeting and on additional investigation since that meeting. 3) Memorandum for inclusion with specification for a temporary crossing during construction that outlines alternative structure types and hydrologic risks. 4) Final Hydraulics Report will consist of the following: i. Revised pages to the preliminary hydraulics report that can be easily replaced in preliminary report ii. Bridge hydraulic information on an original plan sheet. d. Traffic Engineering 1) Permanent Signing 2) Locate and place on the plans the required traffic controls (pavement markings, signs, etc.) e. Roadway Design: Complete the roadway design based on the input from all applicable entities and agencies. The plans shall comply with the aforementioned design standards and shall be prepared in accordance with the applicable manuals. f. Landscaping 1) Prepare final wetland, weeding, landscape, revegetation plans 2) Prepare planting, bioengineering, and revegetation details 3) Prepared technical specifications for revegetation and landscaping g. Construction Phasing Plan: A final construction phasing plan will be developed which integrates the construction of all project work elements into a practical and feasible sequence. This plan shall accommodate the existing traffic movements during construction,and a final traffic control plan developed which shall be compatible with the phasing plan. h. Major Structure Design: 1) Structure Final Design i. Review COUNTY accepted general layout,foundation recommendations,accepted hydraulic report and comments. ii. Revise the general layout and proceed with the final design as necessary to incorporate all review comments. iii. Perform the structure analysis. Provide the superstructure and substructure design. Document with design notes, detail notes and computer output. HNTB Corporation Scope of Services WCR87 over the South Platte River Page 9 of 14 May 22,2006 2) Preparation of Structural Plans and Specifications i. Prepare all detail drawings in accordance with the CDOT Bridge Detailing Manual, CDOT Design Guide and CDOT Bridge design Manual. ii. Complete the computer runs/calculations. iii. Prepare the plan sheets. iv. Prepare special provisions applicable to the project. v. Compute quantities and complete the quantity summary. 3) Design, Detail and Quantity Check i. Perform independent design check of calculations. ii. Perform independent detail check of plans. iii. Revise all plan sheets and design notes to reflect and deficiencies found in the design and detail check. iv. Compute and compare second set of quantities in accordance with CDOT Detailing Manual. 4) Structure Final Review Plans and Specifications i. Make final plan and special provision corrections. ii. Complete cross-referencing plans. iii. Prepare bridge rating package. iv. Prepare field package. Plan Preparation for the Final Review Meeting. 1) Coordinate the Packaging of the Plans 2) New or revised utility locations shall be added to the plan topography. Conflicts shall be resolved and appropriate pay items/specifications added, to adjust utilities. 3) The CONSULTANT will prepare the unique Project Special Provisions which have to be written specifically for items,details and procedures not adequately covered by CDOT's Standard Specifications and Standard Special Provisions. The Project Special Provisions shall be provided in CDOT format and submitted with the project plans. 4) Five(5)sets of 11"x17"plans shall be submitted to the COUNTY and fifteen(15)sets of 11"x17"plans shall be submitted to CDOT for review prior to the Final Design review meeting. 5) The plans will be reproduced by CONSULTANT. j. FOR Meeting. 1) Attend the meeting. 2) The meeting minutes shall be prepared by the CONSULTANT/PM, approved by the COUNTY/PM, and distributed as directed. k. Construction Plan Package. 1) The Final original plan sheets and the specifications shall be revised in accordance with the Final Review meeting minutes and submitted to the COUNTY/PM within two(2)weeks after the Final Review meeting. 2) The final review of the plans by the COUNTY may require final revision of the plans which shall be done by the CONSULTANT. 3) The bid plan construction contract package shall consist of the revised Final plans and will completely describe the work required to build the project including project dated special provisions and detailed quantities. Provide Engineer's Estimate of probable cost. HNTB Corporation Scope of Services WCR87 over the South Platte River Page 10 of 14 May 22,2006 4) Construction Engineer's action package. The CONSULTANT shall submit 2 copies, in 3-ring binders of the following: (a) All project calculations or worksheets, including quantities. (b) All final reports and their approvals: Hydraulics, pavement design (if applicable),geology foundation report, etc. All reports will have the latest revisions included. (c) Copies of variances, design decisions, and variance approvals. (d) The FIR and FOR meeting minutes. (e) Information regarding the utility location and conflicts. (f) Environmental clearances, 404, 401, wetlands, endangered species, etc. (g) Bridge Construction packet, which includes bridge grades, geometry, and quantity calculations or worksheets. Record Plan Sets. One(1)record plan sets for final design of roadways and structures will be produced(in PDF format) which shall bear the seal and signature of the responsible engineer. 5. Advertisement a. CONSULTANT shall reproduce 35 sets of bid documents. b. Attend pre-bid conference and answer questions. Maintain a log of all decisions given and/or made. 1) Show project work site to prospective bidders, answer all questions regarding plans and specifications, and maintain a log of all decisions given and/or made. c. CONSULTANT shall reproduce and distribute four(4) Award sets of plans and specifications to Contractor(2) and COUNTY (2). 6. Construction Administration a. Project Management. The CONSULTANT will coordinate all the work tasks being accomplished by all parties to ensure project work completion stages are on schedule. b. Resident Project Representative (Parametix Consulting) Part-time field inspection in general conformance with CDOT protocol during seven(7)month construction period. Includes part- time engineer and weekly site visits by the CONSULTANT/PM. 1) Duties, Responsibilities, and Limitations of Authority of Resident Project Representative: CONSULTANT shall furnish a Resident Project Representative(RPR), assistants, and other field staff to assist Engineer in observing progress and quality of the Work. The RPR, assistants, and other field staff will provide part-time representation at critical times during the contract time (at approximately 80%of full time). Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the RPR and assistants, CONSULTANT shall endeavor to determine if Contractor's Work is in accordance with contract documents. However, CONSULTANT shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over the Contractor's Work nor shall CONSULTANT have authority over or responsibility for the means, methods, techniques, sequences, or procedures selected by Contractor, for safety precautions and programs incident to the Contractor's work in progress, for any failure of Contractor to comply with Laws and Regulations applicable to Contractor's performing and furnishing the Work, or responsibility of construction for Contractor's failure to furnish and perform the Work in accordance with the Contract Documents. The duties and responsibilities of the RPR are limited to those of CONSULTANT in the Agreement HNTB Corporation Scope of Services WCR87 over the South Platte River Page 11 of 14 May 22,2006 with the COUNTY and in the Contract Documents, and are further limited and described as follows: 2) General: RPR is CONSULTANT's agent at the Site, will act as directed by and under the supervision of CONSULTANT, and will confer with CONSULTANT regarding RPR's actions. RPR's dealing in matters pertaining to the Contractor's work in progress shall in general be with CONSULTANT and Contractor, keeping COUNTY advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of Contractor. RPR shall generally communicate with COUNTY with the knowledge of and under the direction of CONSULTANT. 3) Schedules: Review the progress schedule, schedule of Shop Drawing and Sample submittals, and schedule of values prepared by Contractor and consult with CONSULTANT concerning acceptability. 4) Conferences and Meetings: Attend meetings with Contractor, such as preconstruction conferences, progress meetings,job conferences and other project-related meetings, and prepare and circulate copies of minutes thereof. 5) Liaison: i) Serve as CONSULTANT's liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. ii) Assist CONSULTANT in serving as COUNTY's liaison with Contractor when Contractor's operations affect COUNTY's on-Site operations. iii) Assist in obtaining from COUNTY additional details or information, when required for proper execution of the Work. 6) Interpretation of Contract Documents: Report to Engineer when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued by Engineer. 7) Shop Drawings and Samples: i) Record date of receipt of Samples and approved Shop Drawings. ii) Receive Samples which are furnished at the Site by Contractor, and notify Engineer of availability of Samples for examination. iii) Advise Engineer and Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which RPR believes that the submittal has not been approved by Engineer. 8) Modifications: Consider and evaluate Contractor's suggestions for modifications in Drawings or Specifications and report with RPR's recommendations to CONSULTANT. Transmit to Contractor in writing decisions as issued by CONSULTANT. 9) Review of Work and Rejection of Defective Work: i) Conduct on-Site observations of Contractor's work in progress to assist CONSULTANT in determining if the Work is in general proceeding in accordance with the Contract Documents. ii) Report to CONSULTANT whenever RPR believes that any part of Contractor's work in progress will not produce a completed Project that conforms generally to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise Engineer of that part of work in progress that RPR believes should be corrected or rejected or should be uncovered for HNTB Corporation Scope of Services Page 12 of 14 WCR87 over the South Platte River May 22,2006 observation, or requires special testing, inspection or approval. 10) Inspections and Tests: i) Observe, record and report to Engineer appropriate details relative to the test procedures. ii) Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections, and report to Engineer. 11) Records: i) Maintain orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the execution of the Contract, CONSULTANT clarifications and interpretations of the Contract Documents, progress reports, Shop Drawings and Sample submittals received from and delivered to Contractor, and other Project related documents. ii) Keep a diary or log book for each day that the RPR is present and construciotn services are performed on the project, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures;and send copies to CONSULTANT. iii) Record names, addresses and telephone numbers of all Contractors, subcontractors,and major suppliers of materials and equipment. iv) Maintain records for use in preparing project documentation. v) Upon completion of the Work, furnish original set of all RPR Project documentation to CONSULTANT. 12) Reports: i) Furnish to CONSULTANT periodic reports (bi-weekly) as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. ii) Draft and recommend to CONSULTANT proposed Change Orders, Work Change Directives, and Field Orders. Obtain backup material from Contractor. iii) Furnish to CONSULTANT and COUNTY copies of all inspection reports. iv) Report immediately to CONSULTANT the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. 13) Payment Requests: Review Applications for Payment with Contractor for compliance with the established procedure for their submission and forward with recommendations to COUNTY, noting particularly the relationship of the payment requested to the schedule of values, Work completed, and materials and equipment delivered at the Site but not incorporated in the Work. 14) Certificates: During the course of the Work, verify that materials and other data required by the Specifications to be assembled and furnished by Contractor are applicable to the items actually installed and in accordance with the Contract Documents, and have these documents delivered to CONSULTANT for review and forwarding to COUNTY prior to payment for that part of the Work. 15) Completion: HNTB corporation Scope of Services WCR87 over the South Platte River Page 13 of 14 May 22, 2006 i) Before CONSULTANT issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring completion or corrections. ii) Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. iii) Participate in a final inspection in the company of CONSULTANT, COUNTY, and Contractor and prepare a final list of items to be completed or corrected. ♦ Determine whether all items on final list have been completed or corrected and make recommendations to CONSULTANT concerning acceptance and issuance of the Notice to Acceptability of the Work. 16) Resident Project Representative shall not: i) Authorize any deviation from the Contract Documents or substitution of materials for equipment(including "or-equal" items). ii) Exceed limitations of CONSULTANT's authority as set forth in the Agreement or the Contract Documents. iii) Undertake any of the responsibilities of Contractor, subcontractors, suppliers, or Contractor's superintendent. iv) Advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of Contractor's work unless such advice or directions are specifically required by the Contract Documents. v) Advise on, issue directions regarding, or assume control over safety precautions and programs in connection with the activities or operations of COUNTY or Contractor. Participate in specialized field or laboratory tests or inspections conducted off-site by others except as specifically authorized by CONSULTANT. vi) Accept Shop Drawing or Sample submittals from anyone other than Contractor. vii) Authorize COUNTY to occupy the Project in whole or in part. viii) Be required to be onsite full time. c. Submit monthly progress reports including site visit diary entries and inspection logs to COUNTY. d. Process periodic pay requests and submit to County for payment. e. Review of submittals and RFI's. f. Provide final "as-built" drawings, as red-lined by the contractor in PDF format. Electronic "as-built" drawings will not be provided. 1) Parametrix will provide coordination of red-lined plans by the contractor and HNTB. g. Provide Materials Testing (Yeh & Associates) 1) Parametrix will provide coordination of materials testing activities. Yeh and Associates will provide and be responsible for materials testing for the project. HNTB Corporation Scope of Services WCR87 over the South Platte River Page 14 of 14 May 22,2006 IELUND CIVIL ENGINEERING& SURVEYING PARTNERSHIP _ 12265 W.Bayaud Avenue,Suite 130 I I \`�j l 111` Lakewood,Colorado 80228 R 303.989.1461•F:303.989.4094 May 10, 2006 l ;; - .5It I-4t\ITB Cc roration Ms. Galina Leiphart HNTB **REVISED** 1600 Broadway, #1300 Denver, CO 80202 Re: Proposal for Professional Surveying Services Replacement of Bridge No. 87/42.5A over the South Platte River Weld County, Colorado Dear Galina: Based on your revisions to the scope of services dated May 9, 2006, The Lund Partnership, Inc., has revised our proposal to provide professional surveying services for the above-referenced project. SCOPE OF SERVICES Task A— Meetings/Pre-Survey Conference The Lund Partnership, Inc., will attend a project kick-off meeting with appropriate parties. We will also attend a pre-survey conference with the CDOT Region 4 survey manager and staff personnel from Weld County. Task B — Right-of-Entry We anticipate our surveying tasks to extend beyond Weld County Road 87 (WCR 87). The Lund Partnership, Inc., will prepare "Permission to Enter Property" forms for each affected parcel owner. The cost to obtain access to the railroad property is not a part of this proposal. Task C — Survey Control Horizontal and vertical control for the surveying tasks described herein will be based on existing control monuments tied to the CHARN network and existing NGS benchmarks resulting in a 1983/1992 horizontal datum and a 1988 NAVD vertical datum. The Lund Partnership, Inc., will also establish (intervisible) project control monuments at the site. The Lund Partnership, Inc., will then prepare a Survey Control Diagram for the project showing existing monumentation utilized and newly established monumentation. The Survey Control Diagram will be prepared in accordance with CDOT criteria. Task D —Aerial Mapping The Lund Partnership, Inc., will establish eight (8) panel points for the aerial mapping of WCR 87. The aerial mapping limits of WCR 87 will extend from the southerly boundary of the railroad property to a point 100 feet south of Weld County Road 42.5 (WCR 42.5). The width of the aerial mapping will be as follows: 1) Northerly one-half mile (2,640 feet) will be a width of 200 feet on each side of the centerline of WCR 87 2) Remaining southerly portion will be a width of 100 feet on each side of the centerline of WCR 87 Ms. Galine Leiphart May 10, 2006 Page 2 Digital mapping will be provided by Landmark Mapping Ltd. at one-foot (1') contour intervals. A black and white rectified orthophoto will also be prepared under this task. Task E—T-Moss Topographic Survey (Ground) The Lund Partnership, Inc., will supplement the northerly 2500 feet of the aerial mapping with ground (field) surveys. The supplemental field surveys will include the existing edge of pavement, centerline, striping, culverts, roadside ditches, bridge deck and surface utility evidence within the existing right-of- way of WCR 87. In the areas where tree cover prevents the interpolation of terrain contouring, ground elevations will be obtained as part of the field surveys. Cross sections of the South Platte River extending 500 feet upstream and downstream of the existing bridge and existing bridge support structures information will be obtained only if field personnel can enter the water safely. The use of rafts is prohibited. Task F— Underground Utilities The firm of Utility Locating and Mapping Consultants will mark the underground utilities within the existing right-of-way of WCR 87 extending from the southerly boundary of the railroad property to a point 2500 feet south. Once the utilities have been marked, The Lund Partnership, Inc., Inc. will survey the paint mark locations. Field personnel of The Lund Partnership, Inc., are strictly forbidden to enter any manhole or subsurface access to obtain invert elevations, pipe diameters or direction of flow. Invert measurements must be obtained from outside of the manhole or inlet. Task G—Borehole Locations The Lund Partnership, Inc., will field survey eight (8) geotechnical boreholes and associated underground utility paint marks once they have been drilled by the geotechnical consultant. Task H —Potholes At the locations designated by HNTB, Utility Locating and Mapping Consultants will provide pothole excavation and utility markings for approximately four (4) potholes. Once the potholes have been excavated, The Lund Partnership, Inc., will field survey their locations and associated utility markings. Task I —Right-of-Way Plans Based on geometry provided to us by HNTB, The Lund Partnership, Inc., will prepare right-of-way plans for WCR 87 in accordance with CDOT requirements. Separate written legal descriptions and exhibits will also be prepared under this task. For the purposes of our proposal, we have assumed that three (3) adjoining properties will be affected. The firm of H.C. Peck & Associates will prepare title commitments for three (3) properties adjoining WCR 87. We anticipate preparing right-of-way plans and written legal descriptions/exhibits for three (3) right-of-way takes and three (3) permanent easements (total of six). Monumentation of existing or proposed street right-of-way limits are not a part of this proposal. Ms. Galina Leiphart May 10, 2006 Page 3 Task J —Appraisal Staking The Lund Partnership, Inc., will provide temporary stakes (lath) every 100 feet for three (3) parcels to be acquired for right-of-way purposes. Task K— Traffic Control Traffic control is not anticipated for this project. However, in the event that field personnel require the protection of traffic control, the firm of United Rentals will provide the necessary traffic control devices. FEES For the professional services described herein, The Lund Partnership, Inc., proposes to be compensated in accordance with our attached Charge Rate Fee Schedule for a total fee not-to-exceed $41,730. Our fee breakdown is as follows: Task A - Meetings/Pre-Survey Conference $ 950.00 Task B - Right-of-Entry $ 650.00 Task C - Survey Control $ 7,400.00 Task D - Aerial Mapping $ 5,600.00 Task E - T-Moss Topographic Survey (Ground) $ 8,300.00 Task F - Underground Utilities $ 660.00 Task G - Borehole Locations $ 1,120.00 Task H - Potholes $ 1,700.00 Task I - Right-of-Way Plans $ 13,050.00 Task J - Appraisal Staking $ 1,500.00 Task K - Traffic Control $ 800.00 Total $ 41,730.00 Our subconsultant fees are included in the above cost estimate and are itemized as follows: Utility Locating and Mapping (underground utilities) $ 1,460.00 Landmark Mapping, Ltd. (aerial mapping) $ 4,700.00 H.C. Peck &Associates (title commitments) $ 1,950.00 United Rentals (traffic control) $ 800.00 Total $ 8,910.00 SCHEDULE Upon your written notice to proceed, we are prepared to commence work immediately. We anticipate completing Task A — F within six weeks (weather permitting). Remaining tasks are at the schedule discretion of others. Thank you for the opportunity to provide services to you. Please contact us if you have any questions. • Sincerely, The Lund Partnership, Inc. enelle D. Lund President /kw C:\MyFiles\hntb\proposals\HTNB\Bridge Replace-South Platte River_REV1.doc la LUND PARTNERSHIP CHARGE RATE FEE SCHEDULE Effective June 1, 2005 PERSONNEL SERVICES HOURLY RATE Principal $ 135.00 Director of Survey/Mapping $ 105.00 Project Manager $ 105.00 Project Surveyor $ 95.00 Project Engineer $ 95.00 Design Engineer $ 75.00 CAD Manager $ 80.00 Survey Technician $ 70.00 CAD Technician $ 65.00 Office Administrator $ 55.00 Two-Person Survey Crew $ 105.00 Three-Person Survey Crew $ 155.00 Construction Observer $ 75.00 Paralegal $ 60.00 NON-LABOR EXPENSES Mileage $ 0.41/mile Reproduction (Bond) $ 0.18/S.F. Reproduction (Vellum) $ 1.00/S.F. Reproduction (Bluelines) $ 0.25/S.F. Reproduction (Mylar Sepias) $ 1.00/S.F. Photocopies $ 0.05/copy Per Diem $ 50.00/day Lodging $ Cost Global Positioning Systems (GPS) $ 500.00/day Facsimile Transmittal (FAX) $ 1.00/each OUTSIDE SERVICES Cost of materials, supplies, reproduction work, services, and other expenses charged by outside consultants, professional or technical firms are cost plus 10%. NOTES Hourly rate of Personnel Services will be billed at time and one-half(1.5) on holidays and weekends. C'AMyFiles\fund partnership\masterslfee schedule\Fee Schedule 05_06.doc Yeh and Associates, Inc. Geotechnical Engineering Consultants 5700 Fast Evans Ave. 170 Mel Ray Road Denver.CO 80222 Glenwsxxl Springs,CO 815()I Tel.: 1303)781-9590 Tel: 1970)384-1500 Fax- (303)781-9583 Fax'. i 970)384-151)1 May 15, 2006 Ms. Galina S. Leiphart, P. E. Project Manager HNTB Corporation 1600 Broadway,Suite 1300 Denver,CO. 80202 Subject: Proposal for Geotechnical Engineering Services and Pavement Design for the Weld County Road 87 Bridge Replacement Dear Ms. Leiphart: This letter presents the Yeh and Associates' proposal to provide geotechnical engineering services and foundation and pavement design recommendations for the Weld County Road 87 bridge replacement. The project is located on County Road 87 north of US 34 north of US 34 near Masters, Colorado Scope of Work: Based on our understanding of the project and the information provided, we propose the following scope of work for obtaining subsurface information to address the new bridge support and pavement design. Data from these test borings will be needed for the foundation recommendations the final pavement designs. I. Drill a total of seven(7) borings,two(2) for pavement design, and five(5) for the bridge foundation investigation. The pavement borings will be drilled to depths between 5 and 10 feet and will be located both north and south of the bridge. The bridge foundation test borings will be drilled up to 80 feet or 10 feet into bedrock. 2. The location of the test borings will be selected based on the bridge layout information provided by HNTB. Field location of the test borings both pre and post drilling will be determined by professional survey provided by others. 3. Soil Samples will be retrieved from the borings, inspected by the project engineer, and subjected to appropriate laboratory tests. Ground water levels will be checked during drilling and several days after the drilling is completed. 4. The results of our field explorations and laboratory testing will be analyzed to obtain parameters for bridge foundation recommendations and pavement design recommendations. 5. A geotechnical report will be prepared which summarizes the results of our field and laboratory testing and our foundation design and pavement design recommendations. Specifically the report will include: • Descriptions of the existing subsurface conditions encountered. • Boring logs graphically depicting the subsurface data. • Subsurface profiles showing the geology along the proposed roadway • Recommendations pertaining to special treatment of pavement subgrades due to soft subgrade soils. These could include moisture conditioning, subexcavation.or other state-of-practice improvement methods. • If any pavement requires lime stabilization, we will present an appropriate mix design recommendation, • Recommendations for bridge foundation types • Pavement thickness alternatives will be based on traffic loadings supplied. • Discussion concerning the ramifications of high round water. • The results of the soil corrosivity testing(soluble sulfates, pH, chlorides, and electrical resistivity)or proposed construction recommendations to help mitigate corrosion concerns or sulfate related concrete problems. • Compaction criteria for pavement subgrade and base course, and shallow embankments that will help the construction of the roadway pavements. • Asphalt mix and binder recommendations. 6. Attend project design meetings to provide technical input as required. Foundation and pavement design recommendations will be prepared in accordance AASHTO guidelines. Other related recommendations would be prepared in general accordance with the procedures used by Weld county or CDOT. Cost and Schedule: Based on the scope of work outlined above,we estimate the total cost for the geotechnical services will not exceed a maximum of$24,000. We propose our fee be based on our 2006 Standard Fee Schedule. We will begin our fieldwork within 5 days after being given a signed agreement, notice to proceed,and drilling and access permits. Preliminary results of the study will be available within 3 weeks after drilling and the final report will be available within 6 weeks of notice to proceed, if weather and site conditions permit. The terms and conditions for our services are summarized on the attached"General Conditions" sheet. The above scope of work and estimated cost are based on the provided information and our understanding of the project if you have any questions on the above proposal,please feel free to contact us. Sincerely, Yeh and Associates, Inc. -v;7 s�C Robert F. LaForce,P. E. Agreed by Date Company Cc: File 2006-P038 Enclosure: Fee Schedule General Conditions Effective July 1,2005 YEH AND ASSOCIATES, INC. STANDARD FEE SCHEDULE - ENGINEERING FIELD INVESTIGATION Drill Rig-Truck Mounted with 2 Man Crew Drill Rig Mobilization and Demobilization 4-inch and 6-inch Solid Auger $120 per hour Water Truck $1.00 per mile+$25 per man per hour Hollow Stem Auger 3 3/4"I.D. $130 per hour Pickup $0.60 per mile Coring Bit Wear+$130 per hour Drill Rig Support Vehicles Standby Time $75 per hour Water Truck $100 per day Track Mounted Rig(Additional) $50 per hour Support Truck $75 per day Drill Rig Mobilization and Demobilization Equipment Rental Cost+ 15% In Town under 50 miles Hourly Rate Well Construction Materials Cost+ 15% Truck Mounted Rig $1.00 per mile+$25 per man per hour Geophysical Survey Cost+ 15% Track Mounted Rig $2.25 per mile Field Engineer/Geologist $67 per hour LABORATORY TESTING Natural Density and Moisture Content $10.00 Laboratory Technician $57.00 per hour Atterberg Limit(ASTM D43 I8) $50.00 "R"-Value(ASTM 2844) $250.00 Specific Gravity $40.00 Resistivity $40.00 Gradation Analysis(ASTM D-422) Triaxial Shear,per point a. All Standard Sieve to#200 Sieve $45.00 a. Unconsolidated-Undrained(Quick Test) $125.00 b. Less than 1.5"Down to#200 Sieve $40.00 b. Consolidated-Undrained(R-Test) $270.00 c. Percent Less Than#200 Sieve $20.00 c. Consolidated-Drained(S-Test) $500.00 d. Hydrometer Analysis, add$35.00 Permeability Swell-Consolidation a. Falling or Constant Head,2-4"Diameter $185.00 a. Loaded to 10,000 psf $45.00 b. Triaxial Permeability $300.00 b. Per load in Addition to 10,000 psf $5.00 c. Remolded(W&PRE-13) $180.00 Time-Consolidation(ASTM D-2435) $275.00 Relative Density(ASTM D-2049) $125.00 Unconfined Compressive Strength(ASTM D-2166) $30.00 California Bearing Ratio(ASTM D-1883), 1-Point$100.00 Direct Shear,Per point California Bearing Ratio(ASTM D-1883),3-Point$250.00 a.Unconsolidated Undrained Test $90.00 Water Soluble Sulfate $25.00 b.Consolidated Undrained Test $200.00 pH $15.00 c.Consolidated Drained Test(ASTM D-3080) $300.00 Organic Content(ASTM D-2974) $20.00 Standard Proctor Compaction(ASTM D-698) $70.00 Los Angeles Abrasion Test $100.00 Modified Proctor Compaction(ASTM D-1557) $80.00 Concrete Compression Test,each $8.50 Concrete Cylinder,each $8.50 ENGINEERING (Covers planning and general supervision,field trips,analysis, consultation,preparation of reports,and travel time.) Principal Engineer $135.00 per hour Project Manager $120.00 per hour Senior Project Engineer or Geologist $100.00 per hour Senior Field Inspector $85.00 per hour Project Engineer or Geologist $80.00 per hour Field Inspector $75.00 per hour Staff Engineer or Geologist $70.00 per hour Senior Field Engineer/Technician $65.00 per hour Field Engineering Technician $60.00 per hour Administrative Assistant $52.00 per hour Sr. Engineering Consultant,Special Consultation $185.00 per hour Expert Testimony and Court Appearance(Minimum) $260.00 per hour MISCELLANEOUS Auto or Pickup Mileage(Outside Metropolitan Area) $25.00/day+$0.40 per mile Out-of-town living expenses,commercial travel costs,equipment rental,etc. Cost+15% Interest charged after 30 days from invoice date 1.5%per month Other outside Services Cost+ 15% Accepted by: Date: GENERAL CONDITIONS INVOICES Yeh and Associates, Inc.(Y&A)will submit progress invoices to client monthly and a final bill upon completion of the services. Invoices wilt show charges for different personnel and expense classifications.A more detailed separation of charges and backup data,such as timesheets and invoices,is available.Each invoice is due on presentation and is past-due thirty(30)days from invoice date.Client agrees to pay a finance charge of one and one-half percent(1-1/2%)per month,or the maximum rate allowed by law,on past-due accounts. SAMPLES All samples of soil and rock will be discarded thirty(30)days after report submittal.Upon Client's written request and authorization,samples will be delivered in accordance with Clients instructions,or stored for an agreed charge. RIGHT-OF-ENTRY Unless otherwise agreed,Client will furnish right-of-entry for Y&A to make borings,surveys and/or explorations.Y&A will take reasonable precautions to reduce damage to property.However,it is understood by Client that in the normal course of work,some damage may occur. UTILITIES Y&A will request responsible utility owners to locate oft-site lines.Client agrees to be solely responsible for designating the locations of all utility lines and subterranean structures within the property lines of the project.Y&A will not be liable for damage to subterranean structures(pipes,tanks,conduits,wires,etc.)which are not correctly located on or oft the site. JOB SITE Client agrees that the construction contractor will be required by Client to assume sole and complete responsibility for job site conditions during construction of the project,including safety of persons and property.Client further agrees to indemnify and hold Y&A harmless from any and all liability in connection with the performance of work during construction of this project,excepting liability arising directly from the negligence of Y&A. REPORTS Reports,plans and other work prepared by Y&A remain the property of Y&A.Client agrees that all reports and other work furnished to the Client and his agents not paid for will be returned upon demand,and will not be used for licensing,permits,design and/or construction. WARRANTY Y&A agrees in connection with services performed under this Agreement that such services are performed with the care and skill ordinarily exercised by members of the profession practicing under similar conditions at the same time and in the same or similar locality.No warranty,expressed or implied,is made or intended by rendition of consulting services or by furnishing oral or written reports of the findings made. Client recognizes that subsurface conditions beneath the project site may vary from those encountered in borings,surveys or explorations and that information and recommendations developed by Y&A are based solely on the information available to it.Any exploration,testing,surveys and analysis associated with the work will be performed by Y&A solely to fulfill the purpose of this Service Agreement and Y&A is not responsible for Interpretation by others of the Information developed. Risk Allocation Y&A's liability for damages due to professional negligence will be limited to a sum not to exceed$50,000 or the fee,whichever is greater.In the event that Client does not wish to limit Y&A's professional liability to this sum,V&A agrees to waive this limitation upon receiving Clients written request prior to the start of V&A's work on this project. In the event Client requests Y&A to waive this limitation of liability,Client agrees to pay an additional consideration of four percent(5%)of the total fee,or$200.00,whichever is greater. DISPUTES Should either party hereto bring suit in court to enforce any terms of this Agreement,it is agreed that the prevailing party shall be entitled to recover his costs,expenses and reasonable attorneys'fees. Weld County Bridge Replacement 87/42.5 Printed: 4/30/2006 17:16 Engineering Estimate Summary Form Company Estimated By Date Rev Sht of GK Cotton Consulting, Inc. G. Cotton 4/21/2006 1 1 4 Task Description Discipline Hydrology/Hydraulic Engineering Drainage Hours and Labor Charges Item Code Personnel Category Rate Hours Salary Labor 1 PM Task Manager $126.43 62 $7,839 2 PE Senior Engineer $100.17 100 $10,017 3 SD Senior Designer $78.98 84 $6,634 4 CT CAD Technician $64.38 28 $1,803 5 0 $0 6 0 $0 7 0 $0 8 0 $0 9 0 $0 10 0 $0 11 0 $0 12 0 $0 13 0 $0 14 0 $0 15 0 $0 Subtotals 274 $26,293 Labor Overhead 0.00 Fee 0.00 subtotal(Labor Cost) $26,293 Other Direct Cost (ODC) Travel and Living $495 Errata Communications and Shipping $0 Composite Rate Project Office/Supplies $0 $95.96 CAD Equipment/Computers/Software $0 ODC Rate Reproduction $180 $2.46 Other(see Form C ) $0 Doc Count subtotal(ODC Cost) $675 15 subtotal(Vendor Cost) $0 Hours/Document 18 TOTAL COST( $26,967 Comments File: Engineering Estimate Form.xls...Form A 0000 m o O O m m o m O O o N o o O o d S a d d d N N NNNT T n 0 a - N a 0000 ^ O O O m N ^ 000 m O O O O 0 O d Q d d N LL m 6 N z" E m o O LL ii a E 0 0 w m C e 0 0 0 0 Egf w a E z 0 0 m LE 2 0 0 J 0 0 ' 0 0 ' °i 0 0 m - y `o 8g YQ 9 m 0 0 w o n 0 0 d d L CO o w 0 0 CD v 0 0 3 S d d d m CO c w U 28 0 a "m m m m Q d on Q N �gr c w %U ❑ 84 0 c g m m m d mTTT Q d m d d N 80 u 100 0 Y 0 m m m N d Q N d N d o n 62 0 m E a m N c c �i m g E O mg m = c gE � '^ '9 n ra m g ° m a O > c ¢ E c 2 3 1- c c . 8 c a E N 2 < 8 r 3 E O E m axe 13g ° w 6 = s 0 8 m e r i m ° o _ a o f 6,-2 . E CD L° ❑ gn rw3 1O m u! mH s c c 8 m a = 3 i 3 2 c 2 S 2 S 2 52 + 0 6 L U m m e CC m T a ❑ U gg - " " - " N T N T N co _ V 0] Z' J c 2 J m ❑ m U 3 v ; K o �- Ndmm n mmN N (� Q m n m m N Weld County Bridge Replacement 87/42.5 Printed: 4/30/2006 17:16 Estimate ODCNendor Detail Sheet Company Estimated By Date Rev Slit of GK Cotton Consulting,Inc. G.Cotton 4/21/2006 1 3 4 Task Description Discipline Hydrology/Hydraulic Engineering Drainage Other Direct Expenses Description Unit cost Quantity Additional Lump Sum Cost Subtotals Mileage @ $0.49 per mile 1020 miles 495 Plane tickets @ $800.00 per trip trips 0 Hotel @ $60.00 per night nights 0 Meals $35.00 per day days 0 Tolls and Parking $1.00 Lump Sum 0 Perdiem $100.00 Per Week Weeks 0 Temp Housing $2,000.00 Per Month Months 0 Relocation $5,000.00 Each 0 Rental Car $200.00 Per Week Weeks 0 Other 0 Subtotal Travel 495 Telephone $100.00 Per Month Months 0 Express mail $100.00 Per Month Months 0 Postage/Freight $100.00 Per Month Months 0 Other 0 Subtotal Communications/Shipping 0 Space Rental Per Month Months 0 Utilities Per Month 0 Supplies Per MH 0 Furniture Lump Sum 0 Equipment Rental Per Month Months 0 Mobilization/Demobilization Lump Sum 0 Maintenance Per Month Months 0 Other 0 Subtotal Project Office 0 CADD time Per Hour Hours 0 Personal Computers $20,000.00 Each 0 CAD Software Each 0 Other Software Each 0 Printers Each 0 Other Each 0 Subtotal CAD/Computer 0 Plotting per foot plots submissions 0 Reproductions,8 1/2x11 @ $0.10 per copy 0 copies 0 Reproductions, 11x17 @ $0.10 per copy 0 copies 0 Reproductions,Drawings @ per copy copies sets 0 Other $15.00 12 180 Subtotal Reproduction 180 Miscellaneous Expenses $1.00 0 0 0 0 Sub Total Other 0 Sub Total Direct Expenses $675 Vendors/Professional Services Name Description of work Amount I Total for Vendors) $0 File: Engineering Estimate Form.xls...Form C Weld County Bridge Replacement 87/42.5 Printed: 4/30/2006 17:16 Basis of Estimate/ Exclusions Company Estimated By Date Rev Sht of GI<Cotton Consulting, Inc. G.Cotton 4/21/2006 1 4 4 Task Description Discipline Hydrology/Hydraulic Engineering Drainage Basis of Estimate I Exclusions File: Engineering Estimate Form.xls ...Form D PRELIMINARY DEISGN i. Hydrology/Hydraulic Engineering(GK Cotton Consulting) 1) Floodplain and Drainage Assessment A. Determine the probable impacts of the proposed alternatives on the project area with respect to the FEMA defined regulatory floodplain and rise criteria,and roadside drainage. B. Develop possible mitigating actions for the adverse impacts on each alternative. C. Analyze the impacts and mitigations(if any)for each alternate. Included in the analysis shall be a determination of significant impacts due to: • Single community access routes • Significant risk for social or economic losses due to flooding • Alteration of beneficial floodplain values 2) Hydrologic Analysis A. Delineate drainage basin that contributes to the design point. B. Determine all basin characteristics and parameters such as imperviousness and the coefficient, C. Draw the path of flow of runoff from the highest point of the basin to the design point. C. The system shall be designed for the 100-year event for any cross culverts. Inlets and pipes along the highway and the median can be designed to pass the minor design criteria,which is the 10-year event. D. Determine the design discharge using most recent FEMA Flood Insurance Study. Compare the design discharge to gage records from the nearest USGS stream gage. 3) Hydraulic Design A. Determine structure locations and alignments. Identify structure centerline by highway station or coordinates. B. Determine the design flow at the structures and discharges related to the operation of the structure: incipient overtopping of the structure, 100-year,and 500-year flood flows. C. Determine the extent of detailed study reach for hydraulic analysis. The reach shall be sufficient length to evaluate impacts to adjacent properties and to establish a reliable starting water surface elevation for the study model. The study reach shall incorporate new survey and proposed structure sections as required into existing model of the study reach. D. Hydraulic analysis shall be conducted using the Corps of Engineers HEC- RAS computer program for one-dimensional river hydraulic analysis of the structure. HEC-RAS model shall be used for analysis of multiple- openings,and flow distribution thru the proposed structure, E. Assess the degree of sediment and debris problems to be encountered. This should then be accounted for during the analysis of the structure. F. Assess the depth of scour at pier and abutment for the design flow and operational flows. Scour analysis shall include evaluation of regional, lateral, and local scour depths at the structures. Scour analysis shall be conducted using the latest version of FHWA guidance document HEC No. 18. G. Size the bridge waterway and relief culverts for the design flow. The bridge and culvert capacities should be based on all the flows encountered at the upstream face of the proposed roadway toe of slope. H. Compute the hydraulic grade line for the design flow, and associated operational discharges. Evaluate freeboard at the structures for the design flow and clearance risks at other operational discharges. I. Complete the design computations and documentation in accordance with the Weld County Storm Drainage Criteria Manual. 4) Storm Water Pollution Prevention Plan. A. Prepare a Storm Water Pollution Prevention Plan in accordance with: i. Weld Count requirements ii. Other appropriate documents B. In the Storm Water Pollution Prevention Plan include the following: Erosion and sediment control Best Management Practices (BMPs) to reduce pollutants in stormwater discharges during construction operations. C. Storm water management BMPs to reduce pollutants in storm water discharges after construction operations have been completed. Consider: i. Vegetative practices. H. Structural practices. 5) Hydraulics Calculation Submittal. Submit a written Drainage report which includes a detailed discussion of the pertinent aspects of the drainage analysis and design, identification of significant floodplain and drainage impacts, and the possible practical mitigation actions for the alternatives. A preliminary report shall be submitted and must include the following: i. Hydrology analysis ii. Hydraulic design Hi. Structure cross-sections iv. Appendix: i. Drainage basin maps H. Hydrology/hydraulics worksheet iii. Roadway Ditch Profile Grades FINAL DESIGN a. Hydraulic Design(GK Cotton). 1) Data Review. Review data and information developed under the Preliminary Hydraulic Investigation and update in accordance with decisions made at the Preliminary Review meeting. 2) Storm Water Pollution Prevention Plan. Update the Storm Water Pollution Prevention Plan in accordance with decisions made at the Preliminary Review meeting and on additional investigation since that meeting, , - {Formatted:Underline 3) Memorandum for inclusion with specification for a temporary crossing during construction that outlines alternative structure types and hydrologic risks. 4) Final Hydraulics Report will consist of the following: i. Revised pages to the preliminary hydraulics report that can be easily replaced in preliminary report H. Bridge hydraulic information on an original plan sheet. ERO Resources Corporation Scope of Work for Environmental Services for Replacement Of Weld County Bridge No. 87/42.5a Over The South Platte River February 15, 2006 ERO Resources Corporation(ERO)has prepared the following scope of services to perform the tasks itemized in the Weld County's request for qualifications and proposals (RFQ&P) for the replacement of Weld County Bridge No. 87/42.5a over the South Platte River. The tasks are based on the assumption that the environmental impacts of the project will be addressed via the Categorical Exclusion process. ERO will perform fieldwork and research and will prepare letter reports for each of the following tasks. The technical reports will be used by the Client to obtain environmental clearance from CDOT for the project. Based on current knowledge of the study area, ERO believes that it is unlikely significant resources are present. The field studies and documentation will be at the appropriate level of detail to document existing conditions and will be summarized(with the exception of the M- ESA, which requires a full report), along with steps required to obtain clearance, in brief letter reports. In addition to tasks outlined in the RFQ&P, this scope includes several tasks that may be required by CDOT following the project scoping meeting. Task 1—Scoping Meeting ERO will attend the project scoping meeting with CDOT, Weld County, and the design team. During the scoping meeting, ERO will confirm with CDOT environmental planning staff which clearances will be completed by CDOT and which will be completed by the consulting team. It is possible that tasks may be added or subtracted from the tasks outlined in the RFQ&P based on discussions in the scoping meeting. Task 2—Modified Phase I Environmental Site Assessment ERO will conduct a Phase I Environmental Site Assessments(ESA) for the subject property. The ESA will be modified to comply with CDOT's June 10, 2003 Modified Environmental Assessment(M-ESA) Guidance. The M-ESA will consist of a visual inspection of the subject property, interviews with the property owner, realtor/developer,key site manager, and occupants, if applicable, and a compilation of publicly available information from a variety of sources about According to ASTM 1527-97: "Standard Practice for Environmental Site Assessments: Phase I Environmental Site Assessment Process." 1 i:\active\pm folders\mary powell\weld co bridge 87\revised weld co bridge 87 catex scope rdb.doc .. past and current environmental conditions at the subject property. ERO will provide the Client with a written report including a detailed presentation of findings. The M-ESA will include an assessment of the presence of lead-based paint on the existing bridge. This scope includes one M-ESA update done no more than six months prior to construction. If the project requires a Phase II Site Investigation, ERO will provide a revised scope and estimate. Task 3—Noxious Weeds A qualified ecologist will assess the project site for the presence of noxious weeds on the Colorado Noxious Weed A and B lists, the Weld County Noxious Weed list, and the CDOT Maintenance list. Weed populations present will be mapped according to CDOT guidelines. If noxious weeds are present, ERO will prepare a brief weed management plan according to CDOT guidelines. ERO will work with the County to ensure that weed locations and weed management measures are included in the project plans as appropriate. Task 4—Wetland Finding ERO assumes the project will result in impacts to more than 500 square feet of wetlands along the South Platte River. As a result, CDOT will require a Wetland Finding. ERO will delineate all wetlands in the study area using US Army Corps of Engineers delineation methods. ERO will include the delineation in the Wetland Finding prepared and submitted according to CDOT guidelines. The Wetland Finding will document existing conditions, describe any proposed,unavoidable impacts to wetlands, and describe mitigation proposed for wetland impacts. Task 5—Section 404 Individual Permit ERO will obtain Clean Water Act Section 404 clearance for the project. The RFQ&P assumes that the project will be permitted under an Individual Permit. If the project results in impacts to under 0.50 acres of jurisdictional waters of the U.S., including wetlands, it is possible the project could be authorized under Nationwide Permit 14 Transportation Crossings. ERO will coordinate with the Corps of Engineers to determine the appropriate Corps permitting process. Task 6—Threatened, Endangered,and Sensitive Species Clearance ERO will prepare a brief report on the potential of federal and state listed threatened, endangered, or sensitive species or their habitats being present in the study area,particularly aquatic and riparian species that may be impacted by the project. The report will also include recommendations on measures to comply with the Endangered Species Act and Migratory Bird Treaty Act. ERO assumes that presence/absence surveys are not included in this scope. Based on the location of the project, habitat for the following T&E species may be present: bald eagle, Preble's meadow jumping mouse, Colorado butterfly plant, Ute ladies'-tresses orchid, piping plover, and whooping crane. The species most likely to present in the vicinity of the project area is the bald eagle. If habitat is present for the Preble's meadow jumping mouse, the U.S. Fish and Wildlife Service may require a presence/absence survey. The high quality riparian habitat supports a variety of bird species,possibly including raptors. These birds and their active nests are protected by the Migratory Bird Treaty Act. As 2 i:\actve\pm folders\mary powell\weld co bridge 87\revised weld co bridge 87 catex scope rdb.doc i appropriate, ERO will survey the project area for nests and will develop avoidance and mitigation recommendations as necessary. Task 12—Meetings ERO will attend up to four meetings. These will include the scoping meeting with CDOT, the FIR meeting, and the FOR meeting. This task includes any necessary preparation and coordination. ERO will perform these tasks on a time and materials basis for a cost not to exceed$15,404.00, including expenses billed at cost plus 3%. 3 '1 i:\active\pm folders\mary powell\weld co bridge 87\revised weld co bridge 87 catex scope rdb.doc I aq « aq | q 0. 72 § / \ } \ } \ _ ! [ 6.9 in ! [ /CA ni ! 7 ! 4, a , ! ! ! § § 7 \ 6 - § ; , , , , , - \ k / \ / \ # § 8co _ ! , - - - - d ] \ , , , N ® ru _ 2 ] _ ! - ) , 4 \ a k wf � © # 2 ) � © ri :0- ! - - eja ) as 8883 ! -8 06 888 32 � ) _ ; = ; ; ; J & N CA f ; - - - C - ; en cu .'0. ea E w en $ ■ k 5 § ) \ U ) F. ci 31 \ 3 _ 33 ) ! ) / ea - 00LU }00 \ . 85 ti } ] ! ! ! ^ ! = i ! - !cc % % ! ! \ } \ 4 \ ) \ \ � , � . _ % ! 3 ; ; 7 ; ) { 2 Z°;08 ) k \ § } * ! k ) J ) ) ) } ) ) F- � \ \ ) � CI� � d ERO Resources Corporation Proposed Scope of Work Weld County Bridge 87 May 10, 2006 ERO Resources will perform the following tasks in order to conduct a Preble's meadow jumping mouse trapping survey for the Weld County Bridge 87 Replacement Project. Task 1. Preble's Meadow Jumping Mouse Trapping Survey ERO will conduct a trapping survey in potentially suitable habitat in the project site. The trapping survey will follow current U.S. Fish and Wildlife Service (FWS) guidelines. ERO will set a minimum of 200 traps for four nights for a minimum of 800 total trap nights. Trapping surveys must be conducted between June 1 and September 15 to be accepted by the FWS. ERO would schedule the survey for early June 2000. Please note that ERO Resources is required by federal law to alert the FWS within 24 hours if Preble's mice are found during the trapping survey. Task 2: Preble's Meadow Jumping Mouse Trapping Report The results of the trapping survey will be documented in a report following current FWS standards and submitted to that agency for review. Task 3: General Coordination This task involves meetings, coordination with FWS, and other activities needed to complete the above tasks. Costs ERO Resources would perform the survey for a flat fee of$5,000.00 for conducting a Preble's meadow jumping mouse survey. This scope of work and costs could change if FWS revises its current trapping survey requirements. 1 Weld County Road and Bridge Design Project Weld County Road 87/42.5 over the South Platte River grope&Fee Estimate - 1.PROJECT COORDINATION r DESCRIPTION PIC PM TM SE E ST D A TOTAL REMARKS/COMMENTS a Project Schedule 8 8 2 resets of proposal schedule 32 week schedule(5/66-12/(16),PIC 1 hr/mos,PM 4 hnlwk,Mmn 4 b Project Management-design phases 8 128 8 8 32 184 hremroe c Project Meetings CDOT Sloping Meeting 6 PM Kick-Off Meeting 8 6 18 PIC,PM.TM Conceptual Design Review Meeting 8 12 PM,TM Structure Sekr.den Meeting 8 12 PM,TM FIR Meeting 6 12 PM.TM FOR Meeting 8 12 PM TM d Progress Meetings 98 2 memee✓morth(5106-12th) e Monthly Progress Reports 32 " 32 a months,PM 4 IxNmn/ f Design Criteria 2 4 8 SUBTOTAL-Project Management 14 302 42 0 8 0 0 32 398 _ 549,074 x .a .. .. , , i CONCEPTUAL.OE15ICeN?.' at ,..,eO>@s T'.^''',(0!)!''il,-1 4"''S ..`'_;'iiix' DESCRIPTION PIC PM TM SE E ST D A TOTAL REMARKS/COMMENTS a Project Management Incidental to lb b Roadway Alternatives sewnee 2 shenvaa,lmN Develop Alternative Alignments 8 12 40 30 90 keel Innzontal.vertical,see detente,it.ee:ton c Initial Roadway Design 2 4 8 8 22 d Major Structure Design sewn 3 elrrwtwe I Structure Data Collection 2 16 18 2 Structure Selection and Layout 10 34 40 84 3 Structure Selection Report 5 32 37 e,f,g Land Owner Meetings(1-one) 8 8 r wnee 3 meetings,l uee PM Develop Displays 4 12 18 h Design Field Survey Per subconsultant a• .ement S 41,730 I I I I i Rghtof--Way and Easement Exhibits Incidental to 2h 1 Materials Engineering Per subconsultant agreement S 24,000 I I I I I I I k Hytrbiogy/Nychaulk Engineering Per subconsultant agreement. $ 26,967 I Conceptual Design Report Conceptual Drawings 8 8 Conceptual Design Calculations 2 2 Land Acquisition Requirements 2 2 4 Conceptual Cost Estimate 1 2 8 11 Document evaluation process 2 2 2 8 Structure Selection Report Incidental to 2d SUBTOTAL-Conceptual Design 0 28 14 90 28 48 98 0 308 5 122,787 W CR87I425 Fee Estimate Paget of 5 HNTB Weld County Road and Bridge Design Project Weld County Road 87/42.5 over the South Platte River Crave&Fee Fstlmata 3,PRELIMINARY DESIGN _ DESCRIPTION PIC PM TM SE E ST D _ A TOTAL REMARKS/COMMENTS 30%Carotin a Environmental Per subcansuttant ageement, $ 15,404 b Utility Coordination 5 8 10 8 31 c 1)Roadway Design 16 8 54 38 118 based on 0.5 maa roadway c 2)Roadside Development 10 4 4 4 22 d Landscaping 3 6 9 e Construction Phasing Plan 2 2 4 6 14 f Traffic Control Plan 7 8 11 14 38 11 Plan Preparation for FIR Meeting 5 12 17 Seem to Canty/15 see to COOT 4 Construction Cost Estimate 4 4 h FIR Review 1 Attend Meeting Incidental to 1c 2 Meeting Minutes 2 2 SUBTOTAL-Prelknmary Design 0 14 40 0 28 83 88 0 253 S 24,024 ciy . . .i' 1,. - T, k tie P'111 ''. +. ", '5111,1/,,I: n , - DESCRIPTION PIC PM TM SE E ST D A TOTAL REMARKS/COMMENTS 95%corvette a Design Coordination Incidental to lb b Utility Coordination 4 8 6 16 c Hydraulic Design Incidental to 2k d Traffic Engineering 2 4 4 10 e Roadway Design 12 15 28 25 80 bred ono.5 mw roadway f Landscaping 0 g Construction Phasing Plan 7 10 15 6 38 h MOW Structure Design 1 Structure Final Design 249 249 2 Preparation of Final Plans B Specifications 38 220 258 bndgeplebn,amenwawmaT girder bridge 3 Design,Detai 8 Quantity Check 16 155 40 211 Indeflopendent ndent .s en Pfgaadw 4 Final Review Plans&Specifications 24 16 40 b4ea�ew deeaeNwktcheek tie of auawaw bridge raging ten dependant Mack 5 W io County/15 sem to COOT',apecaulbry&epee*p,olabm; Plan Package:madweY wanes*:am ewers:mina of probable I Plan Preparation for FOR Meeting 5 16 20 23 35 99 cost 1 Coordinate packaging of plans 8 12 20 j FOR Meeting 1 Attend Meeting Incidental to is 2 Meeting Minutes 2 2 k Construction Plan Package 1 Revisions to plena 8 specs 4 8 12 3 Construction package 8 8 16 Cowwcmn Engineers anion package 0 I Record Plan Sets 2 2 2 4 10 sealing a PDF SUBTOTAL-Final Design 0 29 43 327 228 76 358 0 1059 5 103,230 WCR87/42.5 Fee Estimate Page 2 of 5 H NTB Weld County Road and Bridge Design Project Weld County Road 87/42.5 over the South Platte River Scooe&Fee Estimate • S ADVERTISEMENT • DESCRIPTION PIC PM TM SE E ST D A TOTAL REMARKS/COMMENTS b Pre-bid conference 8 8 SUBTOTAL-Advertisement 0 8 0 0 0 0 0 0 8 $ 1,011 0. ONSTRUCTION'ADMINISTHATION . •. >,• .. , DESCRIPTION PIC PM TM SE E ST D A TOTAL.REMARKS/COMMENTS Assumes 30 week(7 nom%)carom aem a,Project Management 188 168 7 mant..PM 24 b»mah 7BD-Per subconsultant agreement.(assumes 80% b Resident Project Representative time for 7 mos $ 101,205 c Monthly Progress Reports 14 14 7 maw.,PM 2 In/mange d Process Pay Requests Incidental to 66 e Submittal Review&RFrs 40 40 Assumes 40 hours he stop seas and RFre f A9-BuIP Drawings Assume,cotta r b red Ma Pie ElMmli'vibuIW.' o 4 4 8 wowed. TBO-Per subconsultant agreement. (assumes on-site g Materials Testing as needed) $ 22,750 SUBTOTAL-Construction 0 188 0 40 0 0 4 0 230 $ 152,495 WORK HOUR SUMMARY DESCRIPTION PIC PM TM SE E ST D A TOTAL REMARKS/COMMENTS Project Management 14 302 42 0 8 0 0 32 398 $49,074 Conceptual Design 0 28 14 90 28 48 98 0 308 $30,090 Survey $41,730 Geotect nical Investgation $24,000 HydraulicsMybalagy $26,967 Preliminary Design(30%) 0 14 40 0 28 83 88 0 253 $24,024 Envionmental $15,404 Final Design(95%) 0 29 43 327 228 76 358 0 1059 $103230 Advertisement 0 8 0 0 0 0 0 0 8 $1,011 Other Direct Costs(Design Phases) $3.292 Other Professional Services $20,000 DESIGN SUBTOTAL $3 38,822 Engineering Labor 14 381 139 417 290 207 544 32 2024 3207,426 Other Direct Costs $3,292 Other Professional Services $20,000 Subconsu/tants $108,101 Construction Administration 0 186 0 40 0 0 4 0 230 $28540 Resident Project Representative Materials Testing $101,205 322,750 Other Direct Costs(Construction Phase) $2,750 CONSTRUCTION SUBTOTAL $155,245 Construction Administration Labor 0 186 0 40 0 0 4 0 230 $28,540 Other Direct Costs $2,750 Subconsultants x955 $123,855 PROJECT TOTALS S094,067 Direct Labor 14 587 139 457 290 207 548 32 2254 $235,968 Other Direct Costs _ $8,062 Subconsultants $232,056 WCR87/42.5 Fee Estimate Page 3 of 5 HNTB Weld County Road and Bridge Design Project Weld County Road 87/42.5 over the South Platte River Work Hour Estimate OTHER DIRECT COSTS - Engineering DESCRIPTION UNIT COST QUANTITY TOTAL Mileage $ 0.445 per mile 3220 miles $ 1,432.90 Telephone $ 100.00 per month 0 months $ - Express Mail $ 20.00 per month 8 months $ 160.00 Postage/Freight $ 10.00 per month 8 months $ 80.00 Utility Potholing $ 500.00 ea 0 ea $ - Traffic Control (survey) $ 2,500.00 ea 0 ea $ - Plotting per foot feet $ - Reproductions, 8 1/2x11 $ 0.06 per copy 13400 copies $ 804.00 Reproductions, 11x17 $ 0.18 per copy 4531 copies $ 815.58 Reproductions, Drawings per copy copies $ - Exhibits $ 200.00 ea 0 ea $ - Exhibits, 3D animation $ 3,000.00 ea 0 ea $ - PI (advertising, translator) $ 3,000.00 ea 0 ea $ - TOTAL ODC's Engineering $ 3,292.48 OTHER DIRECT COSTS - Construction DESCRIPTION UNIT COST QUANTITY TOTAL Mileage $ 0.445 per mile 5600 miles $ 2,492.00 Telephone $ 100.00 per month months $ - Express Mail $ 20.00 per month 7 months $ 140.00 Postage/Freight $ 10.00 per month 7 months $ 70.00 Plotting per foot feet $ - Reproductions, 8 1/2x11 $ 0.06 per copy 200 copies $ 12.00 Reproductions, 11x17 $ 0.18 per copy 200 copies $ 36.00 Reproductions, Drawings per copy copies $ - Exhibits $ 200.00 ea 0 ea $ - TOTAL ODC's Construciton $ 2,750.00 WCR87/42.5 Fee Estimate Page 4 of 5 HNTB Weld County Road and Bridge Design Project Weld County Road 87/42.5 over the South Platte River /tourly Rates 2008.2007 SPECIFIC CLASSIFICATION RATE EMPLOYEE NAME Principal in Charge PIC $181 Heather Reavey Project Manager PM $123 Galina Leiphart Task Manager TM $141 Robert Manzanarea Senior Engineer SE $116 Joseffa Meir Engineer E $102 Jaryd Takushi Senior Technician ST $90 Barry Novak Drafter D $72 Annette Price&Tracy Sinkiewicz Administration A $83 Cynthia Howard 2007-2008 SPECIFIC CLASSIFICATION RATE EMPLOYEE NAME Principal in Charge PIC $186 Heather Reavey Project Manager PM $127 Galina Leiphart Task Manager TM, $145 Robert Manzanarea Senior Engineer SE $119 Joseffa Meir Engineer E $105 Jaryd Takushi Senior Technician ST $93 Barry Novak Drafter O $74 Annette Price&Tracy Sinkiewicz Administration A $85 Cynthia Howard WCRa7/42.5 Fee Estimate Page 5 of 5 HNTB 2 2 a m u b S F, Ton V 0 ❑ S z $ V 0 0 fn . a a C� Cu J:: . 0 a a c o = a -. oN • N c m y N O C m w r 2 = c - — 'J E E ---con tr- w w 4 m Z 1 [ Z tt NW — _ e> -6-2 o p L ......... ....b......... - J 40 '— 1 r ir E E — 1 / m e) St p o — E a to a r . 2 0 W CO a m—_ 2 arc quiE n0.1 - � 5r 4 — CO _ c m m o m — a i a m LL — � aaa � allogM � R � aaaaaa ,- ,- az- aaiaaa � aoezaaa � aa eg • 0aaaaa4 a a aaaaaaaaaaaa a a - - aa as N , , , , , , a C 7 a s C 'J C J J C > > O m OCCCCCLI 0 N L L L L L c O 'O J c a 3 t m m L L L L - L L L L L O O L C m m C O 7 O m 0 0 0 O O m r r r r r F F 3 F F cc on g L' L' t $ 3 3 r r r r LL r r r r r r o r F F F F 3 r r r r 3 r r z r r T > T T > > > % T T ~ 3% T T T T T T T T T T c N N N 000000000000000000000000N g 0 m m m N m m m m 0 m 0 N m m a 0 m m m m c as" mT mT 0 0 0 0 0 W C 0 0 0 0 0'4' It 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C a a a O a a a a a a a a a a p a p a a s V VJ a a V V V V m a p a p a m a a p a p a p a p a p a a a a a a a a a p ap a p ap d ap a a a a a a a a a O c Oml . 0 0 0 0 ^ O .3 O b p t0 8 O b N g 0 0 0 51 .3@ 8 8 2 N 8 8 N 8 8 G 8 N ° m 8 N ° N ° 8 4 4 4 ' h N .0 b b N O < b N t7 t� 1M0 ttDD O 3 ❑ Y N PT $' Iii V a a E E o Oo a 3e n ❑ U 0 m re a A `ri, c r .p 3 c 'yon, It o x y b c_ �%( �( E y�y X °i3 c 5 �j a E W w 9 :2 8 ,- C N @ p (J Q y Q 0 r 0 ¢ g ¢ G 2 8. m �c 2 as b m U S 8 E �j $ m o ' C Z. {n p c� c co e g a o c 41 3 E € c m o= 8m m > ¢ 0 $ '• E c C o c a c ,ca 2 a 8 2 a 2, .� m t w cg y iL n ; E $ c c N Q an o E O n $ ¢ 'o x U m 0 c c 0 c 2 r m e d r g E p p 0 $' `m o n c c m m c a 8 z w ¢ -8 a c 'G m w 2' y O a r m o 0 r@ a c O w J > c m d m c a c c >' it o a (J ? j m N g U g g W o an Urn ? v a a A ¢ a 0 z 0 m c o r m o 0 0 C — N q a m c a ow a `? Z E!' X c r e w cc 0 o pp w c 0 ¢ _ 2 n 0 2 a ❑ o c e `m a m m n ❑ p0 m 0t c w` rn m c m N 45 , 085. 8 al 48 - 702. 8 3 °2a -60 p c w 2 a N I m n a c $ m a n ; of C c a $ ❑ O Z, Z 3 c@ m m N E 5 K ❑ c - o c p ; 2 N E rn y o v E m .. m c E m a m m m m o $ p 'n c 0 ., a' c w L' a o e o c c g 0 r m o a 0 2 0 2 w m 8 ¢ 8 E o € ¢ 2• b c c •¢ a y E - t 8 " @ m c m d c c t 2 Q $ N c '3 a r X c 0 m n c t m U o e 2 u 0 V 'E E C n c c m S p a 0 O N 0 LL m 5 a c 0 y N c N O c o „ m m LL n A' g c c L' m� 0 on -52 c o o cs m 3 o m x a c t' a o o c 0 ¢ o m m OI m V .0.. $ c ; m m �p q - .E N N p � m � 0 p �a � Q ≥ ≥ w 'g OI c c W ❑ c C C 0 z 2 m y 2 'o n a 2 . 88 c = 3 g n a m n a a m p o 0 E L m d .0 w K c a m $ a o 5 $ a r € m a 8 0 u E a ? m a d o -J m L J - O J C U U ❑ . L m .C O 0 O m O m O a O 6 L m 0 m ^ y x � u �' ££ m C7 $' a a y c4 .E a E 5 ¢ a � �' a m 'E E.0 O E a_ n c r a � 3 m � z x U 3 ¢ m y 3 ¢ w U LL u � g $ a � U ❑ � LL m m`lNV i- ZOct in 3a cnm' g3z acu3 ¢ in0 oa 3 ; p �p m O� p p �p m py 1p �p ..2 Q _ Cu M e h t0 I� m Ch O .- N t� O h (p n m A N N N N N N N N N N 8 CJ 2 2 CJ 8 m m 8 m V e C Zr' e e e e b b N N COh h b b t0 Q.75 a❑ QBP NO. B0600049 RE: CONSULTING ENGINEERING SERVICES FOR THE REPLACEMENT OF THE WC BRIDGE NO. 87/42.5A OVER THE SOUTH PLATTE RIVER/ Public Works Department THE FOLLOWING PROPOSALS ARE TO BE PRESENTED ON MARCH 1sT, 2006. THE PROPOSALS ARE BEING REVIEWED BY THE PUBLIC WORKS DEPT. THIS QBP WAS APPROVED ON WED. JUNE 14TH, 2006 VENDORS HEDRICK& ASSOCIATES LLC WASHINGTON GROUP INTERNTATIONAL 2455 WEST MAIN STREET 7800 E UNION AVENUE SUITE #100 LITTLETON CO 80120-1910 DENVER CO 80237 HNTB CORPORATION TSIOUVARAS SIMMONS 1600 BROADWAY SUITE #1300 6021 S. SYRACUSE WAY SUITE #195 DENVER CO 80202 GREENWOOD VILLAGE CO 80111 LONCO INC. SUMMIT ENG. GROUP INC. 1700 BROADWAY SUITE #800 10394 W CHATFIELD AVE #110 DENVER CO 80290 LITTLETON CO 80127 RG CONSULTING ENG. INC. JF SATO & ASSOCIATES 1331 17TH STREET SUITE #710 5898 SOUTH RAPP STREET DENVER CO 80202 LITTLETON CO 80120 STANTEC CONSUTLING INC. KIRKHAM MICHAEL 2135 SOUTH CHERRY ST SUITE #310 5600 SOUTH QUEBEC STREET#200D DENVER CO 80222 GREENWOOD VILLAGE CO 80111 LORIS & ASSOCIATES INC. SHORT ELLIOT HENDRICKSON INC 2585 TRAIL RIDGE DRIVE EAST COLO CENTER, TOWER ONE, SUITE 6000 LAFAYETTE CO 80026 2000 SOUTH COLORADO BLVD DENVER CO 80222-7900 CENTENNIAL ENGINEERING INC 1726 COLE BLVD. SUITE#240 GOLDEN CO 80401 It was the decision of the Weld Board of County Commissioners to award the QBP for the ENGINEERING SERVICES FOR BRIDGE #87/42.5 A OVER THE SOUTH PLATTE RIVER to HNTB Corporation. WELD COUNTY COLORADO BY: PAT PERSICHINO DIRECTOR OF GENERAL SERVICES FEBRUARY 28TH, 2006
Hello