Loading...
HomeMy WebLinkAbout20260457 Cnac-k- 104 I0441 :` 1s61_ `_ Weld County Public Works \ �j,,�� I �r,; ;�` (970) 400-3750 �r �; 1 1 1 1 H St., P.O. Box 758 Rom, GQ� N7Y f Greeley, CO 80632 CA March 5, 2026 Mrs. Esther Gesick, CTB 1 150 O Street Greeley, CO 80632 Re: B2500142-CR 34/17 Roundabout and Bridge BR34/17A Replacement Project Contract Dear Mrs. Gesick, Please place the attached contract on the BOCC agenda. The contract is for the design of the roundabout at CR 34/17 and the bridge replacement for BR34/17Q. The BOCC awarded the contract to Atkins Realis on March 4, 2026. The Tyler reference number is 2026-0457. The OnBase Contract ID is 10441. The contract is for an amount not to exceed $3,602,216.00. Public Works has included the project in its 2026 budget. I will attend the BOCC meeting to answer any questions the BOCC may have. Sincerely, . krivnt.,/ Clay Kimmi Senior Engineer Public Works Department Ou n rein-F- Rw) cc : Onase «) Za zc0-oc4 s7 3/11/Z(D 3/1 i/Z (o EC-t OUc- BOARD OF COUNTY COMMISSIONERS PASS-AROUND REVIEW PASS-AROUND TITLE: Design for WCR 34/17 Roundabout and Bridge Replacement Project DEPARTMENT: Public Works DATE: January 21, 2026 PERSON REQUESTING: Curtis Hall, Don Dunker, Cameron Parrott, and Clay Kimmi Brief description of the problem/issue: In December 2025, the Public Works Department, in coordination with the Purchasing Department, issued a Request for Proposal (RFP) for the WCR 34/17 Roundabout and Bridge Replacement Project. The procurement process followed the Qualifications- Based Selection (QBS) method as permitted by County Code. The intersection at WCR 34 and WCR 17 is currently ranked as one of the most hazardous intersections in the county due to poor sight distance and other safety concerns. Additionally, Bridge 34/17A over the St. Vrain River is a poorly rated bridge in need of replacement. To minimize disruption to Weld County residents, Public Works proposes replacing both the intersection and the bridge concurrently. The latest CIP shows the construction of the project to be started in late 2028 or early 2029. To meet this timeline, design work—including engineering, right-of-way (ROW) acquisitions, and utility relocations—must begin quickly. Public Works received and scored proposals from 6 design firms. Out of the six proposals received: • 2 firms were deemed to be non-responsive • 1 firm withdrew from the process • 3 firms had their RFPs reviewed and scored Atkins Realis achieved the highest score throughout the evaluation process. Scoring results are attached for reference. Staff would like to proceed to the negotiation phase of this procurement with Atkins Realis. What options exist for the Board? • Option 1: Authorize Public Works to negotiate with Atkins Realis to define the scope of work and establish a design cost. • Option 2: Direct Public Works to continue searching for a more qualified consultant, which will delay the project schedule. Consequences: If Option 1 is approved, Public Works can maintain the current project schedule. If Option 2 is chosen, the design phase will be delayed, which may cascade into delays for ROW acquisitions, utility relocations, and construction. Impacts: Project delays will likely increase overall construction costs, resulting in a higher financial burden on Weld County taxpayers. Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): Design costs typically range from 10%to 15%of construction costs. With an estimated construction cost of$25 million, the design budget is expected to fall between $2.5 million and $3.75 million. Public Works will negotiate with Atkins Realis to ensure the design scope and budget remain within this range and will update the project budget annually during the design phase. Recommendation: Public Works recommends that the Board authorize contract negotiations with Atkins Realis under the QBS process. Atkins Realis has been a reliable partner on multiple projects over the past decade, consistently delivering designs within agreed scope and budget. They also provide strong support during ROW acquisition, utility relocation, and construction phases. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: OPOP Perry L. Buck Scott K. James Jason S. Maxey �11 Lynette Peppier Kevin D. Ross 14 4 PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND ATKINS REALIS THIS AGREEMENT is made and entered into this I day of Moves , 2026, by and between the Board of Weld County Commissioners, on behalf of the Department of Public Works hereinafter referred to as "County," and Atkins Realis, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's or Request for Proposal (RFP) as set forth in Bid Package No. B2500142. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. Solicitation #B2400119 Page 1 Z 6Z(0-005-1 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT-INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for Work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties, and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $3,602.216.00 as set forth in the Scope and Fee. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1- 101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Any provisions in this Contract that may appear to give the County the right to direct contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records, and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non-confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity,Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance Workers'Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance -Occurrence Form Policy shall include bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor". Such policy shall include Minimum Limits as follows: General Aggregate $ 1 ,000,000 Products/Completed Operations Aggregate $ 1,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1 ,000,000 Automobile Liability Insurance Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims-made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 2,000,000 14. Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance for the Commercial General Liability coverage and for the Automobile Liability coverage, "Weld County, its successors or assigns; its elected officials, employees, agents, affiliated entities, and volunteers" as Additional Insureds with respect to liability arising out of the activities performed by or on behalf of the Contractor. On insurance policies where Weld County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. The County reserves the right to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 15. Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractor's Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 16. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 17. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 18. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 19. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to affect recovery. 20. Indemnity. The Contractor shall indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against any and all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys'fees and costs, (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused in whole or in part by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation Law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, or ordinance, rule, regulation, or court decree. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration of award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. A failure of Contractor to comply with these indemnification provisions shall result in County's right but not the obligation to terminate this Agreement or to pursue any other lawful remedy. 21. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 22. Examination of Records. To the extent required by law, the Contractor agrees that a duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 23. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. 24. Notices. County may 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. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party. Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Joseph Zufall Position: Senior Project Director Address: 4600 South Ulster Street Suite 1100 E-mail: joseph.zufall@atkinsrealis.com Phone: 303-214-0844 TO COUNTY: Name: Clay Kimmi, P.E. Position: Senior Engineer Address: PO Box 758 Greeley, CO 80632 E-mail: ckimmi@weld.gov Phone: 970-400-3741 25. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 26. Non-Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 27. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 28. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 29. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507.The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 30. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 31. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 32. Non-Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other immunities, rights, benefits, and protections, provided by the Colorado Governmental Immunity Act§§24-10-101 et seq., as from time to time amended, or otherwise available to the County, its subsidiary, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. 33. No Third-Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 34. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 35. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 36. No Employment of Unauthorized Aliens -Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)), nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 37. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 38. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. [Remainder of page intentionally blank] Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: AtkinsRealis By: j,,, -. / J Date of Signature: 3/4/2026 Name: Scott Reed, PE Title: Division Manager WELD COUNTY: ATTEST:& �` 4 BOARD OF COUNTY COMMISSIONERS Weld C unty Clerk to the WELD OUNTY, COLORADO BY: a/VBoard W Deputy Clerk to the Board Scott K. James, Chair MAR 1 1 2026 l• '` E ILA% 1 4 . ,% M861 ' _,� �, 44*l �� % ; 0, 2 07(c-O( 7 Exhibit A - B2500142 Request for Proposal for the CR 34/17 Roundabout and Bridge 34/17A Replacement Design Project Weld County Finance Department ' 180 Purchasing Division 1, 6/ r ! a 1301 North 17th Avenue ,r .„,: Greeley, Colorado 80631 .�GgO Public Works - Qualifications Based Selection (QBS) Cover Sheet Solicitation Number: B2500142 Title: Professional Engineering Design Services for the WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project Issue Date: December 3, 2025 Pre-Proposal Meeting: December 15, 2025, at 10:00 a.m. (Mandatory) Pre-Proposal Location: 1111 H Street, Greeley, CO 80632, Engineering South Conference Room Questions Due: January 5, 2026, by 7:00 a.m. Questions email: ckimmi(a�weld.gov with copy to bidsweld.qov Answers Posted: January 6, 2026, by 5:00 p.m. Proposal Due Date: January 9, 2026, by 10:00 a.m., Purchasing's Clock Proposal Delivery: Preferred email to bidsweld.qov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 Documents Included in this Solicitation Package RFP Schedules RFP Attachments Schedule A: Proposal Instructions Attachment 1 — CR 34/17 Intersection Pothole Schedule B: Scope of Work Data Schedule C: Project Schedule Attachment 2 — Example SUE Template Schedule D: RFP Response - Criteria Attachment 3 —Weld County Expectations Schedule E: Proposal Form Attachment 4 — Excerpt from WCR 6/13 Schedule F: Insurance Roundabout Design Schedule G: Sample Weld County Contract Table of Contents Public Works - Quality Based Selection (QBS) Cover Sheet 1 Documents Included in this Solicitation Package 1 Solicitation#B2500142 Page 1 RFP Schedules 1 RFP Attachments 1 Table of Contents 1 Schedule A- Proposal Instructions 3 Purpose/Background 3 Proposal Advertisement 3 Proposal Submission 3 Introductory Information 4 Cooperative Purchasing 5 Schedule B - Scope of Work 6 Project Overview 6 Method of Procurement 7 Contract Pricing Method 7 Specific Requirements and Responsibilities 7 Schedule C - Procurement Schedule 13 Schedule D — RFP Response Criteria 14 RFP Response Submittal and Format 14 RFP Response Scoring Criteria 14 Schedule E — Proposal Response Form 17 Proposal Submittal Instructions 17 System for Award Management (SAM) Database 17 Attestation: 17 Schedule F — Insurance and Bonds 19 Insurance 19 Insurance Mailing Information 21 Schedule G - Weld County Contract 23 Contractual Obligations 23 Weld County Standard Contract 23 Solicitation#B2500142 Page 2 Schedule A - Proposal Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Professional Engineering Design Services for the WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project A Mandatory Pre-Proposal conference will be held on December 15, 2025 at 10:00 a.m. at the Weld County Public Works Building located at 1111 H Street, Engineering South Conference Room, Greeley, CO 80631. Proposers must participate and record their presence at the pre-proposal conference to be eligible to submit Proposals. Proposals will be received until: January 9, 2026 at 10:00 a.m. (Weld County Purchasing Time Clock). The submitted Proposals will be read over a Microsoft Teams Conference Call on January 9, 2026 at 10:30 a.m. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the Proposal opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft Teams By Phone Join the meeting now +1 720-439-5261„621598637# Meeting ID: 270 557 377 306 70 United States, Denver Phone conference ID: Passcode: FK2ym7st 621 598 x 637# Proposal Advertisement Information concerning this request can be found on the BidNet Direct website at https://www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their proposals, quotes, proposals, addendums, and awards on this one centralized system. Proposal Submission 1. PREFERRED: email proposals to bidsAweld.gov. If the proposal exceeds 25MB please upload the Proposal to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed Proposals will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the Proposal due date and time. 2. PDF format is required. Emailed proposals must include the following statement on the email: "I hereby waive my right to a sealed proposal". An email confirmation will be sent when the proposal has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Solicitation #B2500142 Page 3 Introductory Information 1. Proposals shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each Proposal must give the full business address of Proposer and be signed by them with their usual signature. Proposals by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Proposals by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A Proposal by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the Proposal of the individual signing. When requested by the Weld County Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Proposer. All corrections or erasures shall be initialed by the person signing the Proposal. All Proposers shall agree to comply with all the conditions, requirements, specifications, and/or instructions of this Proposal as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the Proposal forms shall be suitably filled in. Proposers are required to use the Proposal Forms which are included in this package and on the basis indicated in the Proposal Forms. The Proposal must be filled out completely, in detail, and signed by the Proposer. 2. Late or unsigned Proposals shall not be accepted or considered. It is the responsibility of the Proposer to ensure that the Proposal arrives in the Weld County Purchasing Division on or prior to the time indicated in Section 1, entitled, "Notice to Proposers." Hard copy Proposals received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a Proposal not properly addressed and identified. Proposals may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing Proposer prior to the time fixed for award. Negligence on the part of a Proposer in preparing the Proposal confers no right for the withdrawal of the Proposal after it has been awarded. Proposers are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the Proposers' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County Proposers in all cases where said Proposals are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting Proposals for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all Proposals, to waive any informality in the Proposals, to award the Proposal to multiple vendors, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Solicitation#B2500142 Page 4 Cooperative Purchasing Weld County encourages cooperative purchasing to assist other agencies to reduce their cost of solicitations and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation#B2500142 Page 5 Schedule B - Scope of Work Project Overview Weld County is seeking Proposals for a Contract Professional to provide professional engineering design services. . The services provided will consist of detailed road design generally consisting of but not limited to the following: • Detailed bridge and road design and plans preparation using Weld County design criteria and Weld County AutoCAD templates. Plan sets include 30%, 60%, 95%, and final plans. County staff will review the plans and provide comments that will have to be addressed. Assume two rounds of review and revisions at each plan's submittal stage, and if more than two rounds are required the Contract Professional will be responsible for such costs. • Surveying for all aspects of design, including ROW Plans and permission to enter forms. The ROW Plans shall be Weld County approved plans and shall be incorporated into the construction plans. • Geotechnical investigation and pavement design report. The geotechnical investigation shall coordinate with the Project Manager to ensure an adequate number of bore holes are utilized. The use of ME software will be required to analyze the required pavement and base design requirements. • Subsurface utility engineering (SUE) investigations, potholing, and report using the Weld County SUE template and following the Weld County SUE design criteria. A minimum of quality level A should be attempted for all utilities, oil and gas facilities, agricultural irrigation facilities, private irrigation facilities, private utility services, septic systems, leach fields, etc. Use of cameras/videos of existing culverts, irrigation pipes, and underdrains will likely be required. • Utilities relocation planning, design, conflict resolution, and coordination including relocation agreements, onsite meetings, incorporation of the utility's design into the construction plans, etc. A subset of existing utilities and proposed utilities shall be included in the plans. Plan and profile sheets shall be included in the proposed utilities plan subset for each utility that will be relocating into the proposed ROW. • Bridge selection report. The bridge selection report shall be submitted to Weld County for review and acceptance. • Hydraulic and drainage design and report. The report shall use the Weld County format. Naming conventions for pipes and other drainage features in the report shall be consistent with the labeling on the plans. • Design of irrigation structures, pipes, crossings, and concrete lined ditches will require Weld County, Ditch Company, and landowner review and approvals. • Flood Hazard Development Permit from the Weld County Planning Department. Floodplain modeling shall be completed using both one dimensional and two dimensional software that is approved for use by FEMA. The consultant shall submit all floodplain modeling to FEMA as a Conditional Letter of Map Revision (if a no-rise scenario cannot be achieved) and Letter of Map Revision (LOMR), including the associated application fees. The LOMR work shall include an as-built survey to be completed after construction. • Preparation of Consultant project special provisions relating to the roundabout and bridge replacement. Weld County will compile the Contract Professional's project special provisions into the Weld County project special revisions. Solicitation #B2500142 Page 6 • Coordination with the Project Manager, the public, Board of County Commissioners, ditch boards, etc. The Contract Professional will be expected to attend monthly coordination meetings with the Project Manager and will be expected to provide weekly phone or email updates. • Weld County will utilize its Environmental On-Call Contract with Tiglas Ecological Services (Tiglas) to obtain environmental investigations, clearances, and permits. The Contract Professional shall coordinate with Tiglas to complete designs which are in compliance with the appropriate requirements and approvals obtained by Tiglas. • ROW and Easement acquisition services including appraisals, onsite meetings, coordination with landowner, etc. ROW acquisition shall follow the Uniform Act. Assume the following for acquisitions: 8 appraisals, 8 ROW parcels, 20 permanent easements, and 10 temporary construction easements. • Possible construction phase engineering services including project management, inspection, shop drawing reviews, fabrication inspections, requests for information, and testing activities. • County shall not be responsible for any costs associated with the Contract Professional's failure to properly address review comments. The project number for this contract will be GR-83. Method of Procurement Qualifications-Based Selection (QBS): A Qualifications-Based Selection (QBS) is a procurement method used for the competitive selection of architectural, engineering, or similar professional services under which the most appropriate professional or firm is selected based on qualifications such as knowledge, skill, experience, and other project-specific factors, rather than on solely fees. QBS is typically achieved through an RFP process. Contract Pricing Method Negotiated Price: Negotiated contract prices are fees provided and agreed upon between the County and the Proposer after selection. Specific Requirements and Responsibilities The scope of this project can be generally described as the design of a bridge (BR34/17A) replacement and the design of a roundabout with roadway improvements for an existing intersection (WCR 34/17). The bridge design will include the bridge with two 12-foot travel lanes and 6-foot paved shoulders and approach roads with 6 foot paved and 2 foot gravel shoulders. The roundabout and roadway design will likely include widening and adding free right turning lanes to reduce traffic congestion, improve truck turning movements, and enhance safety. The stormwater drainage system for the intersection will also be improved utilizing pipes, storm drainage structures, and a possible detention pond. Existing utilities within the project area shall be identified and investigated for the need to be relocated. Additional right- of-way (ROW) and easements required prior to construction of the proposed roadway improvements will be identified and acquired. The Contract Professional's roundabout design shall be based on the Weld County roundabout designs. For an example see Attachment 4, Excerpt from WCR 6/13 Roundabout. Solicitation #B2500142 Page 7 In addition to the items described above in the Project Overview, the following items shall be included in the project scope: A. General Requirements 1. Weld County will provide any associated CAD files and available survey to the Contract Professional upon award of the Contract. 2. The Contract Professional shall provide a full range of engineering services and accept project management responsibility at all levels. 3. All AutoCAD (Civil 3D) files shall follow the standards as approved by Weld County. Weld County will provide copies of the Civil 3D, Survey, and SUE templates to the Contract Professional who is issued the design contract. 4. All design work shall be completed using the latest AASHTO and CDOT design and construction standards or guidelines, practices, and procedures. The Contract Professional shall also utilize the Weld County Engineering Criteria Manual for design parameters. In the event of a discrepancy between the design standards, the most stringent shall apply, as determined solely by Weld County. 5. The Contract Professional and sub-consultants shall obtain a ROW Permit from Weld County when performing all field investigations and fieldwork. There will be no charge for the Weld County ROW permit, however, the Contract Professional shall provide traffic control plans, certificates of insurance, and the ROW permit application for review and issuance. The cost of all traffic control (including permitting) shall be included in the cost of the work. All traffic control is subject to the County's acceptance prior to the commencement of the work. 6. The Contract Professional shall provide monthly invoices including detailed written monthly progress reports for the project duration. 7. The cost and work hours submitted by the selected Contract Professional shall include a line item described as Other Professional Services (OPS) intended to be utilized in cases of unforeseen circumstance, in the amount of$250,000. B. Conceptual Design (30% Design) 1. The Contract Professional shall provide construction plans, draft pavement design report, draft geotechnical report for the soils, draft drainage report, draft environmental reports, etc. at the 30% design level. The various reports shall be provided for the bridge, roundabout, and roadways. Prior to scheduling the drill rig to obtain the data for the pavement design and geotechnical reports, the Contract Professional shall meet with the County to review the number and location of the holes to be obtained. For purposes of this proposal, assume 9 pavement bore holes, 3 bore holes for the bridge, 27 bore holes for soil, and 20 R-value tests. 2. The Contract Professional shall provide a bridge selection report for review. 3. The Contract Professional shall provide a Subsurface Utilities Engineering (SUE) Report. The specific utility plan requirements, potholing Quality Level A requirements, and number of potholes required will be estimated during the contract negotiation phase, then adjusted as necessary after initial utilities locating and mapping has been completed. If necessary, the OPS line item will be utilized to add utility potholes if the original estimated number was not sufficient. The details and requirements of the SUE Report shall be prior approved by the County before commencing any utilities potholing of existing utilities and oil/gas facilities. Information on previous potholes obtained in the intersection have been included in the RFP Attachments. Solicitation#B2500142 Page 8 4. The Contract Professional shall provide the County with an electronic copy of the plans (PDF and AutoCAD Civil3D) for review, and a detailed Engineer's Estimate of the construction costs for review. The Contract Professional shall provide quantity calculations (hand calculations) for the fifteen (15) costliest bid items in the Plans. 5. The typical plan set for the 30% design level shall include but not be limited to the following plan subsets: a. Title Sheet with Index and Roadway Design Data b. M&S Standard Plan List c. General Notes d. Summary of Approximate Quantities e. Typical Roadway Sections f. Various Tabulations including Structures, Earthwork, Removals, Signage, Striping, Pipes, Irrigation, Guardrail, Fencing, Delineators (as applicable) g. Preliminary ROW Plans h. Survey Control i. Existing Utility, Oil & Gas, and Irrigation Plans j. Demolition/Removal Plans k. Roadway Plan and Profile I. Bridge Plans including General Information, Bridge Summary of Approximate Quantities, General Layout, and Typical Section sheets m. Grading Plans n. Drainage Plan and Profile o. Irrigation Plan and Profile p. Detour Plans q. Cross Sections at a minimum of 50 feet spacing, and others as determined by Weld County. C. Preliminary Design (FIR Level or 60% Desig_nj 1. The Contract Professional shall ensure all review comments from the 30% design level have been properly addressed and are required to provide detailed design plans for all components of the project. A status set of plans will be kept available to the County for review and submittal to the appropriate agencies, utility companies, and affected property owners as needed. 2. The Contract Professional shall provide 60% construction plans, final pavement design report, final geotechnical report for the soils, final drainage report, final environmental reports, etc. The various reports shall be provided for the bridge, roundabout, and roadways. 3. The underground facilities shall be shown horizontally, vertically, and in relation to the proposed improvements. All existing utility conflicts must be identified, and the Contract Professional shall provide coordination including site meetings with all affected Utility owners. Existing and proposed utilities shall be analyzed for conflicts with the proposed improvements. The utility plans shall be updated to show the potential conflicts. 4. The location of the control points, benchmark locations, and scale factors used in the drawings shall be provided. The data shall be provided in the County's modified State Plane Coordinate System and shall be on the NAVD-88 vertical datum. 5. The Contract Professional shall provide an internal QA/QC review of the preliminary design plans including quantity hand calculations prior to submittal to Weld County for review and comment. Solicitation#B2500142 Page 9 6. The Contract Professional shall arrange for a third-party review by a Professional Engineer to be conducted to ensure the design of the bridge is adequate. When a bridge is being designed, the Contract Professional shall provide the final Bridge Selection report. 7. The Contract Professional shall coordinate the identification of rights-of-ways, permanent easements, and temporary construction easements required to construct the project. The work will require the preparation of right-of-way/easement exhibits and plans for the project. The ROW plans and exhibits for the project shall be 100% complete so the ROW process can be started. 8. The Contract Professional shall provide the County with an electronic copy of the plans (pdf and AutoCAD Civil3D) for review, and a detailed Engineer's Estimate of the construction costs for review. The Contract Professional shall provide quantity calculations (hand calculations) for the thirty (30) costliest bid items in the Plans. 9. The Contract Professional shall provide the final pavement design report, final geotechnical report for the soils, final drainage report, final environmental reports, final bridge selection report, etc. at the 60% design level. 10.The typical plan set for the 60% design level shall include but not be limited to the following plan subsets: a. Title Sheet with Index b. M&S Standard Plans List (Latest Version from CDOT's Website) c. Typical Roadway Sections/Details d. General Notes e. Summary of Approximate Quantities f. Various Tabulations including Structures, Earthwork, Removals, Signage, Striping, Pipes, Irrigation, Guardrail, Fencing, Delineators (as applicable) g. Survey Control h. Demolition/Removal Plans i. SUE Quality Level B Plans for all existing Utilities, Oil &Gas, and Irrigation j. Utility Relocation Plans k. Final Right of Way Plans I. Roadway Plan and Profile m. Pavement Jointing Plans (as applicable) n. Access & Driveway Plan and Profile o. Bridge Plans p. Grading Plans q. Drainage Plan and Profile r. Irrigation Plan and Profile s. SWMP — Starting and Interim Condition t. Construction Phasing Plans u. Signing and Striping Plans v. Detour Plans w. Method of Handling Traffic (MHT) Plans x. Cross Sections y. Cut and Fill Sheets D. Final Design (FOR Level or 95% Design) 1. The Contract Professional shall provide detailed hand calculations for the top 30 costliest bid items which are part of the project. The Contract Professional shall provide an Engineer's Estimate of all bid items for review and comment. When Solicitation #B2500142 Page 10 calculating quantities, the Contract Professional shall assume a minimum of 5,000 CY of Unsuitable Material (Muck) and if the project warrants more, then the quantity shall be updated. 2. The Contract Professional shall provide finalized reports and plan sets listed above for the final design phase, and for the final bid documents. 3. The Contract Professional shall prepare project special provisions for those items which are not already covered by the County project special provisions. Weld County will perform a FOR-level review of the design plans, specifications, reports, and cost estimate. 4. The Contract Professional shall provide an internal QA/QC review of the 95% design plans. The Contract Professional shall ensure that each comment from the 60% design review has been addressed. 5. The Contract Professional shall provide the County with drawings in electronic format (pdf and AutoCAD Civil 3D). 6. The Contract Professional shall provide detailed design plans for all aspects of the project. 7. The typical plan set for the final design level shall include but not be limited to the following plan subsets: a. Title Sheet with Index b. M&S Standard Plan List c. Roadway Design Data d. Pavement Details e. Typical Roadway Sections and Details f. General Notes g. Summary of Approximate Quantities h. Various Tabulations including Structures, Earthwork, Removals, Signage, Striping, Pipes, Irrigation, Guardrail, Fencing, Delineators, etc. (as applicable) i. Survey Tabulation j. Survey Control k. SUE QL A Plans for all existing utilities, oil & gas, and irrigation facilities I. Utility Plans— Proposed Relocation m. Demolition/Removal Plans n. Geotechnical Plans including bore hole logs and bore hole locations o. Final ROW Plans p. Roadway Geometric Layout, Plans, and Tables q. Roadway Plan and Profile r. Pavement Jointing Plan (as applicable) s. Access Road Plan and Profile t. Bridge Plans u. Grading Plans v. Drainage Plan and Profile w. Irrigation Plan and Profile x. Drainage/Irrigation Ditch Details y. Stormwater Management Plans (SWMP) — Beginning, Interim, and Final z. Landscaping Plans (if applicable) aa. Signing and Striping Plans bb. Construction Phasing Plans cc. Detour Plans dd. Method of handling traffic (MHT) Plans Solicitation#62500142 Page 11 ee. Cross Sections at a minimum of 50 feet spacing, and others as determined by Weld County. ff. Environmental Mitigation Plans gg. Other Details hh. Cut and Fill Sheets ii. M&S Standard Details 8. The Contract Professional shall prepare an agenda, attend the final design meeting, and provide the support information for the meeting. Meeting minutes will be prepared by the Contract Professional. 9. Bid quantities shall be carefully checked by the Contract Professional and quantity calculations shall be submitted for County review. If the County experiences additional costs during construction which are directly associated with bid quantity errors resulting in change orders which must be approved by the Board of County Commissioners, the Contract Professional shall be financially liable for such increased costs. The Contract Professional may opt to cover this increased cost with a claim for their errors and omissions insurance. E. Post-Design Services 1. The Contract Professional shall acquire the ROW, permanent easements, and temporary construction easements on behalf of the County. The work will require the preparation of right-of-way/easement exhibits and plans for the project. All ROW acquisition shall substantially follow the Real Estate Acquisition Guide for Local Public Agencies published by FHWA, the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, 42 U.S. Ch. 61 (Uniform Act), and Title 38 of the Colorado Revised Statutes (CRS). 2. The Contract Professional shall acquire relocation agreements with the affected utility, oil/gas, and irrigation companies. 3. The Contract Professional shall coordinate the relocation of utilities, oil and gas facilities, and agricultural irrigation facilities. Relocation agreements shall be obtained from all utilities who will need to relocate. 4. The Contract Professional shall also provide survey staking (ROW, running line, cut depth, etc.) for the utilities, oil/gas facilities, and irrigation facilities that are to be relocated. An as-built drawing of all facilities relocated shall be provided by the Contract Professional. 5. The Contract Professional shall provide a qualified inspector to verify the utilities are installing the utilities in the correct location and depth. 6. The Contract Professional shall provide a qualified inspector to inspect and sign off on the bridge girder manufacturing process. 7. The Contract Professional may be requested to provide additional engineering services such as construction inspection and construction management during the construction phase. Solicitation #B2500142 Page 12 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date December 3, 2025 Pre-Proposal Meeting (Mandatory) December 15, 2025, at 10:00 a.m. 1111 H Street, Greeley, CO 80632 Technical Questions Due January 5, 2026, by 7:00 a.m. Technical Questions email ckimmi(c�weld.gov with copy to bidsweld.qov Questions Answered via Addendum January 6, 2026, by 5:00 p.m. Final Addendum Issued January 6, 2026 Proposals Are Due January 9, 2026, by 10:00 a.m. Purchasing's Clock Interviews (Optional) January 16, 2026 Solicitation Notice of Award February 2, 2026 (Anticipated) Contract Execution (Anticipated) February 16, 2026 Notice to Proceed (Anticipated) February 17, 2026 Solicitation#B2500142 Page 13 Schedule D — RFP Response Criteria RFP Response Submittal and Format After the mandatory Pre-Proposal Meeting, proposers will be asked to submit a formal proposal for their intended work. To aid in this submittal process and the subsequent scoring of the proposals by Weld County staff, the following items describe the submittal format: 1. Limit the total length of RFP response to a maximum of 25 pages. a. The County will reject RFP responses received that are longer than 25 pages in length. b. Section dividers and covers do not count as pages. c. The Proposal document forms included in this request which are mandatory to submit with the Proposal will not be included in the pages count. 2. RFP submittals shall be mainly made up of 8 1/z" x 11" paper. a. 11" x 17" paper shall be used for presenting large tables or drawings. b. Text font sizes shall be 12 point or larger for readability. 3. In addition to the Proposal submission instructions and deadline identified, Proposer shall submit 5 hard copies to the Purchasing Division located at 1301 North 17th Avenue on January 9, 2026 by 4:00 p.m. These hard copies will be used by the selection committee. Proposers shall ensure the hard copies of the proposals are exactly how the proposers want them to be presented. 4. Failure to follow these instructions may result in the RFP Response being rejected. RFP Response Scoring Criteria The proposals will be evaluated using the following criteria. Each proposal will be individually evaluated by a team of reviewers. Each reviewer will score each of the proposals following the criteria outlined in Table 1. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. After the reviewers have scored each proposal, the individual reviewer scores will be totaled. At the sole option of Weld County, the Contract Professionals with the 2 to 3 highest ranking proposals may be invited to participate in interviews. If interviews by the Department are required, they will be evaluated using the criteria outlined in Table 2. After all scores have been determined, the Contract Professional with highest ranking will be the first to be considered for submittal of a cost proposal to the County. If subsequent contract Solicitation #B2500142 Page 14 negotiations with the highest scoring Contract Professional are unsuccessful, the County will then attempt contract negotiations with the next highest scoring vendor. Table 1 — Proposal Scoring Criteria Evaluation Evaluation Standard Scoring Weighting Scoring Criteria Factors % Range • The proposal clearly shows an Scope of understanding of the project objectives. 1 to 5 5.0 5% - 25% Proposal • The proposed methodology meets the desired goals of the County. • The proposal demonstrates that the Critical team clearly understands the major Issues issues associated with the project. 1 to 5 5.0 5% %- 25 • The proposal offers solutions to the critical issues. • The proposal describes how costs will Project be controlled. ° Control • The team has demonstrated a QA/QC 1 to 5 3.0 3% - 15°/o process in place to manage the quality of the product. • The team's location does not affect Location/ the coordination of the project with the Familiarity County. 1 to 5 3.0 3% - 15% • The team is familiar with Weld County policies and construction criteria. • The schedule contains sufficient detail to ensure the project goals are met. Schedule • The project team has demonstrated the 1 to 5 4.0 4% - 20% key personnel have adequate availability. Proposal 20 to 100 Score Solicitation#B2500142 Page 15 Table 2— Interview Scoring Criteria Evaluation Evaluation Standards Scoring Weighting Adjusted Criteria Factors Score • Team proposed and clearly described their approach for completing the project. Work • The team offered innovative ideas for 2.0% to Approach the project. 1 to 5 2.0 10.0% • The team's work approach is appropriate for the size and scope of the project. • The team's project manager has adequate qualifications and a Project proven track record to complete 2.0% to Manager projects of this scope and complexity. 1 to 5 2.0 10.0% Qualifications • The team's project manager demonstrates effective communication • The team's presentation was clear and easy to understand. • The people being interviewed o Quality of displayed effective communication 1 to 5 2.0 2.0/o to Presentation skills. 10.0% • The team's use of audio-visual aids was effective. • The team provided good answers to the questions asked by the Question/An selection committee. 4.0% to 1 to 5 4 swer Session • The answers provided by the team 20.0% demonstrated a clear understanding of the project and the project goals. Interview 10.0 to 50.0 Score Solicitation#B2500142 Page 16 Schedule E — Proposal Response Form Proposal Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1. Vendor's Proposal — Outlined in Schedule D 2. Schedule E — Proposal Response Form 3. Any potential or future Addenda must be completed/acknowledged. 4. All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of the Proposal may result in the Proposal being incomplete, non-responsive, and the Proposal being rejected. If there are any exclusions or contingencies submitted with the proposal it may be disqualified. System for Award Management (SAM) Database Proposers must be registered in the System for Award Management (SAM) database. In space below, provide the company's Dun & Bradstreet (DUNS) number. Weld County will use the SAM database to verify the company's registration and status. DUNS/UEI #: Attestation: The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The Proposal proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Proposal for Request No. B2500142 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement that proposer is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule F — Insurance and Bond 6. Acknowledgment of Schedule G — Weld County Contract 7. By submitting a responsive Proposal or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject all Proposals, to waive any informality in the Proposals, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is in the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Solicitation#62500142 Page 17 Item Entry Company Name: Address: Phone Email: FEIN/Federal Tax ID #: Company Name: Address: Phone: Email: FEIN/Federal Tax ID #. CONSULTANT: By: Date of Signature Name: Title: Solicitation #B2500142 Page 18 Schedule F — Insurance and Bonds Insurance Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. 1) Workers' Compensation and Employer's Liability Insurance covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers' Liability) $ 100,000 $ 100,000 $ 500,000 2) Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, departments, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations." Such policy shall include minimum limits as follows: Each Occurrence $ 2,000,000 General Aggregate $ 4,000,000 Products/Completed Operations Aggregate $ 4,000,000 Personal Advertising Injury $ 2,000,000 Fire Damage (Any One Fire) $ 100,000 Medical Payments (Any One Person) $ 10,000 Completed Operations coverage must be kept in effect for up to the statute of repose after project completion. 3) Automobile Liability Insurance: Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Solicitation #B2500142 Page 19 Bodily Injury/Property Damage (Each Accident) $ 1,000,000 4) Professional Liability (Errors and Omissions Liability): The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims-made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 2,000,000 Additional Insurance Related Requirements No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract or decrease or limit any liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate, "Weld County, its associated and/or affiliated entities, successors, or assigns; its elected officials, employees, agents, and volunteers as Additional Insureds" for Commercial General Liability and Auto Liability for work that is being performed by the Contractor. Solicitation#B2500142 Page 20 On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a copy of the actual insurance policy and/or required endorsements affecting coverage(s) required by the Contract for examination for evidence of required coverages. Copies are not kept as a record, are deemed confidential, and are not subject to disclosure under Colorado's Open Records Act (CORA). All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. Insurance Mailing Information Certificates of Insurance shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Clay Kimmi, P.E. Email: ckimmi@weld.gov Telephone: 970-400-3741 Mail: Weld County Department of Public Works ATTN: Clay Kimmi, P.E. PO Box 758 Greeley, CO 80632 Solicitation#B2500142 Page 21 Schedule G - Weld County Contract Contractual Obligations 1. The successful Contract Professional will be required to sign a contract substantially like the Weld County Contract shown herein. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contract Professional agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contract Professional is responsible for reviewing the Weld County Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non- appropriation, and termination. 5. Contract Professional's Response to this solicitation shall indicate their willingness to enter the Weld County Standard Contract or Contract Professional shall identify and include any proposed revisions they have for the Weld County Contract. Any proposed revisions made by the Contract Professional after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter the Contract is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project-by- project basis that provide further clarification. Weld County Standard Contract Below is a sample of a standard Weld County Contract for Construction. Solicitation#B2500142 Page 23 PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of , 2026, by and between the Board of Weld County Commissioners, on behalf of the Department of Public Works hereinafter referred to as "County," and [CONTRACTOR], hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's or Request for Proposal (RFP) as set forth in Bid Package No. B2500142. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. Solicitation #B2400119 Page 24 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT-INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for Work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties, and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $ as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will Solicitation #B2500142 Page 25 be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Any provisions in this Contract that may appear to give the County the right to direct contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. Solicitation#B2500142 Page 26 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records, and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non-confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. Solicitation #B2500142 Page 27 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance-Occurrence Form Policy shall include bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: General Aggregate $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance Solicitation#B2500142 Page 28 Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Professional Liability(Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims-made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 2,000,000 14. Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance for the Commercial General Liability coverage and for the Automobile Liability coverage, "Weld County, its successors or assigns; its elected officials, employees, agents, affiliated entities, and volunteers as Additional Insureds" with respect to liability arising out of the activities performed by or on behalf of the Contractor". On insurance policies where Weld County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Solicitation#B2500142 Page 29 Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. The County reserves the right to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 15. Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractor's Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves Solicitation#B2500142 Page 30 the right to negotiate additional specific insurance requirements at the time of the contract award. 16. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 17. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 18. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 19. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to affect recovery. 20. Indemnity. The Contractor shall indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against any and all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs, (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused in whole or in part by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation Law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, or ordinance, rule, regulation, or court decree. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration of award of this contract, the Contractor agrees to waive all rights of subrogation against the Solicitation#B2500142 Page 31 County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. A failure of Contractor to comply with these indemnification provisions shall result in County's right but not the obligation to terminate this Agreement or to pursue any other lawful remedy. 21. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 22. Examination of Records. To the extent required by law, the Contractor agrees that a duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 23. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. 24. Notices. County may 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. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Position: Address: Solicitation#B2500142 Page 32 Address: E-mail: Phone: TO COUNTY: Name: Clay Kimmi, P.E. Position: Senior Engineer Address: PO Box 758 Address: Greeley, CO 80632 E-mail: ckimmi@weld.gov Phone: 970-400-3741 25. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 26. Non-Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 27. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 28. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 29. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 30. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 31. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 32. Non-Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other immunities, rights, benefits, and protections, provided by the Solicitation#B2500142 Page 33 Colorado Governmental Immunity Act§§24-10-101 et seq., as from time to time amended, or otherwise available to the County, its subsidiary, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. 33. No Third-Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 34. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 35. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 36. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)), nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 37. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 38. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Solicitation#B2500142 Page 34 Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Date of Signature: Name: Title: WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board [Insert Name], Chair Solicitation#B2500142 Page 35 Addendum # 1 Solicitation Request Number B2500142 CR 34/17 Roundabout & BR34/17A Replacement Design Contract This document has been reviewed for accessibility requirements in Microsoft WORD and Adobe Acrobat.This document passes the accessibility check provided by Microsoft WORD and Adobe Acrobat. The following shall be incorporated into the CONTRACT DOCUMENTS, for the above-referenced PROJECT: Contractor Questions and Responses Mandatory Pre-Proposal Meeting Minutes Pre-Bid Meeting Attendance List Revisions to Schedule C - Project Schedule All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. Pages 2 through 8 do of this ADDENDUM do not have to be returned with the PROPOSAL DOCUMENTS> Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: Date of Signature Signature: Name: Title: Addendum #1 Date: December 16, 2025 CONTRACTOR QUESTIONS AND RESPONSES Question 1: Will all of the accesses off WCR 34 need to be maintained? Are there any accesses the County is considering closing, particularly as we approach the bridge location from the east and west? Answer 1: As we work through the design process we will determine if we can close any accesses. Prior to deciding to close accesses, a meeting with the affected landowner will have to occur prior the 30%design submittal. Decisions regarding accesses to close shall be complete by the 30% design submittal. Question 2: Is the County open to full closure of WCR 34 for the bridge construction or will it prefer a phased construction approach? Answer 2: We are anticipating that a full closure of CR 17 and CR 34 would be done. We are planning to construct the roundabout and the bridge concurrently so we only have to shut the road down once. For scheduling purposes, the consultant shall provide a phasing plant for construction assuming a full closure of the intersection and bridge. Question 3: The County's ultimate goal for the bridge replacement is to completely remove overtopping which will increase profile grade and bridge length? Answer 3: We will have to balance the overtopping with costs and what the floodplain analysis shows. We are anticipating that the bridge will have to be longer and higher to deal with overtopping and potential floodplain issues. A 1 D and a 2D floodplain model shall be completed to better represent the velocities and flooding limits. Question 4: Is the Saint Vrain Creek a low or high debris stream? Answer 4: Since the bridge is going to be located in an area with a streambed slope is relatively flat and the floodplain is wide, it is assumed the creek will be low debris. However, the Consultant will be responsible for actually determining the debris classification prior to the 30% design submittal. Question 5: Will the eastern tie in limits be based solely on the profile raise at the bridge? Or does the County have specific limits in mind beyond the minimum required to address other issues (slope flattening, pavement distress, etc.)? Answer 5: The eastern tie in has not been established at this time. It will likely be driven by the new bridge profile, bridge alignment, sight distance, etc. The eastern limits of the project shall be determined prior to the 30% design submittal. Question 6: Is there an active known utility mounted on the south side of the bridge? There is a conduit, but it looks damaged. Answer: It is unknown if the conduit on the bridge is currently active. Regardless of whether or not it is active, the new bridge will not have utilities hanging off of it. Question 7: We observed utility locate marking at the intersection and wanted to know if there is work other than this project planned in the area that we should be aware of. Answer 7: The CR 34/17 intersection is one of the most dangerous intersections in the County. In an effort to help with the safety issues,we are currently designing a conflict warning system that will be installed some time in 2026.The conflict warning system will be removed when we do the roundabout project. Question 8: Is the County planning to consolidate any access points within the project limits? Answer 8: The design consultant will be responsible for determining if it will be possible to consolidate accesses. During the design phase, current access points may be moved to eliminate unsafe accesses. Question 9: The property on the southwest corner has an old access that is now blocked off (which we think is great because the location feels unsafe!). Are there any conversations or commitments to the landowner the design teams will need to be aware of when developing initial layouts? Answer 9: The County has not reached out to any of the adjacent landowners at this point. It will be the responsibility of the design team to make contact with affected landowners (prior to 30%submittal). Question 10: There appears to be a potential sight distance issue on the west leg of the intersection. Are you aware of any crash history due to this? Or will it just be evaluated in the normal course of design? Answer 10: This intersection ranks as one of the problem areas for accidents in the County. Prior to the 30% design submittal, the Consultant shall address the potential sign distance issues. It is likely that the roundabout will have to moved to the north and west of the current intersection. Question 11: Where exactly is BR34/17A located? Answer 11: BR34/17A is located on CR 34 between CR 17 and CR 19.The bridge crosses the Saint Vrain Creek which is approximately 1,600 feet east of the CR 34/17 intersection. Question 12: Is a CDOT ROW permit required for this project? Answer 12: No, the project will not require a CDOT ROW permit. The RFP document has been revised to remove references to a CDOT ROW permit. Question 12: The RFP document states that emailed or hand delivered or emailed proposals will be accepted. Do the hand delivered copies have to be delivered by 10 am on January 9,2026? Answer 12: Emailed proposals are preferred. If you do not wish to submit an emailed proposal, you will need to hand deliver 5 hardcopies of your proposal to the Purchasing Department at 1301 North 17'h Ave by 10 a.m. on January 9. If you submit an email bid, the Purchasing Department will accept the 5 hardcopies until 4 p.m. on January 9th. Question 12: Can we submit maps and graphics on 11x17 sheets? Answer 12: Maps would be okay to submit on 11x17 sheets as long as there are no additional graphics on the page. If graphics or tables are included on the 11x17 sheet, the sheet will be counted as 2 pages. Question 13: Where do we need to include a discussion of our project experience in the proposal? Answer 13: The discussion regarding your experience should be included in the Scope of Proposal section of the response to the RFP. In fact, to ease the reviewers in scoring the submittals, it is recommended that your proposal be broken into the sections shown in Table 1 - Proposal Scoring Criteria. Question 14: Was an intersection safety study done on the CR 34/17 intersection? Answer 14: No, an intersection safety study was not done on the intersection However, the County has crash data Indicating the need for safety improvements at the intersection. Out of the available options available to choose from, the County has opted to go with a roundabout to increase the safety at the intersection. Question 15: What kinds of public information activities will the Consultant be responsible for? Answer 15: It is anticipated that the Consultant will be responsible for communicating with the affected landowners adjacent to the roundabout and the bridge. There may also be a need to write small update articles for the County's Public Information Officer (PIO) to post to our social media websites from time to time. Communication with the affected utilities as well as property owners will be required throughout the design phase. Question 16: Are the landowners aware of the scope of the project? Answer 16: The County has not communicated the full scope of the project to the landowners. The landowners are aware in general that a project is coming though. The selected Consultant will be responsible for getting landowner input before the submittal of the 30% design. Question 17:Will the Consultant be responsible for designing the connecting roadway between the bridge and the roundabout? Answer 17: Yes, the Consultant will be responsible for designing the roadway connecting the bridge and the roundabout.As described in the RFP, the roundabout will likely have to be shifted to the northwest to avoid impacts to the house on the southwest corner of the intersection, minimize impacts to the floodplain, and minimize disturbances to an above ground oil and gas facility in the northeast corner of the intersection. Question 18: What is the County anticipating for the project limits of design? Answer 18: The County is anticipating that the approach road design to the roundabout could extend up to 1/2 mile on the west, north, and south legs. The east leg of the roundabout will have to be designed from the roundabout to the bridge. The approach road east of the bridge will be dependent upon floodplain impacts and site distance issues. The east leg could extend up to 1/2 mile east of the bridge. Question 19: What is the schedule for completing the design, acquiring ROW, relocating utilities, and starting construction? Answer 19: It is anticipated that the design phase of the project will take approximately a year to complete. Below is a schedule that the County anticipates . • February 2026 to July 2026-0% to 30% design (See RFP for activities to be completed) • August 2026 to mid-November 2026-30%to 60% (See RFP for activities to be completed) • Mid-November 2026 to mid-May 2027-Start ROW acquisition and complete 95% design (See RFP for activities to be completed) • Mid May 2027 to late June 2027-Complete Ready for Construction design • Mid-May 2027 to mid-November 2027 - Complete ROW acquisition and start utility relocations • Mid-November 2027 to mid-November 2028-Complete utility relocations • Early December 2028- Bid construction work for the roundabout and bridge. • February 2029 to mid November 2029 -Construction of roundabout and bridge. Question 20: Are resumes counted in the 25 page limit? Answer 20: Yes, resumes are counted in the 25 page limit. Prepared By: Clay Kimmi, P.E., Senior Engineer Mandatory Pre-Bid Meeting Minutes B2500142 CR 34 and CR 17 Roundabout and Bridge Replacement Project Mandatory Pre-Proposal Meeting Agenda December 15, 2025 1. Sign-in Sheet 2. Project Description/Location a. The project in general consists of designing a new roundabout at the intersection of CR 34 and CR 17, replacement of bridge BR34/17A, and a roadway connecting the two. Improvements will follow the design requirements for Weld County Roundabouts. 3. Project Engineering a. Scope of work for the project is described in Schedule B of the RFP documents. b. Consultant to design all aspects of the project including but not limited to the design of a roundabout, stormwater drainage improvements, irrigation, accesses, floodplain modeling, bridge replacement, surveying, geotechnical investigations, ROW and easement determinations and acquisitions, utility relocations, SUE investigations, public outreach, etc. c. The Consultant shall be responsible for coordinating with the County's Project Manager on all aspects of the design through frequent phone calls, emails, and meetings. 4. Project Requirements a. Consultant to provide 30%, 60%, 95%, and Ready for Construction Drawings. b. Consultant to provide geotech evaluations, surveying, hydraulic evaluations, ROW plans, ROW acquisition services, utility relocation coordination, floodplain modeling, and construction inspection services. Weld County will use Tiglas Environmental for the environmental services and the Consultant shall coordinate and cooperate with our environmental consultant. c. Consultant to prepare a Subsurface Utility Engineering (SUE) report and Civil 3D AutoCAD drawings/plans using the Weld County SUE template and SUE Manual that can be incorporated into the designs.SUE shall be done to at least a minimum Quality Level B with Quality Level A investigations as determined by Weld County. d. Coordination with landowners is a must. The Consultant will have to meet with landowners and utility companies once the Notice to Proceed has been issued. The Consultant shall have further meetings with individual landowners prior to the submittal of 30%, 60%, and 95% submittals. The Consultant's ROW of Way Agent shall coordinate closely with landowners throughout the ROW acquisition phase. Preliminary ROW Plans shall be completed and submitted for review prior to the 30% submittal and Final ROW Plans shall be completed and submitted for review prior to 60% review. ROW acquisition shall start no later than 60% designs. 5. Proposal Requirements a. All proposal must be hand delivered to the Purchasing Department at 1 150 0 St, Greeley, CO. No email or fax bids are allowed for this project. b. See the RFP document for items to be included in the proposal. c. Proposal is limited to 25 pages. All pages except the project schedule and example plan sheets shall be on 8.5 inch by 11 inch pages. d. Cover letter must explicitly state the Consultant's willingness to sign the Weld County Professional Services Agreement as presented in Schedule G of the RFP e. Note the insurance requirements in Schedule F of the RFP documents. 6. Selection Process a. Using the County's Qualification Based Selection (QBS) process. b. The scoring criteria has been outlined in Section D of the RFP document. c. Do not include pricing in your proposal. If any cost information is included in the proposal it will not be reviewed or scored. 7. Anticipated Project Milestones Date a. January 9, 2026- RFP Proposals due at 10:00 am (Purchasing Dept.) b. January 16, 2026- RFP Interviews (if needed) c. January 21, 2025- Notice of Award (anticipated) d. February 5, 2026- Notice to Proceed (anticipated) e. Monthly progress meetings will be held in at Public Works - Consultant to provide agenda and meeting minutes. f. Phone calls, emails, and Teams meetings will be held on a weekly or more frequent basis as determined by the County's Project Manager. 8. Questions? a. All questions after the Pre-Proposal meeting must be submitted in writing to Clay Kimmi at ckimmi@weld.gov b. Deadline for asking questions is 7 a.m., January 5, 2026 c. Final Addendum will be posted by 5 p.m., January 6, 2026 Mandatory Pre-Bid Meeting Attendance List Name Company Phone Number Email Clay Kimmi Weld County Public Works 970-400-3471 ckimmi@weid.gov Cameron Parrott Weld County Public Works 970-400-3745 Parrott@weid.gov Josh Keith KLT 970-581-8562 josh.keith@klteng.com Joe Zufall AtkinsRealis 720-323-1251 joseph.zufall@atkinsrealis.com Aram Mahmood Mead Hunt 720-225-7192 aram.mahmood@meadhunt.com Shane Cavdi Rain for Rent 307-331-4299 scavdi@rainforrent.com Tracy Lynn Muller Engineering 720-205-9126 tynn@mullerena.com Ray Cundiff RS&H 970-646-8525 ray.cundiff@rsandh.com J.R. McGeehee LJA 970-576-4641 jmcgehee@ljasurvey.com Garrett Boardman Ayres Associates 970-222-1281 boltzeb@ayersassociates.com Andrew Hugill JR Engineering 303-267-6235 ahugill@irengineerinq.com Steve Pouliot Olsson 720-315-3211 spouiiot@oisson.com James Colbert Kimley Horn 720-260-4337 james.colvert@kimley-horn.com Conor Osborn LJA 970-290-0854 cosborn@lja.com Cameron Knapp Drexel BarrelI & Co. 303-442-4338 cknabp@drexelbarrell.com Ryan Sisson RMS 303-547-4835 rsisson@rmsmobility.com Noah Nemmers V3 303-482-7712 nnemmers@v3co.com Dan Liddle Atkins Realis 303-903-2474 daniel.liddle@atkinsrealis.com Jenny Young FHU 303-517-7286 iennyyouun•@fhueng.com Rayon Rigg Sanbell 970-797-2504 rrigg@sanbell.com Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date December 3, 2025 Pre-Proposal Meeting (Mandatory) December 15, 2025, at 10:00 a.m. 1111 H Street, Greeley, CO 80632 Technical Questions Due January 5, 2026, by 7:00 a.m. Technical Questions email ckimmiweld.gov with copy to bids(a�weld.gov Questions Answered via Addendum January 6, 2026, by 5:00 p.m. Final Addendum Issued January 6, 2026 Proposals Are Due January 9, 2026, by 10:00 a.m. Purchasing's Clock Interviews (Optional) January 16, 2026 Solicitation Notice of Award February 2, 2026 (Anticipated) Contract Execution (Anticipated) February 16, 2026 Notice to Proceed (Anticipated) February 17, 2026 Addendum #2 Solicitation Request Number B2500142 CR 34/17 Roundabout & BR34/17A Replacement Design Contract This document has been reviewed for accessibility requirements in Microsoft WORD and Adobe Acrobat.This document passes the accessibility check provided by Microsoft WORD and Adobe Acrobat. The following shall be incorporated into the CONTRACT DOCUMENTS, for the above-referenced PROJECT: Revised Mandatory Pre-Proposal Meeting Minutes All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. Pages 2 through 3 do of this ADDENDUM do not have to be returned with the PROPOSAL DOCUMENTS> Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: Date of Signature Signature: Name: Title: Addendum #2 Date: December 16, 2025 Mandatory Pre-Bid Meeting Minutes B2500142 CR 34 and CR 17 Roundabout and Bridge Replacement Project Mandatory Pre-Proposal Meeting Agenda December 15, 2025 1. Sign-in Sheet 2. Project Description/Location a. The project in general consists of designing a new roundabout at the intersection of CR 34 and CR 17, replacement of bridge BR34/17A, and a roadway connecting the two. Improvements will follow the design requirements for Weld County Roundabouts. 3. Project Engineering a. Scope of work for the project is described in Schedule B of the RFP documents. b. Consultant to design all aspects of the project including but not limited to the design of a roundabout, stormwater drainage improvements, irrigation, accesses, floodplain modeling, bridge replacement, surveying, geotechnical investigations, ROW and easement determinations and acquisitions, utility relocations, SUE investigations, public outreach, etc. c. The Consultant shall be responsible for coordinating with the County's Project Manager on all aspects of the design through frequent phone calls, emails, and meetings. 4. Project Requirements a. Consultant to provide 30%, 60%, 95%, and Ready for Construction Drawings. b. Consultant to provide geotech evaluations, surveying, hydraulic evaluations, ROW plans, ROW acquisition services, utility relocation coordination, floodplain modeling, and construction inspection services. Weld County will use Tiglas Environmental for the environmental services and the Consultant shall coordinate and cooperate with our environmental consultant. c. Consultant to prepare a Subsurface Utility Engineering (SUE) report and Civil 3D AutoCAD drawings/plans using the Weld County SUE template and SUE Manual that can be incorporated into the designs.SUE shall be done to at least a minimum Quality Level B with Quality Level A investigations as determined by Weld County. d. Coordination with landowners is a must. The Consultant will have to meet with landowners and utility companies once the Notice to Proceed has been issued. The Consultant shall have further meetings with individual landowners prior to the submittal of 30%, 60%, and 95% submittals. The Consultant's ROW of Way Agent shall coordinate closely with landowners throughout the ROW acquisition phase. Preliminary ROW Plans shall be completed and submitted for review prior to the 30% submittal and Final ROW Plans shall be completed and submitted for review prior to 60% review. ROW acquisition shall start no later than 60% designs. 5. Proposal Requirements a. Proposals can be hand delivered to the Purchasing Department at 1301 North 17th Ave by 10 a.m. on January 9 or they can be emailed to bids@weld.gov. Proposals dropped off at the Purchasing Department shall include 5 hardcopies of the proposal. If proposals are sent in by email, they must be received by 10 a.m. on January 9, 2026. For proposals that are emailed, the submitter shall provide 5 hardcopies of the proposals by no later than 4 p.m. on January 9, 2026. Hardcopy proposals received after 10 a.m. on January 9, 2026 will be reviewed for consistency with the electronic copy. If changes between the electronic copy and the hardcopies are discovered, the proposal will be deemed unresponsive and the proposal will not be scored. b. See the RFP document for items to be included in the proposal. c. Proposal is limited to 25 pages. All pages except the project schedule and example plan sheets shall be on 8.5 inch by 11 inch pages. d. Cover letter must explicitly state the Consultant's willingness to sign the Weld County Professional Services Agreement as presented in Schedule G of the RFP e. Note the insurance requirements in Schedule F of the RFP documents. 6. Selection Process a. Using the County's Qualification Based Selection (QBS) process. b. The scoring criteria has been outlined in Section D of the RFP document. c. Do not include pricing in your proposal. If any cost information is included in the proposal it will not be reviewed or scored. 7. Anticipated Project Milestones Date a. January 9, 2026- RFP Proposals due at 10:00 am (Purchasing Dept.) b. January 16, 2026- RFP Interviews (if needed) c. January 21, 2025- Notice of Award (anticipated) d. February 5, 2026- Notice to Proceed (anticipated) e. Monthly progress meetings will be held in at Public Works - Consultant to provide agenda and meeting minutes. f. Phone calls, emails, and Teams meetings will be held on a weekly or more frequent basis as determined by the County's Project Manager. 8. Questions? a. All questions after the Pre-Proposal meeting must be submitted in writing to Clay Kimmi at ckimmi@weld.gov b. Deadline for asking questions is 7 a.m., January 5, 2026 c. Final Addendum will be posted by 5 p.m., January 6, 2026 Exhibit B - B2500142 Atkins Realis Proposal, Scope of Work, and Fee for the CR 34/17 Roundabout and Bridge 34/17A Replacement Design Project w �k ;:' �� .�t Q i A. ik , 0 •i ' '1 �, _• • 4 / U. ■CD � `1 � I - VF �' ;�f `�:s 0 11-1 cz , i +� � { Q 7 11. M . : ..li .. . ia .......,,-.-: ' ,, _ . . .. ,( . ., „.. . •t,,, . t ' 4 46". ,r c U CC u/ E,,,,,,.,;i‘.,,,... ,.....,.:.: a) t.) 1. . - . ---,.. i I. 4,,,,,, ,,,,,,..iti.,,,,,.s:-..„Irti: ..,1...i. t,...,,,,...,...,i,:o:f.,,,6...:4:_, • ''''' ,: ' -1..'. 1,/. ' :•.r-. 1' 'ILi,.: ,.,.er ;.' cc; 4-1 . _ Cr:0 raNNI "j -1-1.4= 1•, 'd,c° fi. 41 0 JO iv. 1 , .t.l. 4). \,— . :.....'.::,.illt , 46 .. , i\‘.c. E .� • i � r1� , , V '', a) 1. CI) o CI) is) Cr Weld County Finance Department cc AtkinsRealis Purchasing Division 4600 S Ulster St.,Suite 1100 1301 North 17th Avenue Greeley,CO 80631 Denver,CO 80237 ATTN: Clay Kimmi, PE Date:January 9,2026 Subject:Solicitation Number B2500142-Professional Engineering Design Services for the WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project Dear Mr. Kimmi and Member of the Selection Committee, On behalf of AtkinsRealis,I am pleased to submit our Statement of Qualifications for the WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project.This initiative presents a critical opportunity for Weld County to improve traffic safety at one of its most accident-prone intersections at WCR 34/WCR 17 through construction of a roundabout and address aging infrastructure/enhance floodplain resiliency through the replacement of the 34/17A bridge over the St.Vrain Creek.The AtkinsRealis Team offers the following key benefits: Specialized and Committed Project Team.Our handpicked team of professionals is led by Project Manager, Dan Liddle, PE, PMP,who possesses a 36-year history of leading multi-disciplined teams on high value transportation improvement projects,including the WCR 49 Extension and the WCR 7 over St.Vrain Improvements projects for Weld County. Dan is supported by a project team who is experienced on County projects and the delivery of the requested scope of services. Strategic Approach to Project Delivery.Our comprehensive understanding of the project's key challenges, regulatory compliance requirements,and associated risks, has allowed us to the enclosed engineering solutions. • Intersection WCR 34/WCR 17.Our team has prepared alternative roundabout configurations that directly address critical project constraints,including:Right-of-way acquisition,existing irrigation infrastructure,local access during construction,and enhanced safety and operational performance of the intersection. • Bridge Replacement at 34/17A.Through our proposed raised profile and two-structure approach, our Team has eliminated overtopping of WCR 34 during the 100-year storm event and optimized bridge designs for cost-effective implementation aligned with County budget priorities. Additionally,our proposed delivery approach and schedule reflects a deep alignment with the project's objectives and demonstrates our commitment to timely and efficient execution. Client and Project-Focused Partnership with Weld County.With more than 20 years of experience working with Weld County,AtkinsRealis has built a partnership-focused culture, integrating seamlessly with your team. We will take a proactive approach,anticipating challenges early and maintaining real-time communication with project manager Clay Kimmi and County staff to ensure alignment throughout delivery.Our designs prioritize constructability,considering contractor sequencing,safety, risk,and cost. Led by Dan,our team plans for how projects will be built and identifies risks before they emerge.Whatever the challenge,we are committed to delivering this project through construction closeout. AtkinsRealis acknowledges all addenda and is willing to enter into the Weld County Standard Contract Agreement without exception. Should you have any questions, please contact me directly at 303.214.0844 or joseph.zufall©atkinsrealis.com. Sincerely, gam' P Joe Zufall, PE Dan Liddle, PE, PMP Principal-in-Charge Project Manager i Schedule E — Proposal Response Form Proposal Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. January 9, 2026 @ 10:00am 1. Vendor's Proposal — Outlined in Schedule D 2. Schedule E — Proposal Response Form 3. Any potential or future Addenda must be completed/acknowledged. 4. All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of the Proposal may result in the Proposal being incomplete, non-responsive, and the Proposal being rejected. If there are any exclusions or contingencies submitted with the proposal it may be disqualified. System for Award Management (SAM) Database Proposers must be registered in the System for Award Management (SAM) database. In space below, provide the company's Dun & Bradstreet (DUNS) number. Weld County will use the SAM database to verify the company's registration and status. DUNS/UEI #: 050439223Si Attestation: The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The Proposal proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Proposal for Request No. B2500142 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement that proposer is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule F — Insurance and Bond 6. Acknowledgment of Schedule G —Weld County Contract 7. By submitting a responsive Proposal or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject all Proposals, to waive any informality in the Proposals, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is in the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Solicitation#B2500142 Page 17 Weld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project Item Entry Company Name: AtkinsRealis USA, Inc. Address: 4600 S Ulster St., Suite 1100, Denver, CO 80237 Phone 303.214.0844 Email: Joseph.Zufall@atkinsrealis.com FEIN/Federal Tax ID #: 59-0896138 Company Name: AtkinsRealis USA, Inc. Address: 4600 S Ulster St., Suite 1100, Denver, CO 80237 Phone: 303.214.0844 Email: Joseph.Zufall@atkinsrealis.com FEIN/Federal Tax ID #. 59-0896138 CONSULTANT:` 1 By: � January 5, 2026 Date of Signature Name: Joseph Zufall, PE Title: Senior Project Director a Solicitation#B2500142 Page 18 CrWeld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project Addendum # 1 Solicitation Request Number B2500142 CR 34/17 Roundabout & BR34/17A Replacement Design Contract This document has been reviewed for accessibility requirements in Microsoft WORD and Adobe Acrobat.This document passes the accessibility check provided by Microsoft WORD and Adobe Acrobat. The following shall be incorporated into the CONTRACT DOCUMENTS, for the above-referenced PROJECT: Contractor Questions and Responses Mandatory Pre-Proposal Meeting Minutes Pre-Bid Meeting Attendance List Revisions to Schedule C -Project Schedule All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. Pages 2 through 8 do of this ADDENDUM do not have to be returned with the PROPOSAL DOCUMENTS> Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: AtkinsRealis USA Inc. January 6, 2026 9,er- et4P Date of Signature Signature: Name: Joseph Zufall Title: Senior Project Director Addendum #1 Date: December 16, 2025 Weld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project Addendum #2 Solicitation Request Number B2500142 CR 34/17 Roundabout & BR34/17A Replacement Design Contract This document has been reviewed for accessibility requirements in Microsoft WORD and Adobe Acrobat.This document passes the accessibility check provided by Microsoft WORD and Adobe Acrobat. The following shall be incorporated into the CONTRACT DOCUMENTS, for the above-referenced PROJECT: Revised Mandatory Pre-Proposal Meeting Minutes All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. Pages 2 through 3 do of this ADDENDUM do not have to be returned with the PROPOSAL DOCUMENTS> Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank vou!*** Company Name: AtkinsRealis USA Inc. January 6, 2026 cralsvi Date of Signature Signature: I Name: Joseph Zufall Title: Senior Project Director Addendum #2 Date: December 16, 2025 Weld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project SCOPE OF PROPOSAL t i. f. - CO CC cr) • ,T -IcEto ;....... ,t. II t Pi e . . ,, ht 'I- --, 0 a; • r..4 a) o . 2 . o CI. a o „ 0 c..) z.... UJ ., (1) W am 1. Scope of Proposal Understanding of Project Objectives AtkinsRealis brings proven experience in roundabout and bridge design,floodplain analysis and regulatory compliance,traffic engineering and phasing, right-of-way(ROW)acquisition,and utility coordination and relocation.The project is comprised of two primary elements: 1. WCR 34/WCR 17 Intersection Roundabout- Enhances traffic flow and safety by replacing the existing four-way stop with a single-lane roundabout.The design must carefully balance operational improvements with minimal disruption to surrounding properties.Specific goals include: •Improving traffic operations and safety through roundabout construction • Minimizing ROW acquisition impacts, particularly on the northeast and southwest parcels • Preserving existing irrigation infrastructure on the northeast and southeast properties • Coordinating access points for adjacent landowners 2. WCR 34 Widening and 34/17A Bridge Replacement-Replaces the aging and previously flood damaged bridge over St.Vrain Creek as well as upgrading WCR 34 to meet current County standards.Specific goals include: • Reconstructing WCR 34 to the County's standard width for a collector • Replacing the near-structurally deficient 34/17A bridge • Elevating the roadway profile to remove it from the St.Vrain Creek floodplain • Ensuring continued access to existing properties throughout the corridor AtkinsRealis Qualifications&Relevant Experience I-70 Floyd Hill to Veterans Memorial Tunnels,CDOT Region 1 AtkinsRealis is the engineer of record and lead designer for the approximately six mile reconstruction of I-70 from the Floyd Hill • :.a vailw interchange to the Veterans Memorial Tunnels(VMTs).With a programmed budget of$800 million,the project is being delivered through CM/GC alternative project delivery and is designed to address CDOT's most critical challenges related to -� ; safety,mobility,and travel time reliability.The reconstruction -"4r,'4t introduces a tolled express lane on westbound I-70 and completes the missing two miles of frontage road between US 6 and the 0. Hidden Valley/Central City interchanges.The project includes :: `'.r`.. roundabout improvements at the Homestead and Beaver Brook/ Floyd Hill interchanges,enhances the Clear Creek Greenway Trail, and incorporates two wildlife underpasses to improve habitat connectivity.Additional upgrades include on ramp and off ramp improvements, the rebuilding of more than 10,000 lineal feet of bridges,and the construction of over 18,000 lineal feet of ° complex retaining wall systems.The project integrates floodplain and river hydraulics,including four floodplain benches to support stream habitat and advanced hydraulic modeling to address bridge and wall scour,freeboard,and rafting revetments. Key Project Staff:Joe Zufall, PE,Paul Greco, PE,Jeff Hanna, LSI, SR/WA, Brandon Gonzales, PE am Weld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 2 East County Line Road(ECLR)Widening&Resiliency,Boulder County,CO(FEMA and RAB) 1 In partnership with Boulder County,Weld County, `, ' and the City of Longmont,AtkinsRealis is providing 4. ‘ preliminary and final design services for the p` , widening of 1.23 miles of East County Line Road (ECLR)within the Dry Creek No.2 and St.Vrain Creek floodplains.The projects primary objective is to --� a +►�'-- --._. _ increase floodplain resiliency by eliminating overtopping during the 100-year storm event, k,4444r. ensuring long term roadway reliability and community 1, safety. Beyond resiliency,the project enhances traffic operations and safety through the incorporation of a roundabout at the intersection of ECLR and Pike Road and shoulder widening improvements along the corridor.AtkinsRealis has also navigated critical project challenges,including stakeholder coordination with the Legget Ditch Company and five impacted property owners,construction phasing to maintain emergency response access for the Mountain View Fire District,and securing necessary environmental clearances. Key Project Staff:Joe Zufall, PE, Paul Greco, PE River Bridges Project,National Western Stock Show(NWSS),City and County of Denver,CO (Structures and FEMA) iirrsr wipir AtkinsRealis delivered roadway and structural engineering plans,estimates,and reports for the 48th Avenue(Bettie Cram Drive)and 51st Avenue bridges over the South Platte 1111111131 miuml°'4�+..li.` ,.`. River.AtkinsRealis was also responsible for the concept level s. � ,l design of a long span pedestrian bridge over BNSF, DRIR, y_ and NMRL connecting to the RTD Station on the east side of 1 +, the development with stairs and elevators. iiii OW OliS•, , . - 1 The 48th Ave Bridge(228 feet long; 67 feet wide)and the r - 51st Ave Bridge(250 feet long;62 feet wide)are both 3-span bridges consisting of bike lanes,pedestrian walkways,and iconic artwork as a major feature that lends to the distinct campus character. Both bridges use precast side-by-side box girder beams. The final design of the 51st Ave Bridge required minimizing the structure depth for the hydraulics of the Platte River.It has the shortest superstructure depth,providing the most freeboard for the 100- year flood elevation and the 10-foot vertical clearance at the South Platte River Trail. Key Project Staff:Joe Zufall, PE, Paul Greco, PE MT-2&Production and Technical Services,FEMA AtkinsRealis,as managing partner of the STARRII joint venture, has delivered national MT-2 production and • , technical services,including in Region 8,for 15 years. • better protected During this time,we processed more than 3,400 LOMR * �� cases,providing end-to-end MT-2 management, • improving processing efficiency,and achieving ongoing E . r i ,a, cost savings.This extensive experience demonstrates our .-; deep technical competence with FEMA's MT-2 regulatory F` `-; r,,;'• ;� -,. ` ". framework,including 44 CFR Parts 59-72, FEMA's MIS' Guidelines and Standards,and the procedures required to update the National Flood Hazard Layer. Key Staff: Brandon Gonzalez, PE CrWeld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 3 US 50 and I-25 Pueblo Interchange Bridge Design Services,CDOT R2 (Structures&FEMA) AtkinsRealis served as corridor manager for the reconstruction of I-25 through Pueblo,leading the redesign and delivery of ; AP ,"It ''. \ I the US 50/I-25 Interchange.The project reconstructed 1.6 t , ' , ' , i 'E . J 4 t, miles of I-25 introduced a diverging diamond interchange(DDI) t lq, ' ..� v`';A at US 50 over I 25,significantly improving safety,operational a it7„h' !� �, ' L s. efficiency,and multimodal access.The interchange redesign s ,it . jt,� ; : i was delivered in multiple phases and included four new bridges ''`. r x''� i/ ` it utilizing prestressed Colorado bulb tee superstructures w// ,,y¢ with integral abutments on drilled shafts.Two bridges span t :, ,'4,,, r 44:.,1, I-25,while the other two cross the Union Pacific Railroad . ? �1� �� ,,..,. (UPRR).The design incorporated more than 4,000 feet . /,' ' i"' � q' - ,: of mechanically stabilized earth(MSE)retaining walls. <..• . �' " i s ' AtkinsRealis led FEMA regulatory compliance processes for ' `; {, LLt - , the US 50 crossing over Fountain Creek,including CLOMR/ 4, ,� , : d LOMR documentation for the bridge reconstruction. „- .x, Key Project Staff: Paul Greco, PE WCR 49 Extension,US 34 to WCR 60.5,Weld County,CO AtkinsRealis completed the bid plans and assisted ,i„r during construction for this$25-million extension of WCR 49 from US 34 to WCR 60.5 near the Greeley- ,, ( - r Weld County Airport.This 3-mile,4-lane arterial Ai concrete roadway design along a new alignment ��Z f,‘ included major intersection improvements to US 34 ow t` ` 4� ��(y and WCR 60.5; new intersections with WCR 47.5/58, o ' ! N 18th Street,and East Holly Avenue; multiple irrigation a \ ditch crossings and new bridge crossings of the ' ,igliik -;# r Cache la Poudre(925-feet span)and South Platte ,,, River(600-feet span). Federal Emergency ', 01• Management Agency(FEMA)floodplain mapping and completion of CLOMRs and LOMRs were completed.AtkinsRealis expedited the design to 01 advance ROW acquisition work,including multiple mt., _ . w IA geometric alignment revisions to facilitate property 4" . F . owner and utility concerns reducing total project costs. �`� I- The US 34 and WCR 49 intersection improvements was funded through the CDOT Responsible ' <� .. Acceleration of Maintenance and Partnerships(RAMP) ii ' , , . . . as an early action item. '` Key Personnel:Dan Liddle, PE Clail Weld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 4 AtkinsRealis Delivery Methodology Our comprehensive understanding of the project goals has guided the careful selection of a hand picked team of professionals and subject matter experts dedicated to successful delivery. Leveraging this expertise,the AtkinsRealis team has crafted a tailored approach centered on client service, resilient design,and uncompromising quality. 4vEtta:- 6 IN Present/Commited Workload ■ Anticipated Project Time WELD COUNTY,CO Commitment as a%of the overall effort. Weld County Project Manager Clay Kimmi,PE Principal-In-Charge Joe Zufall,PE Enviromental 50%15% dr- Project Manager Permitting Dan Liddle,PE,PMP ' � DarcyTiglas driQA/QC Manager e . 65% 1 15% (Tiglas Environmental) Frank Schultz, R`4 PE,LEED AP 60%13% I H&H&FEMA Roadway Lead Bridge/ Regulatory Traffic/MOT 2 Structures Lead Lindsey Design Compliance 6 Karol Miodonski, a Wickman,PE Brandon 25% 18% Paul Greco,PE =�' Gonzalez,PE P o ° 45/0 112/0 50% 1 8% 65/0 1 3/0 1 1 I 1 ROW Ac uisition Geotechnical Roadside Traffic Counts fill q Engineering Irrigation Drainage Seth Geddes Jeffrey Hanna, SR/WA Hai Ming Lim Facility Design (IDAX)11% 45% 15% (Ming),PE(GEG) Jordan Falzetti, I I 65% 15% PE,CFM Constructability ROW Appraisals 65% 13% &Construction Jon Vaughn I I Management (CBRE) Lighting& Utility Construction 50%12% Electrical \ Coordination& Design Relocations Cost Estimating Shawn Evinrude Title Dustin Yoder,PEEti Daniel Schrader, 40%12% Commitments 65% 13% PMPC &Closings 55% 115% onstructability, Kerry Ridder Construction I Management& (Equity Title) Subsurface Inspection 65% 11% (2,) Utility Alex Kedas,PE Engineering *80% 1100% Survey&ROW Kristen Miller, Bridge Girder/ /Rh Plans PE(T2ue) Manufacturing Dan Cordell, 60%14% Inspection ' PLS(DEA) John Braaksma,PE 50%1 4% **80%120% CrWeld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 5 Key Team Members Frank Schultz,PE,LEED AD I Dan Liddle,PE,PMP I Project Quality Manager. Frank has 30 Manager.With 36 years of years of civil engineering experience delivering complex, experience involving roadway multi-discipline transportation design. His responsibilities will infrastructure projects, Dan is involve project quality assurance 2r� �' _ highly qualified to lead the WCR including preparation of the Quality Plan,staff 34/17 Roundabout and BR34/17A training,and sign-off that the AtkinsRealis Bridge Replacement Project. His strong 5-step process has been completed for all design background,combined with a practical deliverables before they are submitted to Weld understanding of constructability,offers Weld County. Frank's extensive experience managing County a distinct advantage.As PM, Dan will projects are beneficial in ensuring the right QC prioritize work elements that reduce County risk review staff are assigned and required and deliver cost-effective solutions that meet deliverables are completed. budget and schedule expectations. Lindsey Wickman,PE I Roadway Dan management of Weld County's WCR 49 Lead. Lindsey is a roadway lead Extension Project included similar efforts, with 10 years of transportation such as major stream crossings over the design experience spanning South Platte and Cache la Poudre, permitting, to, highways,interchanges,and CLOMR/LOMR approvals,alternatives analysis, complex roadway systems.She stakeholder and agency coordination, ROW, has served as a roadway design technical lead or and significant roadway and intersection PM on Colorado projects for CDOT and improvements using County standards. His municipal clients,including recently serving as pragmatic,solutions-driven approach is focused the Project Manager for the US 24 and Judge N on listening, understanding client goals,and Orr Roundabout project with CDOT,applying fostering collaboration,consistently producing her expertise to improve safety,traffic Wmeasurable savings and improved project operations,and community connectivity. delivery. Paul Greco,PE I Structures Lead. Joe Zufall,PE I Principal-in- With over 32 years of experience, Charge.With over 22 years of Paul is a seasoned transportation experience,Joe has led the engineer whose portfolio spans delivery of major roadway and roadway,highway,transit, highway transportation projects pedestrian,and building projects. and capital programs for local His expertise covers all phases of project agencies, municipalities,and DOTs across the delivery,from conceptual engineering and cost United States, representing hundreds of millions estimating to preliminary design,type selection, of dollars in management,engineering,design, final design,and post-design construction and CM contract value.As AtkinsRealis'client services. Paul recently completed the I-70 manager for over 25 Colorado agencies, Reconstruction: Floyd Hill to Veterans including Weld County,Joe is recognized for his Memorial Tunnels project,which include more technical expertise and his commitment to than 10,000 lineal feet of bridge advancing infrastructure,safety, resiliency,and reconstruction. He brings a broad community connectivity. Since 2018,Joe has understanding for a wide range of structural been the Principal or PM in the delivery of 20+ applications across diverse project types. Paul's projects/task orders for Weld County. He comprehensive skill set and proven track record brings a proven track record in proactive risk make him a valuable asset to the WCR 34/17 management,clear communication,and Roundabout and BR34/17A Bridge performance excellence,consistently driving Replacement Project team. projects forward while elevating client service. CrWeld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 6 Brandon Gonzalez,PE I H&H/ acquisition and disposal, ROW plan reviews, FEMA Regulatory waiver valuations,appraisals,title research, Compliance/2D Modeling. community engagement, licensing, permit ' , Brandon is a professional procurement,and survey coordination. He is a ,� engineer with 8 years of pre-approved ROW agent with CDOT,a experience specializing in testament to his qualifications and trusted hydrologic and hydraulic(H&H) modeling, reputation. floodplain management,and FEMA regulatory compliance. Recognized as a subject matter Shawn Evinrude I Construction expert(SME)in 2D hydraulic modeling, Brandon Cost Estimating.Shawn brings has led analyses of complex flow scenarios and over 20 years of experience in large-scale watershed systems, making a value preparing highly accurate cost member of the WCR 34/17 Roundabout and estimates,including detailed BR34/17A Bridge Replacement Project team. He quantity take offs and material served as a 2D Hydraulics SME on the I-70 pricing,across a range of delivery methods Reconstruction: Floyd Hill to Veterans including Design-Build,CMGC,and traditional Memorial Tunnels project,where he Bid-Build. His deep understanding of cost contributed to the innovative design of modeling ensures reliable projections that support sound decision-making throughout stormwater systems for erosion control along project development.Shawn's expertise has steep grades and embankment slopes. recently been leveraged on the SH 392/WCR Dan Schrader,PMPI Utility 37 project,where he is the lead estimator, (111 Coordination/Relocation. Dan is Shawn's skillset will prove valuable in helping a PMP-certified professional with the County adhere to an established project over 18 years of experience in budget,ensuring fiscal discipline without utility coordination across diverse compromising scope or quality. o infrastructure sectors. He has led Wutility oversight on multiple alternative delivery Alex Kedas,PE I Constructability ° and traditional transportation projects by &Construction Management r. managing utility investigation,agreements and • (CM).Alex has delivered roadway reimbursement procedures,estimating, transportation projects for 35 scheduling,conflict resolution alternatives,and years including highway widening construction activities. His recent experience and reconstruction,interchange on the SH 392/WCR 37 project has provided improvements, bridges,and urban him with keen insight into how the County transportation projects.Through this manages utility coordination and relocation experience,Alex has a thorough understanding processes. He will leverage this experience to of the technical details required for high-quality effectively coordinate utility impacts and road construction,as welt as the many in-depth relocations for this project. regulatory requirements of state and federally funded projects. Recently,Alex delivered Jeffrey Hanna,SR/WA I ROW construction management services on the Acquisition.With 19 years of WCR 72 and WCR 76 Paving and SH392/WCR experience in the ROW industry, 43 and WCR 38/17 CMS CM Projects.Alex has •,,, Jeff brings deep expertise in become intimately familiar with County managing ROW acquisition standards and will provide constructability processes on County projects, reviews during preconstruction phases of the including for the WCR 53 Bridge Replacement project and manage the utility relocation over the South Platte River and the SH 392/ phases.Additionally,should the County desire WCR37 intersection. His portfolio includes land AtkinsRealis to provide CM services after contractor award,Alex will lead our team to inspect and verify compliance with the contract plans and documents. CrWeld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 7 Subconsultant Partners T2 Utility Engineer's,Inc(T2ue)I Subsurface Utility Engineering holds Weld County's on- call SUE contract, providing a full range of utility engineering services,including SUE,advanced geophysics,test holes,surveying,and utility coordination to support infrastructure projects.T2ue professionals are recognized leaders in investigating utilities and managing above-ground and sub- surface utility risks.T2ue has 29 SUE crews with 46 field technicians available for projects in the West and 90 SUE crews,124 field technicians,and 36 utility coordinators nationwide available to respond quickly to client project needs. Granite Engineering Group,Inc.(GEG)I Geotechnical Engineering&Pavement Design has provided geotechnical services for Weld County and numerous public entities in the Colorado Front Range for more than 20-years.GEG geotechnical capabilities include foundation system, soil improvement, pavement design,earth retention system,geohazard,and slope stability analysis and mitigation design. GEG thrives in providing innovative approach and bringing best value in geotechnical design. Recently,GEG has completed High Plains Blvd. project in Weld County, and working on Bridge 60.5 replacement project. GEG always considers constructability for the geotechnical approach and is very familiar with the geologic conditions and challenges in Weld County. David Evans and Associates,Inc.(DEA)I Topographic Survey and ROW Plans is a multidisciplinary firm that combines the talents of engineers, planners,surveyors,scientists,and landscape architects to provide full-service infrastructure planning and engineering services. DEA's award-winning Survey&Geomatics Group brings cutting-edge tools, ranging from robotic total stations and GNSS receivers to 3D laser scanners and small Unmanned Aircraft Systems (sUAS),and integrate these technologies into proven "field-to-finish"workflows that consistently meet or exceed agency expectations. Equity Title of Colorado I Title Commitments and Closings, headquartered in Lakewood,CO, is a premier full-service Title Agency distinguished for its expertise across a broad spectrum of transactions,with particular strength in transportation improvement projects. For over 45 years, the Equity team has delivered exceptional service in commercial, multi-family, residential,and infrastructure-related closings,earning a reputation as a trusted partner in advancing Colorado's growth. From complex land acquisitions to construction loan closings,completion and conversion transactions,and large-scale infrastructure projects, Equity Title ensures that every deal is managed with precision,efficiency,and deep industry knowledge. CBRE I ROW Appraisals has been doing business providing consulting services in the state of Colorado for over 60 years. Services provided include valuation and advisory, property sales, commercial mortgage brokerage, loan origination and servicing, property leasing,investment management, property management,among others.CBRE will provide real estate appraisal valuation and advisory services.The principal office responsible for appraisal services for this project will be in Fort Collins. IDAX I Traffic Data Collection was incorporated in 2013 as an LLC and is led by a team of accomplished industry experts. For the past 10 years they have collected a wide range of traffic data including turning movements, pneumatic tube counts(volumes,speeds,classification, and gap),travel-time,origin-destination, ped/bike, parking,and curbside utilization data.They understand the importance of high quality and accurate data with quick turnarounds.Their accuracy and customer service are what separate them as the preferred data collection firm. IDAX uses the latest data acquisition technologies and partners with technology leaders to acquire data and deliver it accurately,economically,and in consumable formats. Weld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 8 AtkinsRealis Delivery Approach Project Management&General Communication&Coordination with County Requirements While email is a great way to communicate Our management approach starts with a proven quickly,telephone conversations and face project manager and team working together to face meetings ensure that issues are alongside Weld County. Dan Liddle,our Project understood and questions are fully answered. Manager has delivered countless similar Regular project team meetings will be held projects,understanding the importance of with Clay and County staff to communicate open honest communications while promoting the status of the project,provide updates on innovative critical thinking to address the the progress of deliverables,and to ensure project challenges.Our team has been involved collaboration to resolve issues before they collaboratively in preparation of this proposal, impact cost or schedule.Our approach to already having a great team chemistry and progress meetings is to come prepared, offering beneficial solutions. including presenting concept design ATKINSREALIS'FIRST30 DAYS 1 challenges,solutions,layouts,etc.for feedback and direction. For efficiency,we need A focused strategic effort at NTP sets input as we go versus at submittal reviews. the stage for success. Dan and team are available and ready to begin work Public Communication immediately after"notice of award". We believe communities and people serve as Dan will coordinate closely with Clay for the backbone in creating a vested interest for timely contract execution and initiate the any project.The WCR 34/17 Roundabout and following activities: BR34/17A Bridge Replacement Project will require coordination with several adjacent • Schedule a Project Kick-off meeting property owners with expectations of clear and (review work completed for this consistent communication for project updates proposal) that may affect their daily lives. Our tools to • Schedule a floodplain hydrology facilitate public communications include: workshop with Weld County • Finalize existing conditions floodplain • Stakeholder One-on-Ones:We propose model and obtain approval hosting up to three rounds of in-person • Finalize project work plans and baseline meetings—one at the onset of the project, schedules one after the 30%design review,and one • Conduct initial notice to property after 60%design before acquisitions begin. owners and conduct meeting to learn of • Commissioner Meetings:AtkinsRealis will concerns support briefings to the commissioners, • Initiate topographic surveys whether through formal meetings or a • Meet with Tiglas to identify newsletter. environmental issues and schedule • Postcards and Water Bill Inserts:It is impacts(build into baseline schedule) recommended to send out a postcard to • Prepare draft Structure Selection residents,promoting the project to residents Report within a quarter mile of the corridor,or at a • Schedule initial bridge borings for minimum,to those adjacent to it. substructure analysis • Utilities review and identify any critical • Graphic Design and Website/Social Media: facilities for early field investigation/ AtkinsRealis will support the County's Public potholing Information Officer(PIO)with exhibits, • Order ROW title work and begin ROW projects plans,fact sheets, reports and Plans briefings,digital newsletters,and social • Finalize roundabout conceptual analysis media/project website materials. and preferred solution CrWeld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 9 Irrigation Facility Impacts and Relocations team understand ROW,including temporary Both irrigation companies and private irrigation easements,as a high-risk,schedule-critical facilities will be impacted by the project and element of project delivery. Early engagement require relocation. For irrigation companies, with landowners helps prevent delays and we will coordinate engineering and design control costs. Our structured,compliant two- requirements for each impacted facility phased approach meets all federal and state and support the negotiation of ownership, standards,including the Uniform Act. maintenance,and use agreements needed to Phase 1:Pre-Negotiation Activities. AtkinsRealis impact their facilities. For private irrigation and initiates ROW acquisition with a structured and any wells,we may include these impacts as part transparent pre-negotiation phase designed of the ROW compensation,which will allow the to reduce risk,ensure compliance,and build private owner more control over the relocation trust with stakeholders.This phase Lays the of their facility and remove schedule risk if the groundwork for successful negotiations and project has to complete the relocations. timely project delivery. Key activities include: Utilities •Transparent Team Communication. • Preparation of ROW Documentation. ROW exhibits, legal descriptions,and ROW plans. • Due Diligence Review of property ownership interests,encumbrances,and existing site conditions that may affect schedule or ,.— logistics. r � • Formal Notices of Intent to Acquire compliant with Colorado Eminent Domain Xcel Gas Facility Avoidance will simplify utility Law. a. relocations This phase ensures that all ROW activities Within the first 30 days of NTP,we will review are grounded in legal compliance,strategic existing utility plans and investigations planning,and respectful engagement with already completed for the WCR 34 and WCR property owners—setting the stage for efficient 17 intersection.We will review utility record and equitable negotiations. drawings and conduct a field walk to verify and Phase 2:Negotiation Activities. AtkinsRealis identify deficiencies. Dan Schrader,our utility approaches ROW negotiations with lead,will obtain field locates and an initial Utility transparency,empathy,and strict adherence Matrix will be prepared at the 30%design to to Colorado Eminent Domain Law and the identify and track utility relocation needs. Once Uniform Act.Our goal is to secure timely the concept designs are finalized, utility test agreements while respecting property owners' holes can be completed at critical locations. rights and minimizing project delays. Key ROW Acquisition activities include: AtkinsRealis delivers strategic, hands-on ROW • On-Site Property Owner Meetings. acquisition led by Jeff Hanna,SR/WA.Jeff and • Fair Market Value(FMV)Offers. • Good Faith Negotiations. • Possession and Use Agreements. • x '" • Condemnation Proceedings(If Necessary). In compliance with Colorado Revised Statutes Title 38. . Access relocations are critical to ROW Negotiations CrWeld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 10 FEMA Regulatory Compliance • Finalize the correct hydraulic opening and The project lies within a Special Flood Hazard manage the floodplain requirements Area and effective floodway,creating a • Minimize traffic disruptions complex regulatory environment.Any change to floodplain hydraulics can trigger FEMA's • Deliver a cost-effective,functional,and low- Conditional Letter of Map Revision (CLOMP) maintenance bridge design and subsequent LOMR requirements under 44 • Meet Weld County and FEMA floodplain CFR Part 72—processes that are technically development requirements intensive and subject to lengthy,unpredictable Dan will coordinate the roadway, bridge, review timelines. and hydraulics discipline teams to finalize a As outlined in Section 2-Critical Issues, proposed roadway profile including hydraulic our team has concluded that although the freeboard that is in alignment with current proposed technical solution does not alter the standards and provides resiliency for St.Vrain Creek floodplain limits or elevations, infrastructure during major storm events. unavoidable impacts to floodway conveyance necessitate submitting a CLOMR. - Our CLOMP submission will include all • • FEMA-mandated components, MT-2 forms, annotated FIRMs,plan sets, H&H analyses,and public notices for any BFE or floodway changes. y-- All materials will undergo internal review by former MT-2 engineers to reduce review comments,streamline FEMA approval,and maintain project momentum. Existing Functionally Obsolete Bridge A Structure Selection Report will be ATKINSREALIS'ADVANTAGE prepared in accordance with County and As a FEMA PTS contractor AtkinsRealis CDOT requirements,evaluating at least three has served as FEMA's MT-2 review structure types based on cost,constructability, partner.AtkinsRealis processed 3,434 geometrics,durability,and maintenance MT-2 cases in the last eight years. None of needs.Alternatives will include options such the 1,750+cases requiring appeal periods as precast CBT girders—favored in Colorado were appealed. for their economy and rapid construction—and shallow precast box girders,which reduce As part of FEMA's 2D Integrated Project superstructure depth and limit roadway Teams(IPT)Initiative. Brandon Gonzalez, profile changes.The report will document our Flood Hazard Lead,led the hydraulics existing conditions,site constraints,utilities, subgroup for the nation and worked geotechnical considerations,water elevations, directly with FEMA HQ&FHWA to address foundation recommendations,and required programmatic shift in FEMA modeling to safety features such as CDOT Type 10MASH improve 2D modeling useability for LOMR bridge rail. Applications. Environmental Permitting In concert with Tiglas Environmental, Bridge Design Approach The proposed bridge design will create an AtkinsRealis will support an integrated economical, low maintenance structure that can approach that combines biological surveys, be constructed quickly to help reduce impacts federal consultations, permitting processes, to the adjacent landowners and traveling public. and cultural resource evaluations,ensuring that The critical concerns we will address in our environmental considerations are addressed bridge design will be: early and thoroughly. By coordinating with regulatory agencies,implementing mitigation measures,and respecting historic resources, CrWeld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 11 the project will balance infrastructure Design Development and Plan Submittal needs with environmental stewardship and Approach regulatory compliance.Through our thorough It is critically important for project delivery to understanding of the project area,our team be organized and encompass a fully aligned has identified the following key environmental work breakdown structure(WBS)with logical factors we will supporting Tiglas on: sequencing.The AtkinsRealis team's approach Migratory Birds.Construction activities to execution of the deliverables is as follows: will be scheduled to avoid nesting seasons Conceptual Design(30%)-AtkinsRealis'early where feasible,and pre-construction surveys work activities involve schematic layouts will be conducted to identify active nests.If and alternatives analysis for agreement nests are present,appropriate buffers and on geometric Layouts for the roundabout monitoring will be implemented in accordance intersection and bridge layouts.The agreed with the Migratory Bird Treaty Act to minimize upon geometrics are then advanced to a disturbance. conceptual 30%level for formal submittal Preble's Jumping Mouse Habitat.The St. and review.A cost estimate with appropriate Vrain Creek watershed is well known for the level of contingency will be developed at this potential presence of Preble's Jumping Mouse, stage. Before proceeding to the next phase, requiring coordination with the U.S. Fish and the 30%submittal will be updated to address Wildlife Service will be initiated under Section comments and obtain Weld County approval. 7 Consultation. Habitat assessments will be Environmental analysis and approvals can be performed to determine potential impacts,and completed based on these plans. a mitigation plan will be developed to preserve Preliminary Design(FIR or 60%Design)-As a or restore suitable habitat. Measures may result of the concentrated conceptual design include timing restrictions, habitat restoration, efforts,AtkinsRealis will immediately advance and construction best practices to reduce to the completion of the FIR or 60% Plans.This disturbance. submittal is critical as the required ROW and Army Corp of Engineers-Section 404 utility impacts will be identified and proceed Permitting.Work within waters of the U.S. immediately following the submittal review. will require a Section 404 permit from the Similar to conceptual,a post 60%updated plan Army Corps of Engineers.The project team set will resolve all comments before proceeding will prepare permit applications supported by to the next phase. wetland delineations and impact assessments. Final Design(FOR Level or 95%Design)and Avoidance and minimization of impacts will Advertisement-The Field Office Review(FOR) be prioritized,and compensatory mitigation plans will be completed concurrently with will be proposed where necessary to maintain the ROW acquisitions and utility relocations. compliance with Clean Water Act requirements. All designs will be finalized.AtkinsRealis will Historic.The existing bridge,constructed in address all comments from the FOR plan 1960,and surrounding properties/structures review and deliver Ad level plans,specs, are over 50 years old and therefore subject and engineering estimate(including hand to review under Section 106 of the National calculations for the 30 costliest pay items)to Historic Preservation Act.A cultural resource County staff.Any changes as a result of ROW assessment will be conducted to evaluate the and utility relocations will be included in the bridges eligibility for historic designation and to Final Plans for Advertisement.AtkinsRealis identify nearby historic properties.Coordination will provide support to the County through the with the State Historic Preservation Office bid phase and evaluation of contractor bids for (SHPO)will ensure that potential impacts are selection. documented and mitigated. Post Design Services-AtkinsRealis will provide support to the County through construction of the project.This phase of the project includes assisting the County with requests for Weld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 12 information (RFIs)from the contractor,and may c include minor design modifications,if needed. SAFETY IS A CORE VALUE AT For the structures,we will assist with girder ATKINSREALIS fabrication inspections, pile driving analysis, review of as-placed girder elevations for Our goal is all personnel on the project camber/deck placement,and answer questions or public users traveling through the regarding construction sequencing or quality construction zone can safely go home assurance conformity. to their families every day.If we see something,we say something and CM and Inspection proactively resolve/correct safety issues in We stand ready to provide full-service CM, the field. materials testing,and inspection services. Through a three-phase CM approach,we Most Recently Alex Kedas served as the will align construction delivery with quality Construction Manager on the WCR 72& expectations,schedule,and safety for the WCR 74 Detour Pavement Project where he traveling public.Our Counstructability and CM swiftly identified and resolved a hazardous Lead,Alex Kedas, PE,is highly experienced in traffic control setup at the intersection of performing constructability reviews,writing WCR 33 and 72.The contractor s flagman specification sections, and participating in was obscured from oncoming traffic all phases of the design process to provide by a steep hill,and the Traffic Control expertise on construction sequencing and Supervisor had placed advanced warning required traffic control. Our ability to"think like signs just 100 feet apart,far short of the a contractor"will benefit the County through required 500-foot spacing.This created influencing effective phasing approaches that a serious safety risk.Thanks to Alex's accelerate construction and limit impacts to prompt intervention,a potential high-speed corridors users. collision in the work zone was averted. Z � Phase 1-Pre-construction Support • Constructability reviews ATKINSREALIS'ADVANTAGE • Construction Sschedule development John Braaksma is a structural • Utility relocation oversight and verification engineer with over 30 years Phase 2-Construction Phase of experience in bridge and retaining wall Layout and • Daily observations and reporting design. He is a CDOT certified • QA materials testing Girder Inspector and will • Field issue tracking and resolution ensure fabricator compliance during construction. Most recently John • Utility and stakeholder coordination provided structural oversight for the • Change management support Pena Blvd. Phase 1B Project.This has • Submittal/shop drawing review included girder inspection at the fabricator, Phase 3-Construction Closeout monitoring of pile driving and PDA conformity, responding to RFIs and working • Final Pay Application/quantity reconciliation with the contractor constructability and • Manage the final project record quality assurance. • Final inspection/punch list closeout • As-built documents Weld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 13 SECTION 2: n D Criticalcn Apo • AtkinsRealis 2. Critical Issues WCR 34/WCR 17 Intersection roundabout,which will reduce vehicle speeds, Improvement improve sight distance, manage accesses,and The WCR 34/WCR 17 intersection has minimize conflict points,thereby improving experienced a notably high crash rate,with overall intersection safety performance. 39 reported incidents between 2020 and The AtkinsRealis Solution 2024,despite Limited evidence of human error In support of this goal,AtkinsRealis has as a primary cause.Weld County has stated developed three(3) potential intersection that this intersection is the highest accident layouts that not only enhance safety but location in the County. Following site visits, also carefully account for ROW acquisition, AtkinsRealis has identified roadway conditions, utility coordination,and construction phasing including restricted sight distance,vertical constraints.As illustrated in Figure 2.1,our grade changes,and vehicle approach speeds, team has identified the benefits and tradeoffs as likely contributors to the safety concerns at of each option for County consideration for this intersection.To address these issues,the advancement into Concept, Preliminary,and County is pursuing the implementation of a Final Design. Key Challenges ` , _. ROW Acquisition - -! —- The three intersection improvement = _ alternatives under consideration each introduce varying degrees of ROW needs, but all require -�� thoughtful coordination with the adjacent %- property owners to balance transportation ZI objectives with ongoing agricultural and ow ranching operations.Across the alternatives,the ai N Figure 2.1-Option 1-Traditional Roundabout most substantial ROW considerations involve three key properties:the northwest parcel _ _- — owned by the Labau Kay T Living Trust,the _ southeast parcel owned by DPS Holdings LLC, the northeast parcel owned by Public Service .�'"""— CO of CO,and the southwest parcel owned by Aristocrat Angus Ranch LLC. Across all properties and alternatives,our - approach to ROW acquisition is grounded • ` in fairness,transparency,and proactive A,� collaboration.We will engage each Figure 2.2-Option 2-Double Roundabout property owner during conceptual design -- development,provide clear information ,M -- about anticipated impacts,and ensure that all acquisitions comply with local,state,and federal requirements. By prioritizing open _ - communication,exploring design refinements that reduce ROW needs,and coordinating r�- - construction to maintain agricultural and ranching continuity,the project team aims to deliver a transportation solution that meets . .• • . .+ County goals while respecting the Long term Figure 2.3-Option 3-Roundabout/Offset Tee viability of the surrounding landowners. CrWeld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 14 ATKINSREALIS ADVANTAGE With more than two decades of experience supporting Weld County,the AtkinsRealis ROW team,led by Jeff Hanna,SR/WA, brings a deep, but practical understanding of the County's ROW acquisition needs and long term planning goals. Our work on projects such as the WCR 53 Bridge Replacement and the SH 392/WCR 37 improvements has reinforced our appreciation for Weld County's commitment to securing ROW that not only meets today's project requirements but also anticipates future infrastructure demands. By leveraging the close collaboration between our engineering team,our ROW specialists, and County staff,we will ensure that all acquisition efforts are coordinated,forward thinking, and aligned with Weld County's vision for long-term transportation initiatives. Utility Coordination/Relocation impacts through protect in place strategies, Across all three alternatives,several key utility limited adjustments,or procedural variances.If providers have infrastructure within or near the relocation becomes necessary,we coordinate project limits.Western Midstream,Lumen, with utility owners to develop relocation plans Central Weld County Water,Occidental that avoid schedule delays,construction Water,Citygate/Xcel,United Power,and conflicts,and interference with other utility Little Thompson Water have facilities that may work.As coordination progresses,our utility be impacted,including gas and water lines, team prepares comprehensive layouts depicting gas transfer station, buried communication existing utilities, proposed relocations,and facilities,overhead to underground power lines, conflict locations tied directly to the UCM. pad mounted transformers,and multiple water Clear,consistent documentation ensures transmission lines crossing or running along alignment among the County,design team, WCR 17. and utility owners. Under the leadership of Dan Schrader, Whenever feasible,AtkinsRealis prioritizes AtkinsRealis will guide all utility coordination protecting utilities in place rather than efforts using a structured, proactive, and relocating them. Protection strategies may solutions-driven approach. Our process include physical barriers such as sheet piling, begins with a detailed review of existing SUE concrete caps,slip lining,or pole bracing; information, upgrading data to QL B wherever temporary line shifts for flexible telecom feasible to establish a reliable foundation for facilities;onsite utility oversight during design.Accurate subsurface information excavation; and careful management of the is essential to identifying conflicts early contractor's work zone. Protect in place and reducing downstream risk. Using this solutions often reduce cost,schedule risk,and enhanced data,our team assembles a draft construction complexity while maintaining Utility Conflict Matrix(UCM)and collaborates utility service continuity. closely with design disciplines and utility "ATKINSREALISADVANTAGE stakeholders to confirm conflict locations and determine where QL A test holes are warranted. Our partner,T2ue,is Weld County's preferred As conflicts are validated,the UCM is updated provider for Subsurface Utility Engineering and refined to support informed decision (SUE)services,holding the County's NPS making. SUE services contract. Leading these efforts, Kristen Miller,PE brings unmatched AtkinsRealis applies the Avoid-Minimize- expertise and a deep understanding of Weld Accommodate philosophy to resolve utility County's standards and processes. Her conflicts efficiently and responsibly.Avoidance extensive experience applying the County's is always the preferred solution,achieved SUE template,across 9 projects since 2023, through practical design adjustments that steer has established a proven track record of improvements away from existing facilities. delivering accurate,compliant,and efficient When avoidance is not possible,our team utility engineering solutions that align works directly with utility owners to minimize `seamlessly with County expectations. OWeld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 15 Figure 2.4-Intersection Alternatives Analysis W ID l� Option 2-Double Roundabout Option 3-Roundabout/Offset Tee • ��Safety/Operational Advantayes: r., ) Safety/Operational Advantages: •Distributed decision-making:Drivers encounter two •Roundabout:8 vehicle conflicts(4 merge,4 diverge;0 crossing), Option 1-Traditional Roundabout yield-controlled nodes;=12 conflicts total,still no crossing -75%fewer than two-way stop controlled;eliminates the most conflicts.Additional conflict occurs with the introduction of the severe crash types. Safety/Operational Advantages: right-turn bypass lane where it rejoins the mainline downstream. •T-intersection:10 vehicle conflicts(6 crossing,4 merging/diverging) •Total:18 vehicle conflicts compared to 32 of the existing .. Tracle-offs/Considerations: stop-controlled intersection. •Potentially is the Lowest cost and least impact alternative in -_- •Distributed decision-making:Drivers encounter one addition to the optimal traffic operationally. •Building two roundabouts may increase the overall cost and yield-controlled node and one stop control node;only six crossing •Conflict reduction:8 vehicle conflicts(4 merge,4 diverge; the WCR 17 realignment on the south will increase these conflicts(compared to 16). 0 crossing),-75%fewer than two-way stop controlled; property acquisitions. •Additional conflict occurs with the introduction of the right-turn eliminates the most severe crash types. •Network fit&weaving lengths:Ensure adequate spacing bypass lane where it rejoins the mainline downstream. •Compared to existing intersection configuration with between the two roundabouts to avoid back-to-back turbulence •High-speed approach control:Design for 525 mph;fastest-path entry 32 conflicts,16 of which are severe crossing conflicts- and provide lane balance. speeds;deflection reduces severity across all movements right-angle crashes at high approach speeds. •Bypass merge design:Right-turn bypass re-merge point adds •Speed control:Design for 525 mph-fastest-path entry one extra merge conflict;needs taper length,sight distance,and -" Trade-offs/Considerations: speeds;deflection reduces severity across all movements. speed management. — •ROW&cost footprint:Two nodes may require more length; •Geometry in constrained quadrants(Right of Way): /a Trade-offs/Considerations: drainage and lighting duplicated. Achieving ICD(typ.-150-170 ftfor WB-67)and adequate deflection •The inclusion of right turn by-pass lanes increases the - - Solutions: near developed parcels. g Y P •T-intersection requires additional right of way. property impacts and potentially the utility relocations. •NB WCR 17 to WB WCR 34 left turn may create conflicting •Geometry in constrained quadrants(Right of Way): •Spacing&alignment optimization:Provide sufficient tangent movements with WB 34to NB WCR 17 free right through the RAB Achieving ICD(typ.-150-170 ft for WB-67)and adequate between nodes;verify fastest-path speeds and sight lines for •Heavy vehicle off-tracking:WB-67 needs swept-path clearance; deflection near developedparcels. each approach. P apron detail critical. •Heavy vehicle off-tracking:WB-67 needs swept-path •Bypass re-merge design:Use proper taper lengths,signing/ •SSD/ISD checks still required:Ensure approach/circulatory SSD clearance;apron detail critical. marking,and Lighting for the merge;ensure SSD and ISD p and intersection view per roundabout and t-intersection standards. •SSD/ISD checks still required:Ensure approach/circulatory to the re-merge. •Network fit&weaving lengths:Ensure adequate spacing between SSD and intersection view per roundabout standards. •Phased construction sequencing:Build one node at a time; maintain access using detours and staged closures;consistent the two nodes(roundabout and t-intersection)to avoid back-to-back turbulence and provide Lane balance. -,-&- with FHWA and CDOT S-630-1.. Solutions: •Right-turn volume:If the peak-hour right-turn volume is high •Management(for 55 mph context):Existing Condition-ISD for (typically?.100-150 vehicles per hour),a separate lane is often left-turning minor-road drivers=750 ft at 55 mph;achieving this in justified at the T-intersection. •Performance-based geometric checks:Document(layout, rural settings withgrade/vegetation is often challenging. fastest paths,swept paths)and iterate approach alignment •Roundabouts/Dogbone:SSD/ISD still verified,but geometric ©i- Solutions: to meet 525 mph entry targets. speed control(525 mph entries)and yield control simplify the task - •ICD/apron optimization:Size ICD for WB-67;use 10-15 ft and reduce required gap time,Lowering crash severity. •Performance-based geometric checks:Document(layout,fastest truck apron with mountable curb;verify with AutoTURN. •Prefer short-duration full closures when feasible(lowest cost, paths,swept paths)and iterate approach alignment(left-offset)to •Lighting/signing package:Roundabout-ahead(W2-6), shortest duration,best safety);otherwise staged under traffic meet 525 mph entry targets. yield(R1-2),chevrons,and intersection lighting per standard. with shadow vehicles,speed management,and clear detour •Work-zone:Choose short full closure with robust detours signing •ICD/apronmounta optimization:curb;Size ICD for AutoTURN6T;use 10-15 ft truck or staged construction;apply FHWA temporary control and •Drainage:Potentially crown central islands;outward crossfall •Work-zone apron with TMP:Chooseh curb;verifyrtu with re with CDOT S-630-1 standards. (=2-3%);inlets near splitter noses/low points. gd construction;apply s FHWA full closure ry controlh robu and detours or •Utilities/Right of Way:Early SUE(QL-A);lock relocations before staged temporary CDOT Conclusion/Recommendation:Recommend this option be earthwork;secure temporary construction easements. S-630-1 standards. evaluated further during the Conceptual Design phase.In •Lighting:Emphasize yield lines,conflict areas,and pedestria particular evaluating the traffic volumes,traffic operations, Conclusion/Recommendation:Due to the stop condition crossings;follow roundabout guidance and Lighting introduced for WCR 17 and thepotential conflictingmovements and property/utility impacts.Consider in coordination with design guideline. Weld County the benefit and need for by-pass lanes versus g g from the NB to WB left turn onto WCR 34 and the free right potential ability to avoid impacts. Conclusion/Recommendation:Recommend this option be movement from WB 34 to NB 17,AtkinsRealis recommends this evaluated further during the Conceptual Design phase. option be eliminated from further evaluation. Weld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 16/17 Construction Phasing effective model and built a replica 2D model Weld County desires to minimize impacts to the in HEC-RAS v 6.6,as this allowed for a robust public by constructing both the new roundabout analysis to determine flow dynamics near the intersection and bridge replacement at the WCR 34 bridge on St.Vrain Creek.As seen same time with one detour scheme. WCR 38 in Figure 2.6,the replica 2D Model matches and WCR 66 are 2.0 miles north and south of practically identically to the effective 1D model. WCR 34,offering good east/west detour route This provided confidence in evaluation for options.WCR 13 and WCR 19 are 2.0 west proposing various design conditions. and 1.0 miles east of WCR 17,as a good north/ Our team evaluated expanding the existing south detour options. Key considerations in bridge to increase conveyance. However,it was the development of the construction phasing found that expansion of the bridge would not and detour plan involve construction duration increase conveyance to accommodate raising schedules for the intersection and bridge the road profile of WCR 34 without significant work and consideration of ideal time of year excavation of the St.Vrain Creek channel banks. for closures(balance stream high flows with Therefore,further evaluation of options were adjacent farming operations). Additionally,ditch explored through evaluation of aerial imagery companies have limited windows to complete and historic flooding conditions to better new crossings(winter only);consider early work mimic the existing floodplain flow paths and packages and engaging with relocation needs improve conveyance properties at the bridge. as part of the ROW acquisition process. This evaluation led to our team determining WCR 34/17a Bridge Structure the most effective configuration to remove Replacement the WCR 34 roadway from the St.Vrain Creek floodplain is to raise the roadway profile and In September 2013,the state of Colorado utilize two bridge structures to convey the near experienced a historic flood event,with rainfall 22,200 cfs during the 100-year storm event. levels reaching what NOAA classified as a 1,000 By modeling the required opening at each year storm in some areas.Weld County was location,our team has determined the following among the hardest hit,suffering widespread property damage,displacement of residents, bridge requirements illustrated in Figure 2.7 and significant impacts to infrastructure. Bridge for the two bridges.Our approach minimizes 34/17a over the St.Vrain Creek was significantly the bridge length while still meeting hydraulic impacted, requiring emergency repairs to a and floodplain requirements(including for a bridge already nearing the end of its service life. high debris creek assumption).Our structures team has also reviewed typical cross-sections The AtkinsRealis Solution for the bridge structures and determined that Our solution is to elevate WCR 34 out of the using 5-CBT 54 girders with a concrete deck existing floodplain. This is compliant with FEMA would be adequate for the proposed spans.The regulatory requirements,and make efficient entire structure selection process,including the use of the County's funding for the bridge evaluation of alternative options,will be covered replacement.AtkinsRealis acquired FEMA's during the Conceptual Design Phase. • �4 ,t1 i %/ - •14 �R ! I /. • i� i t",\ f• a • .r • Figure 2.5-St. Vrain Creek Effective 100-year Figure 2.6-AtkinsRealis Proposed St. Vrain Floodplain Creek 100-year Floodplain aWeld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 18 - Figure 2.7-AtkinsRlis ,'� • �i• _ ,,� i , r Two Bridge Solution '�' . •, / • 1- `7 / • I t .. 11- a " ' _ - — 1, � r s ,, . i, — - - - _ _� w�wr= ;� ' ! �1 I S- � � y., 's�.. _ ..'two • 1 t . • • �; ;- : I ✓ 4�.CIF + £'. •J 1•• 4800 - 4800 120'-0" 100'-0" 100.-0" 100'-0" 100'-0" 100.-0" 4780 __- — 4780 _ Proposed Profile with 4'freeboard 110 max.fills) 1I476V 0 \ _- - 4760 _ 4740 IQ I 4740 5.00 10.00 25.00 30.00 35.00 h 15.00 20.00 Replacement BR34/17A Bridge Proposed WCR 34 Bridge �- _ — _ — .�-. ate. iTf - i e - iT ._. • . •s �- .mot-�[, �' 't 4 ,rF' r -� 341iiiiirdin: ---- . :-.,..,,,- -•••• •,- ..__._-...s. • 4111 300'-0" 39 0" 320'-0" 100'-0" 120'-0" 100'-0" 100'-0" Proposed Grade Proposed Grode 6•-0.. 12'-0.. 72'_0.. 6'-0.' smtlr Sala �'s /Ezistinq Groantl G v _ --■ ____ —�- i u '` _ —__ —_ --- ' I3"HMA �� 100Yr Flow-4771'\/ f If I II Ezistinq B'.dgo — — — 8"Detk wit--1 el SOOYr.Flow•4774' I II �/ SOOvr.Flow•I774' I �Ezlsbng Ground t00vrl Flow•4771' Crtlers -^ALL, �Ir I Bose Flow•4761'�V replacement BR34/17A Bridge i Proposed WCR 34 Bridge Cr Weld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 19/20 Key Challenges I 1 Geotechnical Engineering ATKINSREALIS ADVANTAGE A two phase geotechnical exploration program GEG's recent work on the completed will be utilized. During concept/preliminary High Plains Boulevard and ongoing design phase,bridge borings to determine Bridge 60.5/49A over Lone Tree Creek bedrock depth and strength will be completed replacement projects has equipped our based on initial anticipated abutment locations. team with valuable familiarity with Weld The pavement borings can be completed County's challenging subsurface conditions. concurrently to optimize mobilization costs. These complex geotechnical environments This information will be sufficient to conduct often introduce uncertainty in foundation structure alternatives in collaboration with design, pavement performance,and overall hydraulic modelling. Following the 30% FIR constructability. Leading our efforts, submittal,a boring program located at each Geotechnical Lead Hai Ming Lim,PE,offers abutment and pier location will be completed deep expertise in identifying and mitigating in accordance with CDOT and industry best geotechnical engineering/exploration risks, practice. Pile lengths are a high value item including settlement,unsuitable materials, (top 10)with potential for quantity overrun if and potential construction defects,that sufficient geotechnical investigations are not could otherwise jeopardize project delivery conducted. and escalate costs. Bridge borings will extend 30 feet into bedrock, resilient embankment design that reduces pavement borings 5-10 feet below ground,and vulnerability to extreme events and supports additional borings to sufficient depths for soil faster recovery when flooding occurs.To property evaluation (including any identified strengthen the corridor and improve long-term embankment borrow locations). CDOT M-E performance,a suite of proven mitigation pavement methods will be used to evaluate measures will be evaluated as part of the cost-effective alternatives for pavements,such project's overall embankment strategy: as,importing high R-value subgrade for fills, Armoring: Riprap,articulated concrete geogrid reinforcement,or thicker pavement blocks,geocells,soil-cement treatments,and sections. Bridge foundations will be designed reinforced vegetation. using deep systems(likely H-piles for cost Hydraulic Improvements: Our 2-structure effectiveness),with mitigation strategies to approach provides efficient conveyance and address scour,settlement and protect long-term performance. protects the WCR 34 roadway from overtopping AtkinsRealis'CM team has extensive in the 100-year event. experience coordinating and inspecting bridge Structural Reinforcement: Geogrids, foundations including Pile Driving Analysis geotextiles, MSE walls,ground-improvement (PDA)and obtaining concurrence that the methods,and stabilized subgrade layers. required strength is achieved.We will engage Nature-Based Solutions:Vegetated buffers, our inspectors in quality peer reviews of the bioengineering elements(coir logs, brush plans,specifications,and quantities at each layers),and restored floodplain features. submittal.On the WCR 49 Extension Project,a Redundancy:Armored overtopping sections, Bridge Structure Value Engineering Workshop multiple drainage pathways,and segmented was held between our team of bridge and embankment design. geotechnical engineers,inspectors,and Monitoring: Moisture and movement sensors, County staff. along with remote inspection tools for rapid post-storm assessment. Long Term Resiliency Together,these measures form a WCR 34 sustained significant damage during comprehensive,resilient approach tailored to the 2013 floods,including overtopping,erosion, the challenges observed along WCR 34 and and long-term settlement.These impacts designed to improve performance during future underscore the potential need for a more flood events. Weld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 21 SECTIO> Projectco O m O O Z H 0 . 410104 AtkinsRealis 3. Project Control Contract Cost Control Construction Cost Control AtkinsRealis embraces the County's We recognize that delivering the desired commitment to ensuring diligent use of its improvements within a defined budget is funds. Beyond the cost-saving measures essential to the overall success of the WCR outlined in Section 2-Critical Issues, 34/17 Roundabout and BR34/17A Bridge comprehensive project control protocols will be Replacement Project.As part of our typical utilized to proactively plan, monitor,and execute project delivery,AtkinsRealis places special the project's scope and budget. emphasis on the accuracy and reliability of Dan will implement a work breakdown structure cost estimates throughout all phases,from (WBS)aligned with the defined scope of conceptual to final engineering and design. services,covering: Project Management& AtkinsRealis will prepare cost estimates General Requirements,Conceptual Design in accordance with the ASCE 18R-97 (30%Design), Preliminary Design (FIR/60% Classification Matrix(Table 3.1),tailored Design), Final Design(FOR/95% Design),and to each stage of project development.We Post-Design Services. Each task and subtask, anticipate that Class 3 through Class 1 including those assigned to our subconsultant estimates will be most applicable for this effort, partners,will be budgeted individually and tied ensuring precision and accountability at every to the project's critical path method(CPM) milestone. Based on our experience,a small schedule for monthly progress reporting, number(typically 10-15)of pay items typically invoicing,and cost performance tracking. account for over 80%of total construction Using AtkinsRealis'financial management and costs.Our overall design strategy will focus on forecasting tools, Dan will receive weekly and these high-impact, high-risk elements to ensure monthly cost reports for the AtkinsRealis team. cost control and value optimization. If any activity begins to forecast outside the As part of the conceptual design,our cost expected performance baseline, Dan will initiate estimating lead,Shawn Evinrude,will develop recovery actions to bring the team back within a Class 3 estimate to serve as the budgetary the baseline budget.Additionally,at each major baseline for construction implementation of milestone a comparison of actual vs. planned the WCR 34/17 Roundabout and BR34/17A design costs will be completed to evaluate Bridge Replacement Project.Shawn will and identify any needed course correction. collaborate closely with Dan and our technical This information will be shared with Clay for leads to identify critical cost drivers and open communications. incorporate risk factors related to schedule, Through the implementation of these contingency,and inflation.At each deliverable, AtkinsRealis standard controls, Dan will Shawn will produce detailed Class 2(FIR) deliver transparent budgeting, proactive cost and Class 1(FOR/Advertisement)estimates, monitoring,and responsive recovery actions. including"independent hand calculation checks"for the 30 most costly pay items. Table 3.1-ASCE18R-97 Classification Matrix Estimate class Level of project End of usage Expected definition contingency Class 5 0%to 2% Concept Screening 50%+ Class 4 1%to 15% Study or Feasibility 35 to 50% Class 3 10%to 40% Budget,Authorization,or Control 25 to 30% Class 2 30%to 70% Control or Bid/Tender 20% Class 1 50%to 100% Check Estimate or Bid/Tender 15 to 20% Weld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 22 He and Dan will work with the design team to define pay items with precision, minimizing contractor risk and reducing the potential QA for unbalanced bidding.Throughout the CERTIFIED project,AtkinsRealis will serve as a steadfast advocate for Weld County,providing proactive recommendations and cost-conscious solutions that enable full delivery of the Step 5 planned improvements within budget. 04 VERIFY Step 4 While accurate cost estimates at each CHANGES MADE milestone are important,innovation and cost efficiency occurs during the design execution. 02 Step3 RESOLVE COMMENTS You have worked with Dan and can trust that he will proactively lead and engage with our Step 2 REVIEW designers to develop a well-integrated solution thatwill reduce construction risk and reduce steps overall project costs. High risk work elements READY FOR REVIEW that will be a focus include: Figure 3.1:AtkinsRealis'five-step quality process • Potentially difficult property acquisitions- Quality Assurance Plan (QAP) meet early to understand issues and develop AtkinsRealis proactively plans and executes design solutions to address concerns quality processes through a Quality Assurance • Complex Utility Relocations such as high Plan(QAP).Our QA/QC Manager, Frank Schultz, pressure gas line-investigate design will coordinate with Dan for implementation of alternatives that avoid these relocations the QAP. He will conduct quality process audits • Need for import of embankment for net fills- and produce certificates of compliance for all the bridge and roadway grade will be raised, work deliverables. consider options including potential adjacent QA Certification: Frank will receive the final QA grading for fills deliverable package and five-step quality record. • Manage property accesses for safety- He will conduct a process audit,ensuring all coordinate with Weld County desirable steps were followed and all comments were access locations and work with property resolved.Once completed, Frank will issue owners and BOCC throughout a certification of compliance(COC)for the deliverables,allowing the AtkinsRealis team to submit its finalized work products. We propose to hold a quantity and cost estimate workshop with County staff following / ATKINSREALIS'ADVANTAGE the 60%deliverable.In this meeting we ENSURING QUALITY EXCELLENCE will review the top item take offs including assumptions and method of measurement to At no cost to the County,Joe will conduct align with specifications and field realities. in-person,value-added check-ins with This ensures the 95%deliverable meets Clay to solicit feedback on AtkinsRealis' expectations. performance,address any emerging concerns,and foster continuous improvement.Through our proactive client service approach,we are prepared reiterate team expectations,align project goals,and initiate continuous improvement,ensuring that potential issues are resolved before they impact project success. Weld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 23 LOCATION/FAMILIARITY r3/4. \ 1 lit , . Cr) 1.. , 'il CO O' .0 4 , CC . 1 % • ..• ‘, • -' , tn i \., ( •MN i ...oromW ‘. . . . , t > 01( +sal C •iim. tR-.' .. im• , . . 0 a:i t •im• .r... 2 +NJ . / cu •rim a 0-4 a 11 / , 1.11. / • 0 0 C15 . . UJ ., CD NJ Us• 1 v. . , 4. Location/Familiarity Overview and Firm Location of the County's overall vision. By constructing AtkinsRealis has been doing business in a roundabout at the intersection WCR 34/WCR the United States since 1960.Since 1996, 17 and replacing the 34/17A bridge structure, AtkinsRealis has been providing transportation the County will capitalize on a significant engineering consulting services in Colorado opportunity to simultaneously address two for more than 30 Local agencies and CDOT. needed infrastructure improvements while Our Weld County work started in 2004, reducing impacts to properties and public. spanning 21 years.Additionally,AtkinsRealis The completed improvements will elevate has worked for FEMA consecutively since 2008. the quality of the County's infrastructure This includes review of over+3,400 CLOMR/ through solutions geared toward reducing LOMR submittals as a Production and Technical accidents/improving safety to the traveling Services(PTS) provider. public,increasing trip quality and capacity. The bridge replacement will replace an aging Our office is located in the Denver Tech Center deficient structure while providing resiliency at: by removing the roadway from the floodplain AtkinsRealis USA,Inc. during major storm events. 4600 South Ulster Street,Suite 1100 Denver,CO 80237 AtkinsRealis has a long history of delivering successful project results for Weld County Familiarity with Weld County dating back to 2004. Our firm truly possesses Weld County is Colorado's fourth Largest unparalleled knowledge of the County, county,with approximately 360,000 its processes/procedures,and delivery residents.The County is one of the nation's expectations. During these two decades, richest agricultural communities,thriving AtkinsRealis has provided a diverse range off grain,sugar beet,and cattle production, of services to Weld County on 30 projects/ and serves as an important area for oil and tasks,including the County's first design-build natural gas production in the United States. project for the WCR 49 Extension,nine(9) As such,the County's roadway infrastructure 2013 flood recovery projects,multiple NPS is heavily impacted by heavy truck traffic IA's,CM/inspection services,and updating transporting its goods while also serving the County's Engineering Design Guide.We adjacent agriculture/farming operations.As have appreciated every opportunity to partner part of the County's five-year Strategic Plan, with your staff and BoCC on some of your most developed in 2022, planning for resilient significant and exciting challenges. infrastructure,facilities,and resources is part We have ranked in Engineering News Record(ENRYs Top 25 for six consecutive years. #1 0 2025 #2 2025 ENR0 ENR TOP TOP 500 500 Top 500 in Transportation Overall Top 500 Design Firms 240+ 80+ . 40 16 14 40+ 5 ;-ow 15 Major Colcr ,ado l to.1 to Roadway& Transportation Structural Construction Agi),'•• ? H&H/ Employees Licensed Traffic Planning Enginnering Management "7„-r - Stormwater/ Piofessionnal &NEPA Drainage Engineers Professionals Professionals 'l-q:=i''•i..t, Engineers pecia li-,ts Specialists oOo o Z 1 H 00 I _ 4 A _,iadi ...Pi 0 Weld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 24 PROJECT SCHEDULE 1 . •/ I . -• 1 11\ ., ! ' . Cn 1 . •IN .. . •a) ct cn 1 .1 •Elm f, 1 . • 1 ,, • ;""" i:'‘ A ell . . ,... .4 I. .. .._ .. .: • CD ar- • II) .t . . ",, • . / .r. +11. • • In 2 CD CD .0r...., ...c 1-4 • 4 , -I, f • 0 0 /,. A .t. t . N. • UNII V. - C1) O. Cl) I / .C. 4, . A, •T . i . ,. • . _ , YEAR 2026 2027 2028 Months Jan Feb Mar Apr May Jun Jul Auq Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Auq Sep Oct Nov Dec Q 1&2 Jul Auq Sep Oct Project County Kick-off Initial Property Stakeholder Contractor Meeting Owner Meetings [FIR Review h One-on-Ones FOR Reviewl RFP,Contractor j Selection& Project Management INTP♦' d d d d al G Construction and Coordination 'Conceptual Design Package NTP Conceptual Design Review Meeting Bridge Alternative Selection Meeting Field Data Conceptual Environmental Collection Engineering Clearances 0 Activities Design (by Tiglas) Conceptual 305 o °' c, 0 Design:Data Collection,Reports/ T I ar Studies,&Permitting Floodplain Modeling for CLOMR Development FEMA Review&Approval of CLOMR Alternatives Analysis (8 months total) o e 9 m CLOMP Submittal , to FFMA CLOMP Approval AD QC Early Utility FIR Design(60%) FOR Design(95%) n Coordination&Relocation Utility Relocations Preliminary(FIR or - 0 o a 'Q 60%)Design,Final R (FOR or 95%)Design, FIR QC FIR FOR QC FOR Submittal Advertisement& Begin Utility Utility and Advertisement Submittal &Draft Utility Final Utility Relocations Relocations Clearance Package Clearance Completed Notice Prepare Ownership Delineate ROW of Intent Mapping&Assess Impacts,Draft Finalize Letters Property Valuation ROW Impacts ROW Plans ROW Plans of Acquisition Areas Negotiations ROW Process 0 m n �/ �� � ic �.--I Closing&Possession Order Titlework Weld ROW County ROW Plan Start ROW Offer' Letters tSettlement Plan Review Authorization AtkinsRealis Proposed Approach(Adjustments to County Proposed Schedule) LEGEND 1.Accelerate the Construction Bidding to August 2028 and Begin early Construction in October 2028 to account for seasonal irrigation ditch and stream low flow opportunities. C(, Progress Meeting AL;Stakeholder Meeting 9 Activity Start 9 Activity End 0 Milestone) 2.Seek the acceleration of ROW acquisition by use of property valuation waivers and settlement offers. ..../ 3.To minimize utility risk,conduct early coordination and utility relocations after completion of jAdvertisment Package.Coordinate with ROW for critical easement locations. Weld County I WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project 25 @ i .CD • CC YI QVII e .r O O 1-1 1-1 ' M w ' `ram. if— - D t. 1-1 cp w< • Q . •1 '* C� o U : • t_d.,k,. , .., \ \s ,aF ,, • 4-1 << e y ♦ Q c9 0 . •••ri —.''i; . N.- • \ It E ' •'!" t1 9Z1 )dVl OkL LTd r _ `• AtkinsRealis AtkinsRealis 4600 South Ulster Street, Suite 1100 Denver, CO, 80237 February 19, 2026 ATTN:Clayton Kimmi, P.E.Senior Engineer Public Works Department P.O. Box 758 Greeley, CO 80632 United States RE: #62500142- Professional Engineering Design Services for the WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project-AtkinsRealis Scope and Fee Dear Clay, It is my pleasure to submit the enclosed scope and fee for AtkinsRealis'professional services associated with the Professional Engineering Design Services for the WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project. A summary of our fee proposal is as follows: Task ID/Description Fee Project Management, Meetings, and Coordination $401,328.00 Conceptual Design (30%) $289,860.00 Preliminary Design (60%/FIR) $562,294.00 Final Design (95%/FOR) $500,878.00 Advertisement(100%) $131,446.00 FEMA Regulatory Compliance $144,614.00 ROW/Easement Acquisition $174,278.00 Utility Relocation Coordination $106,216.00 Post Design Services $129,836.00 Other Professional Services $250,000.00 Subconsultants $893,466.00 Total $3,602,216.00 j If you have any questions or require additional information, please do not hesitate to call me at direct: 303.214.0844, Cell: 720.323.1251 or email ioseph.zufall@atkinsrealis.con111. Kind regards, -y1i �}� - Joseph P. Zufall, PE Sr. Project Director I West Region Market Lead-RBT Local Roads AtkinsRealis- Sensitive/Sensible [FR] A. Project Management, Meetings, and Coordination 1. General Project Management.AtkinsRealis will perform general project management and administrative duties associated with its scope of work throughout the duration of the project, including submission of monthly progress reports and invoicing.An 17-month schedule is assumed for project engineering/design delivery from 02/2026 through 06/2027. ROW acquisition is assumed to be delivered from 11/15/2026 through 05-15-2027. Utility relocations are assumed to be delivered from 05/15/2027 to 11/15/2027. 2. Quality Assurance/Quality Control(QA/QC).AtkinsRealis will prepare a Quality Assurance Plan (QAP) as for its project delivery team to abide by.The QAP will contain at a minimum the following elements: a. Identified Project Quality Manager responsible for quality assurance and team compliance b. Schedule of all deliverables for the project c. Identified independent quality reviewers d. AtkinsRealis 5-step QC process requirements for the team e. Certificates of compliance(COCs)for each deliverable 3. Project Kickoff Meeting.AtkinsRealis will participate in one kick-off meeting(assume 1,2-hour in-person meeting) 4. Project Site Visit.AtkinsRealis will conduct one(1)site visit once the project survey is received to confirm field conditions(assumes 1,3-hour meeting)during the 30% Design Phase. 5. Project Progress/Coordination Meetings.AtkinsRealis will participate monthly progress meetings with the County. (Assumes 18, 1-hour in-person meetings) 6. Weekley Project Updates.AtkinsRealis project manager will provide weekly updates to the County project manager via phone or email. 7. Public Meeting/Board oOCounty Commissioners Meeting.AtkinsRealis will participate in four(4) Board of County Commissioners meetings and on (1) public open house at a times as determined by the County project manager. 8. Public it brmation Officer Coordination.AtkinsRealis will provide the County's PIO with project information,as requested,to support the County's public information strategy for the project. 9. Property Owner Meetings.AtkinsRealis will participate in up to ten(10) Property owner meetings to coordinate property impacts for the project(assumes up to 10, 1-hour in-person meetings). 10. Irrigation Company meetings. AtkinsRealis will conduct up to two(2)in-person coordination meetings with the owner of the impacted irrigation ditch located on the east side of the WCR 17. 11. Project Deliverable Meetings. AtkinsRealis will participate in deliverable review meetings for Conceptual(30%), Preliminary(60%/FIR), Final(95%/FOR)design, and Advertisement packages(assumes 4,2-hour in-person meetings).AtkinsRealis will utilize a comment resolution matrix capture all comments related to its scope of work, develop initial response, and finalize/document resolutions for incorporation into future deliverables. 12. Deliverables. a. Monthly Progress Reporting&Invoicing b. Creation of meeting agendas and minutes c. Certificates of Compliance for all AtkinsRealis deliverables AtkinsRealis- Sensitive/Sensible [FR] B. Conceptual Design (30%) AtkinsRealis will conduct field investigations,data collection,and conceptual engineering design and analysis to develop a Conceptual design plans and engineers estimate(PS&E)for County review. 1. Deliverables.AtkinsRealis will compile and submit the following Conceptual Design (30%) deliverables(via electronic pdf): a. Data Collection i. Traffic counts:72-hour bidirectional traffic counts along each leg of the intersection,as well as two-hour morning and evening peak period turning movement counts(TMCs) ii. Topographic Survey will be provided in the modified State Plane Coordinate System and be on the NAVD-88 vertical datum iii. Subsurface Utility Investigation(including private utilities,water line services, electrical services, septic systems,etc.) iv. Geotechnical Investigation (including topsoil testing) b. Reports i. Subsurface Utility Engineering(SUE) Report(including private utilities,water line services, electrical services, septic systems,etc.) ii. Geotechnical Investigation/Field Report(including topsoil testing) iii. Pavement Design Report iv. Structural Selection Report v. Drainage Criteria Memo vi. 30% Drainage Report vii. Traffic Impact Study c. Traffic Analysis.AtkinsRealis will conduct a traffic impact study as detailed in the TIS requirements of the WCECC.The roundabout design will be analyzed utilizing SIDRA software to ensure the county's level of service and operational criteria will be maintained.AtkinsRealis will obtain the County's approval on the TIS prior to proceeding with development of Conceptual(30%)design plans. d. Drainage Analysis.AtkinsRealis will review existing conditions and develop a preliminary hydrologic and hydraulic analysis.This includes the coordination with Weld County and at most 5 meetings with Irrigation Ditch Company to determine required criteria to assess right-a-way impacts. Preliminary drainage analysis developed to determine roadside drainage and interface with bridge/riverine hydraulic design. e. Roadway Design.The roadway design task will include performing engineering analysis and geometric design for the WCR 34/WCR 17 corridor,with an emphasis on evaluating roundabout alternatives to improve safety and operations.This work will include review of existing conditions and physical constraints such as right-of-way, utilities, irrigation facilities,and property access. Up to three roundabout alternatives will be assessed for safety performance,operational efficiency,constructability, and compatibility with surrounding land uses.The selected alternative will be refined to establish horizontal and vertical alignments,address drainage and sight distance needs,and ensure integration with the broader WCR 34 corridor improvements. The roadway design will also support establishing the horizontal and vertical alignment of WCR 34 in coordination with the proposed bridge structures,ensuring the roadway AtkinsRealis-Sensitive/Sensible[FR] profile is raised out of the floodplain and integrates smoothly with the bridge solution identified for the BR34/17A crossing. Roadway design team will support Tiglas by developing the wetland mitigation plan drawings for incorporation into the overall plan set,translating Tiglas' recommendations into engineered,construction-ready documents. f. Structural Selection Report. In accordance with County and CDOT standards, a structure selection report will be prepared, presenting at least three alternative structure types. The report will include a cost and constructability analysis to identify the most suitable bridge layout and type. The evaluation will consider factors such as constructability, geometrics, maintenance, durability, and construction costs.The report will detail existing structure data, the project site plan, roadway vertical and horizontal alignments, cross sections, utility locations, water elevations, preliminary geological information, foundation types, and architectural features, if required by Weld County. Bridge plans, including general information, a summary of approximate quantities, the general layout, and typical section sheets for the chosen alternative,will be submitted to Weld County for review and acceptance. g. Conceptual Design(30%)plans: i. Title Sheet with Index and Roadway Design Data(1 sheet) ii. M&S Standard Plan List(1 sheet) iii. General Notes(2 sheets) iv. Summary of Approximate Quantities(2 sheets) v. Typical Roadway Sections(2 sheets) vi. Tabulation Sheets(10 sheets) vii. Preliminary ROW Plans viii. Geometric Layout(2 sheet) ix. Survey Control x. Existing Utility,Oil&Gas,and Irrigation Plans(18 sheets including legend/notes) xi. Demolition/Removal Plans(16 sheets) xii. Roadway Plan and Profile(16 sheets) xiii. Access/Driveway Detail Sheets(6 sheets) xiv. Bridge Plans including General Information, Bridge Summary of Approximate Quantities,General Layout, and Typical Section sheets for each structure(8 Sheets) xv. Grading Plans(16 sheets) xvi. Drainage Plan and Profile(16 sheets) xvii. Conceptual Construction Phasing and Traffic Control Plans(4 sheets) xviii. Detour Plans(4 sheets) xix. Wetland Mitigation Plans(16 sheets) xx. Cross Sections at a minimum of 50 feet spacing,and others as determined by Weld County. (80 sheets) h. 30%Engineer's Estimate.AtkinsRealis will provide a detailed Engineer's Estimate of the construction costs for review. Quantity calculations(hand calculations)for the fifteen (15)costliest bid items in the Plans will be provided. i. Cut/Fill Exhibits.AtkinsRealis will generate electronic roll plot exhibits illustrating cut/fill depths within the project footprint. AtkinsRealis- Sensitive/Sensible[FR] C. Preliminary Design (60%/FIR) The preliminary engineering phase of the project will be a collaborative effort between AtkinsRealis, the County,and project stakeholders to develop selected design elements, support outreach efforts,coordinate with/satisfy stakeholder requirements and develop field inspection review(FIR) PS&E.This will include utilizing collected field data from Conceptual Design to advance the selected intersection configuration and complete preliminary design.A preliminary wetland delineation exhibit will be created to illustrate wetland impacts. 1. Deliverables.AtkinsRealis will compile and submit the following Preliminary Design (60%/FIR)deliverables(via electronic pdf): a. Conceptual Design Comment Resolution Matrix.This matrix will accompany the Preliminary Design (60%/FIR)submittal to the County to document direction/decisions related to the Conceptual(30%) Design review. b. Reports i. Final Geotechnical Investigation ii. Pavement Design Report iii. 60%/FIR Drainage Report iv. Final Environmental Reports v. 60%FIR SUE Report vi. 60%FIR Lighting Design Report c. Preliminary Design(60%/FIR)plans: i. Title Sheet with Index(1 sheet) ii. M&S Standard Plans List(Latest Version from CDOT's Website)(1 sheet) iii. Typical Roadway Sections/Details(4 sheets) iv. General Notes(4 sheets) v. Summary of Approximate Quantities(4 sheets) vi. Tabulation Sheets(10 sheets) vii. Survey Control viii. Geometric Layout(2 sheets) ix. Demolition/Removal Plans(16 sheets) x. SUE Quality Level B Plans for all existing Utilities, Oil&Gas, and Irrigation xi. Utility Relocation Plans(existing and proposed) (16 sheets) xii. Final Right of Way Plans xiii. Roadway Plan and Profile(16 sheets) xiv. Curb Plan and Profile sheets (10 sheets) xv. Pavement Jointing Plans(8 sheets) xvi. Access&Driveway Plan and Profile(6 sheets) xvii. Bridge Plans(2 Bridge Sets) (72 sheets) xviii. Grading Plans(16 sheets) xix. Drainage Plan and Profile(16 sheets) xx. Drainage Tabulations(2 sheets) xxi. Drainage Details(2 sheets) xxii. Irrigation Plan and Profile(6 sheets) xxiii. Stormwater Management Plans (SWMP — Initial and Interim Condition) (36 sheets) xxiv. Signing Plans(16 Sheets) xxv. Striping Plans(16 sheets) xxvi. Lighting and Electrical Plans&Details(10 sheets) xxvii. Construction Phasing Plans(4 sheets) AtkinsRealis-Sensitive/Sensible[FR] xxviii. Detour Plans(4 sheets) xxix. Wetland Mitigation Plans(16 sheets) xxx. Cross Sections(50-ft intervals)(80 sheets) d. 60%/FIR Engineer's Estimate.AtkinsRealis will provide a detailed Engineer's Estimate of the construction costs for review. Quantity calculations (hand calculations)for the thirty(30)costliest bid items in the Plans will be provided. e. Specifications.AtkinsRealis will prepare the anticipated list of project special provisions correlated to the pay items listed in the OPCC. f. Cut/Fill Exhibits.AtkinsRealis will generate electronic roll plot exhibits illustrating cut/fill depths within the project footprint. D. Final Design (95% FOR) The AtkinsRealis team will take the FIR plans and develop Field Office Review(FOR) plans for review.All design improvements will be finalized,and the updated plans will be used to inform the public/stakeholders through the on-going outreach efforts.The preliminary wetland delineation exhibit will be finalized so that the final wetland impact areas can be calculated and used in the wetland finding report. 1. Deliverables.AtkinsRealis will compile and submit the following Preliminary Design (60%/FIR)deliverables(via electronic pdf): a. Preliminary Design Comment Resolution Matrix.This matrix will accompany the Final Design(95%/FOR)submittal to the County to document direction/decisions related to the Preliminary(60%/FIR) Design review. b. Reports i. 95%Drainage Report ii. 95% FOR Lighting Design Report iii. Final SUE Report c. Final Design(95%/FOR)plans: i. Title Sheet with Index(1 sheet) ii. M&S Standard Plan List(1 sheets) iii. Roadway Design Data iv. Pavement Details v. Typical Roadway Sections and Details(6 sheets) vi. General Notes(6 sheets) vii. Summary of Approximate Quantities(6 sheets) viii. Tabulation Sheets(10 sheets) ix. Survey Tabulation x. Survey Control xi. Geometric Layout(2 sheets) xii. SUE QL A Plans for all existing utilities, oil&gas,and irrigation facilities xiii. Utility Plans—Proposed Relocation (16 sheets) xiv. Demolition/Removal Plans(16 sheets) xv. Geotechnical Plans including bore hole logs and bore hole locations xvi. Final ROW Plans xvii. Roadway Geometric Layout, Plans, and Tables(4 sheets) xviii. Roadway Plan and Profile(16 sheets) xix. Curb Plan and Profile sheets(10 sheets) xx. Pavement Jointing Plan (8 sheets) xxi. Access Road Plan and Profile(6 sheets) AtkinsRealis-Sensitive/Sensible[FR] xxii. Bridge Plans(2 Bridge Sets) (80 Sheets) xxiii. Grading Plans(6 sheets) xxiv. Drainage Plan and Profile(18 sheets) xxv. Drainage Tabulations(2 sheets) xxvi. Drainage Details(2 sheets) xxvii. Irrigation Plan and Profile(6 sheets) xxviii. Drainage/Irrigation Ditch Details(2 sheets) xxix. Stormwater Management Plans (SWMP) — Initial, Interim, and Final (36 sheets) xxx. Landscaping Plans(if applicable) xxxi. Signing Plans(16 Sheets) xxxii. Striping Plans(16 sheets) xxxiii. Lighting and Electrical Plans&Details(18 sheets) xxxiv. Construction Phasing Plans (4 sheets) xxxv. Detour Plans(2 sheets) xxxvi. Wetland Mitigation Plans(16 sheets) xxxvii. Cross Sections at a minimum of 50 feet spacing,and others as determined by Weld County. (25 sheets) g. 95%/FOR Engineer's Estimate.AtkinsRealis will provide a detailed Engineer's Estimate of the construction costs for review. Quantity calculations(hand calculations)for the thirty(30)costliest bid items in the Plans will be provided. h. Specifications.AtkinsRealis will provide project special provisions correlated to the pay items listed in the OPCC. i. Cut/Fill Exhibits.AtkinsRealis will generate electronic roll plot exhibits illustrating cut/fill depths within the project footprint. E. Advertisement (100%) AtkinsRealis will address final comments from the FOR plan review and deliver Ad level plans, specs,and engineering estimate(Bid Package)to County staff.AtkinsRealis will provide support to the County through the bid phase and evaluation of contractor bids for selection. 1. Deliverables.AtkinsRealis will compile and submit the following Advertisement(100%) deliverables(via electronic pdf): a. Final Design Comment Resolution Matrix.This matrix will accompany the Advertisement(100%)submittal to the County to document direction/decisions related to the Final Design (95%/FOR) Design review. b. All Finalized reports: i. Subsurface Utility Engineering Report ii. Geotechnical Investigation iii. Pavement Design Report iv. Final Drainage Report c. 100%/Ad Engineer's Estimate.AtkinsRealis will provide a detailed Engineer's Estimate of the construction costs. Quantity calculations(hand calculations)for the thirty(30)costliest bid items in the Plans will be provided. d. Cut/Fill Exhibits.AtkinsRealis will generate electronic roll plot exhibits illustrating cut/fill depths within the project footprint. e. Finalized Project Special provisions will be provided to the County.It is assumed the County will incorporate these special provisions as part of the overall specification package to be signed and sealed by the County. AtkinsRealis-Sensitive/Sensible[FR] f. Advertisement Assistance. Provide as-needed assistance in answering RFI's and issuing addendums or clarifications during the advertisement period. F. FEMA Regulatory Compliance Flood Hazard Development Permit from the Weld County Planning Department will be obtained prior to submission of CLOMR to FEMA.AtkinsRealis will submit all necessary floodplain modeling to FEMA as a Conditional Letter of Map Revision prior to the start of construction and Letter of Map Revision (LOMR)following construction completion, including the associated application fees.The discharges will be leveraged directly from the effective Hydraulics model. Floodplain modeling shall be completed using both one dimensional and/or two dimensional software that is approved for use by FEMA. Endangered Species Act(ESA)compliance as part of the CLOMR/LOMR submission will not be performed by AtkinsRealis,and it is assumed to be completed by the identified County On-Call contractor. It is assumed the necessary documentation will be received in a timely manner to not hinder or deter from the CLOMR/LOMR Project Timeline. The LOMR phase work shall include an as-built survey to be completed after construction, but the cost associated is within Subcontracted Services.All public notifications coordination will be performed within other tasks as part of this Scope of Work.The cost and deliverable of Public Notifications as part of this task accounts for the time necessary to draft the relevant documents and notices.The following deliverables will be developed for the CLOMR/LOMR tasks and will be generated as part of the effort for submission to FEMA. Weld County Floodplain Development permit 1. FEMA CLOMR 1. Data Collection of Effective FEMA Model 2. Hydraulic modeling • Minimum 4 Base Conditions(FEMA multi-frequency return periods&Associated Floodway) • Duplicate Effective • Corrected Effective • Existing Conditions • Proposed Conditions • Additional if necessary 3. Annotated Maps 4. Accompanying Floodplain Report 5. Applicable MT-2 Forms 6. Public Notifications FEMA LOMR 1. Incorporate As-Built Plan Data 2. Revised Hydraulic Modeling • 1 Supplemental Base Conditions(FEMA multi-frequency return periods& Associated Floodway) • Post Conditions 3. Updated Final Annotated Maps 4. Updated Final Floodplain Report 5. Applicable MT-2 Forms 6. Public Notifications AtkinsRealis-Sensitive/Sensible [FR] G. ROW/Easement Acquisition AtkinsRealis will provide support to the County through ROW acquisition and construction of the project. ROW and Easement acquisition services including appraisals,onsite meetings, coordination with landowner,etc. ROW acquisition shall follow the Uniform Act.As indicated in the County's RFP,AtkinsRealis shall assume the following for acquisitions:8 appraisals,8 ROW parcels, 20 permanent easements,and 10 temporary construction easements. AtkinsRealis'ROW Professionals shall negotiate with up to 10 individual landowners to acquire the necessary real estate interests(Fee, Permanent Easements, and/or Temporary Construction Easements)on behalf of the County.All negotiation activities will be carried out in conformance with all applicable local,state and federal guidelines.Specifically,the Real Estate Acquisition Guide for Local Public Agencies published by FHWA,the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,42 U.S.Ch.61 (Uniform Act),and Title 38 of the Colorado Revised Statutes(CRS). Right-of-way acquisition services,include the following: • Prepare and/or review all Project documents:agreements,conveyance documents legal descriptions and related exhibits,formalized landowner correspondence. • Maintain a negotiators'diary to detail all interactions with all impacted property owners. Interactions to log may include email threads, phone conversations,and summaries of in-person meetings. • Prepare and distribute letters to property owners, including but not limited to: Initial Notification Letter,Offer Letter,Acquisition Brochure, Last Written Offer of Settlement, Notice of Condemnation Action.All such formal landowner correspondence will be reviewed and approved by City staff prior to its distribution to a landowner. • Manage the preparation,distribution and execution of up to 10 Right of Entry(ROE) Letters/Forms. ROE's will be coordinated to cover all necessary project field activities outside of County ROW including:survey,subsurface utility engineering investigations, geotechnical engineering investigations, environmental surveys performed by Tiglas, and ROW appraisals. • Participate in routine monthly ROW status meetings. • Meet with landowner and/or their representatives to discuss the Project scope and its impacts, negotiate acquisitions,and obtain proper documentation to convey the necessary real estate interest being pursued (i.e.,fee interest, easement, permit, license). • Coordinate with the County and property owners to complete the appropriate escrow and title process, and to ensure recordation of the fully executed agreement documents. • Delivery of up to eight(8)Appraisal reports.Said reports will be prepared in conformity and consistent with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,as amended (Uniform Act);49 CFR Part 24;23 CFR Part 710;§38-1- 101 et.seq.C.R.S.;§24-56-101 et. seq.C.R.S.;CDOT Right of Way Manual Chapter 3,as may be revised;appropriate State laws, regulations, policies and procedures applicable to appraisal of right-of-way;and the Uniform Standards of Professional Appraisal Practice(USPAP).The appraiser will apply the`Larger Parcel Concept'to decide whether an owner's multiple parcels should be appraised together or separately. If the parcels AtkinsRealis-Sensitive I Sensible [FR] function as one economic unit(same use,same ownership, and physically connected) one combined appraisal will be completed. If they do not meet those criteria, separate appraisals are prepared. • Preparation and delivery of up to eight(8)Appraisal Review Reports • Preparation and delivery of up to four(4)Waiver Valuation Reports • Preparation and delivery of up to ten (10) Preliminary Title Commitments.Title work will be ordered initially for the Survey team to reference as they establish existing ROW limits,develop the base ownership map and survey control drawings.At minimum, updated title work will be requested before issuing payment to landowners as part of the due diligence period during the closing process. H. Utility Relocation Coordination AtkinsRealis will support the County in coordinating the relocation of utilities,oil and gas facilities, and agricultural irrigation facilities. This coordination task also includes developing and maintaining a Utility Conflict Matrix,drafting relocation agreements with the affected utility or oil/gas companies. 1. Utility Coordination Meetings.AtkinsRealis has identified up to ten(10) utility owners within 1 mile of the project site.AtkinsRealis will conduct up to three(3)individual coordination meetings with each utility owner in the area(assumes 10, 1-hour in-person meetings,20 1-hour MS-teams meetings) 2. Utility Relocation Agreements. AtkinsRealis will acquire relocation agreements with the affected utility,oil/gas, and irrigation companies. Relocation agreements shall be obtained from all utilities who will need to relocate. It is anticipated ten (10) meetings will be required to get utility relocation agreements in place(assumes 10, 1-hour MS Teams meetings). I. Post-Design Services 1. Post-Design Meetings.AtkinsRealis will participate in one(1)contractor pre-bid meeting and one(1)contractor pre-construction meeting(assumes 2,2-hour in-person meetings) 2. Construction Administration.AtkinsRealis will provide additional,as-needed,engineering services during the construction phase,including requests for information(RFIs)from the contractor, material submittal reviews,and minor design modifications. 3. Survey Staking. David Evans &Associates (DEA)will provide survey staking(ROW, running line, cut depth, etc.) for the utilities, oil/gas facilities, and irrigation facilities that are to be relocated.An as-built drawing of all facilities relocated will be provided by DEA. 4. Bridge Girder Manufacturing Inspection. AtkinsRealis will provide a qualified inspector to inspect and sign off on the bridge girder manufacturing process(assumes 40 total hours). 5. As-builts/Conformed documents. Prepared based on contractor redlines and survey as final documentation of constructed conditions. It is assumed that AtkinsRealis will conduct one(1)review of as-built documentation for completeness and conformance with the engineering/design prior to updating the Construction Plans to their as-built condition. 6. Construction Management,materials testing,and inspection(CM&I).CM&I of the roundabout and bridges construction may be negotiated at a later date. AtkinsRealis-Sensitive/Sensible [FR] J. Subcontracted Services AtkinsRealis has partnered with the following firms. • CBRE: Real Estate Appraisal and Advisory Services • Equity Title of Colorado:Title Commitments&Closing Services • David Evans&Associates(DEA):Topographic Survey and ROW Plans • T2 Utility Engineers:Subsurface Utility Engineering • Granite Engineering Group:Geotechnical Engineering&Pavement Design • IDAX:Traffic Counts Scope and fee assumptions for our subcontracting partners can be found in Section ii. Subconsultant scopes and fees. K. Other Professional Services (OPS) At the County's request,AtkinsRealis has included a line item described as Other Professional Services(OPS)intended to be utilized in cases of unforeseen circumstances, in the amount of $250,000. L. Assumptions & Exclusions 1. Weld County will provide any associated CAD files and available survey to the Contract Professional upon award of the Contract. 2. All AutoCAD(Civil 3D)files will follow the standards as approved by Weld County. Weld County will provide copies of the Civil 3D,Survey,and SUE templates to AtkinsRealis at NTP. 3. All design work will be completed using the latest AASHTO and CDOT design and construction standards or guidelines,practices,and procedures.AtkinsRealis will also utilize the Weld County Engineering Criteria Manual for design parameters. In the event of a discrepancy between the design standards,the most stringent shall apply,as determined solely by Weld County. 4. Weld County will utilize its Environmental On-Call Contract with Tiglas Ecological Services(Tiglas)to obtain environmental investigations,clearances,and permits. AtkinsRealis will coordinate with Tiglas to complete designs which are in compliance with the appropriate requirements and approvals obtained by Tiglas. 5. AtkinsRealis is expected to not prepare a Biological Assessment(BA)for species that are potentially affected (may affect, likely to adversely affect)from the project activities.The T&E Species report from Tiglas Environmental would state those affects to each species or would be an actual BA.Also, it is assumed that conducting QA/QC of Tiglas Environmental's reports as part of environmental permitting is not necessary. 6. Conceptual drainage analysis and submission will exclude Irrigation Plan and Profile and SWMP Plans.The irrigation design will include no more than 4 culvert extensions or replacements. 7. Bridge hydraulics and scour analysis will not be done for Conceptual design phase and will use Riverine Modeling results for FIR(60%)and subsequent submissions. AtkinsRealis-Sensitive/Sensible [FR] i. Detailed Cost Proposal/Fee AtkinsRealis-Sensitive/Sensible [FR] AtkinsRealis Fee Proposal-Full Detail WCR 34/17 RAB&CR34/17a Bridge Replacement Weld County Task Sum of Hours/Units Sift Rate Sumo*Extended Price 01.00-Project Management,Meetings,and Coordination 1,520 $ 401,328.00 Sr Engineer II. 196 $ 190.00 $ 37,240.00 Sr Engineer IV. 98 $ 245.00 $ 24,010.00 Sr ITS Analyst I. 98 $ 149.00 $ 14,602.00 Sr Project Director. 820 $ 300.00 $ 246,000.00 Sr Project Manager. 98 $ 242.00 $ 23,716.00 Sr Quality Assurance Manager 80 $ 281.00 $ 22,480.00 Technical Manager II 130 $ 256.00 $ 33,280.00 02.00-Conceptual Design(30%) 1,812 $ 289,860.00 Engineer I. 318 $ 113.00 $ 35,934.00 Engineer II. 290 $ 121.00 $ 35,090.00 Project Controls Manager 31 $ 242.00 $ 7,381.00 Project Director. 2 $ 278.00 $ 417.00 Sr CAD Technician 70 $ 138.00 $ 9,660.00 Sr Engineer I. 518 $ 149.00 $ 77,182.00 Sr Engineer II. 228 $ 190.00 $ 43,320.00 Sr Engineer III. 156 $ 212.00 $ 33,072.00 Sr Engineer IV. 8 $ 245.00 $ 1,960.00 Sr Graphic Designer III 4 $ 138.00 $ 552.00 Sr ITS Analyst I. 24 $ 149.00 $ 3,576.00 Sr Project Controls Manager 4 $ 212.00 $ 848.00 Sr Project Manager. 56 $ 242.00 $ 13,552.00 Sr Technical Manager II 20 $ 322.00 $ 6,440.00 Technical Editor. 4 $ 99.00 $ 396.00 Technical Manager II 80 $ 256.00 $ 20,480.00 03.00-Preliminary Design(60%/FIR) 3,542 $ 562,294.00 Engineer I. 228 $ 113.00 $ 25,764.00 Engineer II. 904 $ 121.00 $ 109,384.00 Project Controls Manager 53 $ 242.00 $ 12,705.00 Project Director. 2 $ 278.00 $ 417.00 Sr CAD Technician 400 $ 138.00 $ 55,200.00 Sr Engineer I. 600 $ 149.00 $ 89,400.00 Sr Engineer II. 572 $ 190.00 $ 108,680.00 Sr Engineer III. 258 $ 212.00 $ 54,696.00 Sr Engineer IV. 36 $ 245.00 $ 8,820.00 Sr ITS Analyst I. 256 $ 149.00 $ 38,144.00 Sr Project Controls Manager 6 $ 212.00 $ 1,272.00 Sr Project Manager. 134 $ 242.00 $ 32,428.00 Sr Technical Manager II 20 $ 322.00 $ 6,440.00 Technical Manager II 74 $ 256.00 $ 18,944.00 Task Sum of Hours/Units Bill Rate Sum of Extended Price 04.00-Final Design(95%/FOR) 3,131 $ 500,878.00 Engineer I. 132 $ 113.00 $ 14,916.00 Engineer II. 916 $ 121.00 $ 110,836.00 Project Controls Manager 123 $ 242.00 $ 29,645.00 Project Director. 2 $ 278.00 $ 417.00 Sr CAD Technician 320 $ 138.00 $ 44,160.00 Sr Engineer I. 512 $ 149.00 $ 76,288.00 Sr Engineer II. 512 $ 190.00 $ 97,280.00 Sr Engineer III. 200 $ 212.00 $ 42,400.00 Sr Engineer IV. 34 $ 245.00 $ 8,330.00 Sr ITS Analyst I. 190 $ 149.00 $ 28,310.00 Sr Project Controls Manager 8 $ 212.00 $ 1,696.00 Sr Project Manager. 112 $ 242.00 $ 27,104.00 Sr Technical Manager II 20 $ 322.00 $ 6,440.00 Technical Manager II 51 $ 256.00 $ 13,056.00 05.00-Advertisement(100%) 745 $ 131,446.00 Engineer I. 56 $ 113.00 $ 6,328.00 Engineer II. 90 $ 121.00 $ 10,890.00 Project Controls Manager 23 $ 242.00 $ 5,445.00 Project Director. 2 $ 278.00 $ 417.00 Sr CAD Technician 60 $ 138.00 $ 8,280.00 Sr Engineer I. 112 $ 149.00 $ 16,688.00 Sr Engineer II. 152 $ 190.00 $ 28,880.00 Sr Engineer III. 102 $ 212.00 $ 21,624.00 Sr Engineer IV. 14 $ 245.00 $ 3,430.00 Sr ITS Analyst I. 40 $ 149.00 $ 5,960.00 Sr Project Controls Manager 4 $ 212.00 $ 848.00 Sr Project Manager. 74 $ 242.00 $ 17,908.00 Sr Technical Manager II 6 $ 322.00 $ 1,932.00 Technical Manager II 11 $ 256.00 $ 2,816.00 06.00-FEMA Regulatory Compliance 1,018 $ 144,614.00 Engineer I. 81 $ 113.00 $ 9,153.00 Engineer II. 401 $ 121.00 $ 48,521.00 GIS Analyst II. 140 $ 108.00 $ 15,120.00 Sr Engineer I. 100 $ 149.00 $ 14,900.00 Sr Engineer II. 256 $ 190.00 $ 48,640.00 Sr Scientist IV. 40 $ 207.00 $ 8,280.00 07.00-ROW/Easement Acquisition 1,026 $ 174,278.00 Sr ROW Agent II. 866 $ 163.00 $ 141,158.00 TechnicalManagerl 160 $ 207.00 $ 33,120.00 08.00-Utility Coordination&Relocation 616 $ 106,216.00 Engineer III. 8 $ 143.00 $ 1,144.00 Project Manager. 372 $ 193.00 $ 71,796.00 Sr Technical Coordinator l. 236 $ 141.00 $ 33,276.00 Task Sum of Hours/Units Bill Rate Sum of Extended Price 09.00-Post Design Services 718 $ 129,836.00 Engineer II. 124 $ 121.00 $ 15,004.00 Resident Engineer. 40 $ 197.00 $ 7,880.00 Sr CAD Technician 80 $ 138.00 $ 11,040.00 Sr Engineer II. 218 $ 190.00 $ 41,420.00 Sr Engineer III. 124 $ 212.00 $ 26,288.00 Sr Engineer IV. 8 $ 245.00 $ 1,960.00 Sr ITS Analyst I. 68 $ 149.00 $ 10,132.00 Sr Project Director. 20 $ 300.00 $ 6,000.00 Sr Project Manager. 2 $ 242.00 $ 484.00 Sr Technical Manager ll 14 $ 322.00 $ 4,508.00 Technical Manager II 20 $ 256.00 $ 5,120.00 10.00-Other Professional Services 1 $ 250,000.00 OPS Contigency Budget 1 $ 250,000.00 $ 250,000.00 11.00-Subconsultants 7 $ 893,466.00 CBRE 1 $ 40,800.00 $ 40,800.00 David Evans&Associates 1 $ 368,465.00 $ 368,465.00 Equity Title of Colorado 1 $ 5,500.00 $ 5,500.00 Granite Engineering Group 1 $ 158,481.00 $ 158,481.00 IDAX 1 $ 2,160.00 $ 2,160.00 Nelson Appraisal&Consulting 1 $ 9,450.00 $ 9,450.00 T2 Utility Engineers 1 $ 308,610.00 $ 308,610.00 12.00-ODCs 3 $ 18,000.00 Expenses(Certified Mail for ROW including ROEs,NOIs, Offers/Final Offers,and Last Written Offers) 1 $ 1,000.00 $ 1,000.00 FEMA CLOMR/LOMR Fees 2 $ 8,500.00 $ 17,000.00 Total Fee $ 3,602,216.00 ii. Subconsultant Scopes and Fees AtkinsRealis-Sensitive/Sensible [FR] VALUATION&ADVISORY SERVICES CBRE Proposal and Contract for Services CBRE, Inc. 3003 East Harmony Road,Suite 300 Fort Collins,CO 80528 www.cbre.us/valuation January 29,2026 Jon Vaughan,MAI,SR/WA VAS- First Vice President Jeff Hanna ROW Program Manager ATKINS 4600 South Ulster Street,Suite 1100 Denver,CO 80237 Phone:720-475-7058 Email:Jeffrey.Hanna@atkinsrealis.com RE:Assignment Agreement I CB26US009691 Land 8 Properties-County Roads 34 and 17 Dear Mr. Hanna: CBRE, Inc.("CBRE")is pleased to submit this proposal and our Terms and Conditions for this assignment. PROPOSAL SPECIFICATIONS Purpose: To estimate the Fair Market Value of the referenced real estate Premise: As Is Rights Appraised: Fee Simple Intended Use: Acquisition/Disposition/Exchange Due Diligence Intended User: The intended user is ATKINS ("Client"), WELD COUNTY, and such other parties and entities (if any)expressly recognized by CBRE as intended users(each an"Intended Users"and collectively the "Intended Users") provided that any Intended User's use of, and reliance upon, any report produced by CBRE under this Agreement shall be subject to the Terms and Conditions attached hereto and incorporated herein(including,without limitation,any limitations of liability set forth in the attached Terms and Conditions). Reliance: Reliance on any reports produced by CBRE under this Agreement is extended solely to parties and entities expressly acknowledged in a signed writing by CBRE as Intended Users of the respective reports, provided that any conditions to such acknowledgement required by CBRE or hereunder have been satisfied. Parties or entities other than Intended Users who obtain a copy of the report or any portion thereof,whether as a result of its direct dissemination or by any other means, may ATKINS I ASSIGNMENT AGREEMENT I JANUARY 29,2026 I PAGE 1 OF 11 ',2026 CBRE,INC. VALUATION&ADVISORY SERVICES CBRE Proposal and Contract for Services not use or rely upon any opinions or conclusions contained in the report or such portions thereof, and CBRE will not be responsible for any unpermitted use of the report,its conclusions or contents or have any liability in connection therewith. Unless otherwise expressly identified in this Agreement,there are no third-party beneficiaries of this Agreement pertaining to this appraisal assignment or any reports produced by CBRE under this Agreement, and no other person or entity shall have any right, benefit or interest under this Agreement or with respect to any reports produced by CBRE under this Agreement. Scope of Inspection: CBRE will conduct a physical inspection of the subject property and its surrounding environs on the effective date of appraisal. If this expected property inspection is not possible due to unforeseen issues(such as lack of on- site personnel cooperation,physical obstructions,or appraiser/property contact health and safety concerns),the client will be promptly advised.The client may continue this assignment based on other inspection options agreed upon by CBRE and client or provide CBRE with a written notice to cancel.If CBRE determines that a credible appraisal result cannot be achieved due to inspection limitations, it will promptly provide the client with a written cancellation of this assignment. Valuation Approaches: Only the Sales Comparison Approach will be completed. Report Type: Appraisal Report Appraisal Standards: USPAP Appraisal Fee: $40,800.00.If cancelled by either party before a completion,the fee will be based on CBRE's hourly rates for the time expended; plus actual expenses. Expenses: Fee includes all associated expenses except to the extent otherwise provided in the attached Terms and Conditions. Retainer: A retainer is not required for this assignment. Payment Terms: Final payment is due upon delivery of the final report or within thirty(30)days of your receipt of the draft report, whichever is sooner.The full appraisal fee is considered earned upon delivery of the draft report.We will invoice you for the assignment in its entirety at the completion of the assignment. Delivery Instructions: CBRE encourages our clients to join in our environmental sustainability efforts by accepting an electronic copy of the report. An Adobe PDF file via email will be delivered to Jeffrey.Hanna@atkinsrealis.com.The client has requested 0 bound final copy(ies). ATKINS I ASSIGNMENT AGREEMENT I JANUARY 29,2026 I PAGE 2 OF 11 c2026 CBRE,INC. VALUATION&ADVISORY SERVICES CBRE Proposal and Contract for Services Delivery Schedule: Preliminary Value: Not Required Draft Report: 8 weeks after Notice to Proceed Final Report: 3 business days after receipt of review comments Start Date: The appraisal process will start upon receipt of your signed agreement and the property specific data. Acceptance Date: These specifications are subject to modification or withdrawal if this proposal is not accepted within 5 business days from the date of this letter. When executed and delivered by all parties, this letter, together with the Terms and Conditions and the Specific Property Data Request attached hereto and incorporated herein,will serve as the Agreement for appraisal services by and between CBRE and Client. Each person signing below represents that it is authorized to enter into this Agreement and to bind the respective parties, including all intended users,hereto. ATKINS I ASSIGNMENT AGREEMENT I JANUARY 29,2026 I PAGE 3 OF 11 c2026 CBRE,INC. VALUATION&ADVISORY SERVICES CBRE Proposal and Contract for Services We appreciate this opportunity to be of service to you on this assignment. If you have additional questions,please contact us. Sincerely, CBRE,Inc. Valuation&Advisory Services Jo ugh n, AA VAS- First Vice President As Agent for CBRE,Inc. T 970-372-3872 Jon.Vaughan@cbre.com Enclosures: PROPERTY LIST Property Name Property Location Report Type Appraisal Fees McLaughlin 16191 County Road 17, Appraisal Report $5,100.00 Platteville,CO 80651 Northwest Quadrant of Labau County Roads 17 and 34, Appraisal Report $5,100.00 Platteville,CO 80524 Public Service Company of Northeast Quadrant of Colorado County Road 17 and 34, Appraisal Report $5,100.00 Platteville,CO 80651 8152 County Road 34, DPS Holdings Appraisal Report $5,100.00 Platteville,CO 80651 South of County Road 34, Dixie Water east of County Road 17, Appraisal Report $5,100.00 Platteville,CO 80651 Aristocrat Angus Ranch 9053 County Road 34, (120917100013, 120917100016) Platteville,CO 80651 Appraisal Report $5,100.00 Houston 15649 County Road 17, Appraisal Report $5,100.00 Platteville,CO 80651 16465 County Road 17, Skylar Houston Living Trust Platteville,CO 80651 Appraisal Report $5,100.00 Assignment Total: $40,800.00 ATKINS I ASSIGNMENT AGREEMENT I JANUARY 29,2026 I PAGE 4 OF 11 c)2026 CBRE.INC VALUATION&ADVISORY SERVICES CBRE Proposal and Contract for Services AGREED AND ACCEPTED FOR ATKINS("CLIENT"): Signature Date Jeff Hanna ROW Program Manager Name Title 720-475-7058 Jeffrey.Hanna@atkinsrealis.com Phone Number E-Mail Address ADDITIONAL OPTIONAL SERVICES Assessment &Consulting Services:CBRE's Assessment& Consulting Services group has the capability of providing a wide array of solution-oriented due diligence services in the form of property condition and environmental site assessment reports, ALTA Surveys,and other necessary due diligence service(seismic risk analysis,zoning compliance service,construction risk management, annual inspections, etc.),Initial below if you desire CBRE to contact you to discuss a proposal for any part or the full complement of consulting services, or you may reach out to us at ACSProposals@cbre.com. We will route your request to the appropriate manager. For more information, please visit www.cbre.com/assessment. ATKINS I ASSIGNMENT AGREEMENT I JANUARY 29,2026 I PAGE 5 OF 11 cc2026 CBRE.INC. 71, 0 CI DAVID EVANS AND ASSOCIATES INC. February 17, 2026 Joe Zufall, P.E. Atkins Realis Western Roadways 4600 S Ulster St Denver, CO 80237 720.323.1251 RE: WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project Dear Joe, Per your request,we are pleased to provide this revised proposal for Professional Land Surveying Services in support of the WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project in Weld County, CO. Once awarded, this project is anticipated to begin in late February 2026 will consist of the following services: Scope of Work This project is located in Weld County, Colorado,at the intersection of Weld County Roads(WCR) 34 & 17. The objectives of this project are to improve WCR 34/17 roadways as they approach a proposed roundabout at the intersection, and to design a new bridge across the St. Vrain River which will be less susceptible to overtopping in the event of significant flooding events. The roadway project extends approximately one-half mile north,west, and south of the intersection as well as approximately 4,200 feet east of the intersection across the St. Vrain River. Additionally, approximately 2,640' (1,320' upstream, 1,320' downstream of bridge) of the St. Vrain River floodplain will be mapped for LOMR purposes. DEA tasks will consist of survey and flight control establishment, topographic mapping, Right-of-Way (R.O.W) support, ROW plan set generation and acquisition support. The project area shown below in Figure 1 shows the approximate limits for the roadway project in red and the approximate limits for the St.Vrain River floodplain mapping component in blue. Existing USGS LIDAR data will be used to tie into the remainder of the floodplain mapping project for LOMR purposes. 1600 Broadway Suite 800 Denver Colorado 80202 Telephone:720.946.0969 Facsimile: 720.946.0973 fft Figure 1 — Roadway/Floodplain Survey Limits . 1.; .. Tii ) '� 08 09 x.. 9 e .,, - Ft _+r, f w ' err�'r' � ii,— ) ii 1 1 / / / ' 4 ;11 � v-r r; a +f , .\ i.i — - Project Management/Administrative Support � • DEA will conduct a pre-survey meeting with the appropriate personnel to review the scope, project plan, preliminary site, and other project-specific pertinent items. • This task also includes project oversight, time for billing and invoicing, and overall management of project activities. Survey Control • DEA will establish a minimum of twenty(20)semi-permanent project/ground control points and fifteen (15) additional ground control points for aerial LIDAR data collection. • The horizontal datum for this project will be a Modified State Plane Coordinate System. • Elevations will be tied to the nearest NGS vertical benchmark on the NAVD88 datum. • DEA will prepare a roadway Survey Control Diagram depicting all found and set control, boundary, and ROW monumentation that will be incorporated into the ROW Plans. Page 2 of 7 Q 0 Right-of-Way / Boundary Survey • DEA will research deeds, land survey plats,subdivision plats, and other record documents to determine property boundaries and right-of-way. • DEA will search for and survey existing ROW monuments, property corners, and aliquot corners. • DEA will also conduct research into existing properties to ensure there are no gaps or overlaps between private property and Weld County ROW. • AtkinsRealis will order up to ten (10) title commitments while DEA will plot all easements and encumbrances as noted within each title commitment. • DEA's fee includes addressing four (4) rounds of comments at 30%, 60%, 95%, and IFC phases. Topographic Survey • DEA will perform a topographic survey (conventional and Small Unmanned Aerial Systems — sUAS) to accurately acquire the existing conditions of the project area within the limits of the project. • The survey will include, but is not limited to, all visible topographic features, property improvements, curb and gutter, asphalt paving, concrete driveways, concrete sidewalks, storm drainage improvements, structures, fences, buildings, and other relevant visible items as identified. • If fencing or other improvements prevent crews from accessing certain areas within the site limits, DEA will survey up to those improvements and include them in the base files with a note indicating the limitation or perform an aerial survey to obtain such features on private property. • DEA will conduct on-the-ground channel and floodplain cross-sections on the St. Vrain River from the FEMA cross-sections provided by client —four (4) upstream and three (3) downstream crossings from existing bridge are anticipated. • All other cross-sectional ground data for approximately 1,320' upstream and 1,320' downstream will be collected by sUAS means with no on-the-ground survey support provided. • DEA will conduct LOMR survey support according the FEMA LOMR Checklist. • DEA will provide survey staking (ROW, running line, cut depth, etc.)for the utilities, oil/gas facilities, and irrigation facilities that are to be relocated. Three (3) field trips, within which restaking of these features may occur, are anticipated. • DEA will as-built any relocated utility during construction and provide data to Client for their preparation of an As-Built Drawing. Page 3 of 7 C a • The topographic survey will be sufficient to create a 3D surface accurate to a one foot (1') minor and five foot (5') major contour interval with all visible planimetric data within the survey limits shown for design purposes. • Prepare a final survey in AutoCAD format showing all field information denoted above. • DEA will locate and survey wetland delineation markers as provided by Tiglas and add this information to our CAD base files • One (1) round of topographic survey revisions is assumed following project site visit. Right-of-Way Plans • DEA will create Preliminary ROW Plans including Cover Sheet, Land Survey Control Diagram, Ownership, Tabulation, Monumentation, and ROW Plan sheets showing current right-of-way and property lines with survey limits. • DEA will conduct eight (8) ROW, twenty (20) Permanent Easements and ten (10) Construction Easements appraisal stakings once the acquisition process begins. Three (3)field trips, within which restaking of these features may occur, are anticipated. • Additional stakings can be provided for the flat rate of$155/hour as required. • DEA will prepare thirty-eight (38) legal descriptions and thirty-eight (38) exhibits for the acquisitions and easements. This fee includes addressing four (4) rounds of comments. • DEA will prepare a Final ROW Plan Set once all easements and acquisitions are finalized. • DEA will set ROW monuments at new ROW corner locations and intermittently along tangents as required. This fee does not include setting monuments along easement lines. • DEA's fee includes addressing four (4) rounds of comments at 30%, 60%, 95%, and IFC phases. Deliverables • DEA will prepare a CAD base file in AutoCAD Civil 3D format of the topographic survey including control points, planimetrics, and contours at a 1' interval. A digital terrain model (surface)will be part of the electronic deliverable. • DEA will prepare CAD files in AutoCAD Civil 3D format of the boundary and ROW line work as established from an on-the-ground survey. These files will include found monumentation, control points, existing ROW lines, property side lines, and ownership information as established by methods described above in the ROW section. • DEA will provide a PDF of the Preliminary ROW Plans. • DEA will provide a PDF of the Final ROW Plans signed and sealed by a Colorado Licensed Professional Land Surveyor. Page 4 of 7 0 Assumptions • DEA will be responsible for securing permits for working within Weld County ROW. • Preparation of a Land Survey Plat and resetting of any missing property or aliquot corners is not included in this scope. • ROW Plans will be provided on 11"x17" sheets unless specified differently by Client. • DEA is not responsible for underground utility survey. It is assumed that the Client's SUE Consultant or subcontractor will survey their own utility marks. • Client will provide any associated CAD files and any available surveys according to the RFP. • All AutoCAD (Civil 3D)files shall follow the standards as approved by Weld County. Weld County will provide copies of the Civil 3D standards for our use. sUAS Exclusions &Assumptions • DEA assumes unrestricted access on ROE properties will be provided for the duration of the operation. • DEA will communicate with AtkinsRealis on necessary language to include on ROE permits • sUAS operations will be conducted within Visual Line of Sight (VLOS) of the Pilot in Command (PIC) and/or visual observer(s) (VOs). • sUAS operations will be limited to a maximum altitude of 400' above ground level (AGL). • sUAS operations will be performed under the oversight of a FAA certified Part 107 remote pilot. • DEA has insurance covering sUAS operations. • sUAS operations will be performed during daylight hours (sunrise to 30 minutes before official sunset, local time, with appropriate anti-collision lighting). • DEA will not operate over any persons not directly participating in or aware of the operation, who are not under a covered structure or not inside a non-moving covered vehicle. • DEA will report any accident to the FAA within 10 days if the sUAS operation results in serious property damage. • DEA will not operate if visibility becomes too limiting. Under 14 CFR Part 107, a three- mile minimum visibility is required from the remote pilot and crew at or near the ground station to the aircraft at all times. Page 5 of 7 U • DEA will check for temporary flight restrictions (TFR's) and any Notice to Airman (NOTAM's) affecting the flight the morning of operation. If required, DEA will file a NOTAM for this project's operation. • DEA assumes the sUAS operation will not impact the adjacent private property owners. • DEA assumes the site will accommodate the placing of discrete permanent survey marks, temporary aerial targets and have appropriate areas for vertical take-off and landing (VTOL) locations for the sUAS. VTOL locations will be within the project limits unless arrangements are made with impacted or adjacent landowners. • DEA will conduct an onsite safety meeting prior to the mobilization of the sUAS. DEA requires all participants of the operation to be present at this meeting to understand identified site hazards and assigned role requirements. • DEA will conduct the operation per our Flight Operations Manual and the Site Safety Plan specifically written for this effort. • sUAS will bear the appropriate aircraft marking required by the FAA during this operation. • sUAS data will be collected in accordance with and to the accuracy levels required for FEMA Quality Level 2 (QL2) specifications. • DEA is not aware of any airspace restrictions near Xcel properties. Exclusions • Utility locates and test holes • SUE Plans • Gravity system inverts • Permitting costs • Land/Improvement Survey Plats • ALTA/NSPS Title Surveys • Setting of missing or destroyed property corners or aliquot corners Page 6 of 7 C a r0 Fee Breakdown: Task 1 Project Management/Administrative Support $17,370 Task 2 Survey Control $35,020 Task 3 Right-of-Way/Boundary $33,805 Task 4 Topographic Survey $84,930 Task 5 Right-of-Way Plans $181,765 Subtotal $352,890 Expenses $15,575 Total: $368,465 Thank you for this opportunity and we look forward to your response. If you have any questions or concerns, please give me a call to discuss them in more detail. Sincerely, DAVID EVANS AND ASSOCIATES, INC. Dan Corriell, PLS Project Manager 720.351.1081 Page 7 of 7 1O.P00W* .....lb.PnSM... w m10 Db..D. ...10U 0Yb[e 0992 09K 0'0 0.0 01C On 0'0W o9 w.l.up m S.. a ....0.06 w11 00 uo PO ow ow ao 011 on au MO PO Po on 00 0'Wl 00 on 0w w1.00 - ee........ .w.w.w3 .0.L0.e 001101'SW'SA[Yw1..L.i os0T11 000 0's a9 00 ..0...a..Id MObrs UM 0.......3 .1!I.DI0W. 0 .14 M.00 CO 0 Pot 11 =NO 15 Dw PD..Dora 1... .w..c =b�s DOLLS Olt o-w 0.09 07 iw....lwtt)w MobD iss mf.w.w DwAl. ip0'D^O W...cw••0^ 1 aa'99a 0'022 DOD 130101 LI02 Mob 9).11.3M0....00..101 w.0I.•i..00.aq WOG WIL D.A.n.wowD.O ..... 0. 011. OIL SA ey.w. 0L .w.SImor.0c'S 00. woo tun .w.9.woo, W D.DO O02 0'02 01 u..V...J LS W11 ...St '0 .wow 0K W -Lst P [ 00 10.✓ow..D.w s11..e Mob.Ml..d1's 20009'0I oww1112 e. ibYOnSYI.M.c *ma ..K„ Y; .yO. AL .w...9. M •. r.L 0201[ w .^Y3,_-011l 51 K5 00 01 00 O'L01 .-0R1 00 O. a0 PO 00 a0 PR 09 PO 011 00 Pft 0'l O9 M (01S Li •www.......U..ns f Ls O W 011 PM ....21.1.4 ow02 .. MALL alt. 0.1 P. 0e 101 V ..O.m00 MIK 0Y 01 00B wl1`S 001 00.2 Pr -00 OM,row Oue0.6 MOtlfa.w�..1n�.w9.01..... ��e I. in.1....aA...s[m4. S C. OS a[ 01 PL .Tp�q..wRMrr mslol suo moa +..vww.K. (mu KO.I.S� 011901DI.0.vww00N.3i[TM 00.1 o 021 0'r b1 00 (maw 0409'0.59.nws 1. :w..tr31 L. W9'K 0r ....6..0V.w3i 91 / .OW.ns.wwwi OMTL! 0'W ^3 °w...O S.0o mSer BB[ .°OIYl 0'C ...A AII2. 0CI7 S 011 01 ....dn.1..0.b AAA C'r W ..00 ww0.3IA... Dui Jwi Wow' 1 0'L 09C 012 (..un...)11pb San.L"0 00'009 L9c :4e0...1I..w..r .�..0o0'91 OM. 0L 011 P1 Lw.0404 IOU l'r RS S 0S 00521 IOW .w.mvvowwtl r10ma am...ft r.w9- O'CL 00'SL1 OO5tl w..ow0vw0W BOOM 00 00 0'0 0K 0IZ 00 ' 0'W a0 00 '00 PO00 0O 0'21 00 072 01 00 w.1.10- 00 00501 31Si .•%s0'v)%ac 0w.O...i .00 00 01 w .....i �.� 000 01 1�0)..0.•.NON IC Ow 0'0K 00'011 .10d Al.h.tl 0.w.w...0 o1-C..00c.20 w......1 trui Wals 01r OT ar OT 00.190- C1 000 00151 .530 3 O.010S4M s mw.9O..............0 00 s[- W'WI 3150 01'59 0-St 02 mu...LOG rc W w Otmc 00'051 LSS owl 7.w9t.110 D.6 ......L.D...D.A.. SL. 011 0.1 01 PI .05I9.00 - 0 W051 .N.000.5 ...Iw1....9..w ..P... Poowl*0 [f OII at) 0'1 U..w al wows wow 00Lc- a WO, .w.w.....w.6 .D..w 1.110.....00. 00271 011 01 .'ww.9p tc- 00W1 K10 MAW 00 M011 ...N 9.YM.Y 00091 00 02011S 0 0W 0 00 PO 076 0'0 01[ 00 0 0L 0 Po 00 PO PO 00 00 011 01 00 ...an. S M3S 3O OSw...+b we.00 00001 11 ...... i D..w.I.0.00001 011'W 00 01 0'. 30wb0.1- 0P591 00'002 DO..w.wvd4.0n 000w.10.1.0...0 OK. 01 Pr 07 .1.0 ww v x 00 n 4u.n..I..i 011'et 01I 0T .O..9Onw1..NN.A...0 P.112- 1r1 00'0 00'OW S0s ns wIto,w.s 9wpwo.w 000300n..100.D.91 511nte 0.0C 0W 0l - .n50.wu.1.400 oe0'K 0'ce 01 01 hDOw1L.q9 p.m9D..w.w b9....0nnsL m W'Wi D..G..wv 0't 1w....000 S0)...]$.I.1...%6.6 A W lw.wlu4P��^W0<..1W..1400 IL.9019 01 0'1 Iw..w do www l ow cos mI...O vs.099950 15a- t1 0.12 ors ............ ..... ...SON A.Wit 9S01$ OS 01 01 ID.SOLI DA.11.0 LT 'am .1..yN dd A..CO PM...n.m SON OAS _ 07 Pt .IY1 1wu..y I9N..09.... .O.O+M.N1i1w3 tor)Itxl'2r0x1.3e'ma.0 owl..Iwo ¢ ue OS 011 0'0 00 a1 00 a1 00 PO PO 00 00 On 0'0 01 00 .010.0 ID900'DD.O we W , 09. 011 09 0K1 IS w PMw wn..M•...s -. ae o'w Pw..+.D.+......wr .W'. Ps AA,.0.wrr.lw�.D..,...v otorts 01 GU AM r to 1 •wu•w 1.n h.w.05 su'K 01 0n1 001 Nut.11 .......11.00.0 v[1rr.N0 Au.rm.e0.ob 1)S K b0M :39.9.1030 000 an.lAUD Du 1.11 OLL1s oc 01 01 c-I or 59..r..ow11.....lww.w.w owardwwwWwwww.tow.)5w1K e1 •1...•3 v094)0 11.0 ..O.P1.w1w1...I.L....r)13N ..b wl ITtl ortl 31r1 srle OMr LSO Ulf WIGS W. Sw0 Ma 13n 0 1NN W. L.A. 1110tl tllnr .1Na rfri 00v0 99..neu ..I.V W01d 91..S h•d � wawa wrlp 1.91.�N N MO �� Y..tl Ww O1tl py.tl [+10y tl .S..tl AS wMOwiba a .3.10104111.111211 1r0013NM On w1110 �� FItl hal .1.01 AMA Hanna, Jeffrey M Subject: RE:WCR34/CR17 Intersection &Bridge Improvement Project DESCRIPTION COUNT FEE TOTAL Preliminary Title Report 10 $300(base rate) $3,000 Additional Research 20 $125hr $2,500 TOTAL FEE: $5,500 Jeffrey Hanna SR/WA, LSI ROW Program Manager Mountain &West Regions Tel: 720.475.7058 Mob:330.962.3305 4600 S Ulster Street,Suite 1100 Denver,CO, 80237, US AtkinsRealis From: Kerry Ridder- Equity Title of Colorado<KRidder@equitycol.com> Sent:Thursday,January 29, 2026 10:40 AM To: Hanna,Jeffrey M <Jeffrey.Hanna@atkinsrealis.com> Subject: RE:WCR34/CR17 Intersection& Bridge Improvement Project Jeff, We can do these for you at a rate of$300.00 per commitment at a base rate. If they take longer then a few hours,we would then need to bill them at$300.00 plus an hourly rate of$ 125.00. If they don't take longer then a few hours it would be the$300.00. What is the time frame of when you need them?I want to make sure I can complete them for you in a timely manner. Thank you Kerry 303-3?S-49$4 Direct 303-563.4650 Fox Kerry Ridder iuidder iequityca.com Title Officer • zaowaslsdtxsslLssmn le 710 Kipltnp Street 0100 Lokewood,Dokwodo 80215 From: Hanna,Jeffrey M <Jeffrey.Hanna@latkinsrealis.com> Sent:Wednesday,January 28,2026 3:36 PM 1 To: Kerry Ridder-Equity Title of Colorado<KRidder@equitycol.com> Subject:WCR34/CR17 Intersection & Bridge Improvement Project Hi Kerry, AtkinsRealis has been selected to deliver the referenced project for Weld County. The project anticipates impacts to the properties listed in the attached Excel file. Could you please provide a quote for preparing a preliminary title commitment for each property?A parcel map is also attached for your reference. Please feel free to reach out with any questions or if you need any additional information. Thanks so much, Jeff Jeffrey Hanna SR/WA, LSI ROW Program Manager Mountain &West Regions Tel:720.475.7058 Mob: 330.962.3305 4600 S Ulster Street, Suite 1100 Denver,CO, 80237, US AtkinsRealis 111.11 Engineering a better future for our planet and its people CC' DISCOVER MORE Podcasts Beyond Engineering Careers 0 0 0 At AtkinsRealis, we work flexible hours around the world.Although I have sent this email at a time convenient for me,I don't expect you to respond until it works for you. NOTICE-This email message and any attachments may contain information or material that is confidential,privileged,and/or subject to copyright or other rights.Any unauthorized viewing,disclosure.retransmission,dissemination,or other use of or reliance on this message or anything contained therein is strictly prohibited and may be unlawful.If you believe you may have received this message in error,kindly inform the sender by return email and delete this message from your system.Thank you. AtkinsRealis- Baseline/Reference 2 GEG GRANITE ENGINEERING GROUP February 15,2025 Proposal No.25-302 Mr.Joseph Zufall,PE AtkinsRbalis 4600 South Ulster Street,Suite 1100 Denver,CO 80237 Subject: Proposal for Geotechnical Engineering Services WCR 34-17 Roundabout and Bridges Replacement Weld County,Colorado Dear Mr.Zufall, This proposal presents our project understanding,proposed scope of work,estimated schedule,estimated project cost,and fee schedule for providing geotechnical engineering services for the proposed round about at WCR 34-17 and bridges replacement on County Road 34/17A in Weld County,Colorado. Based on the preliminary information provided,it is anticipated that the proposed bridges will be a three (3)span structure over St.Vrain Creek,and a new three(3)span bridge over tributary areas east of the existing bridge.The bridge approaches will also be reconstructed within 1,000 feet on the east and 1,500 feet to the west where a new roundabout is planned at the intersection of WCR 24 and 17.Based on limited research,the proposed project is located in the Alluvium.These alluvium materials are expected to consist of sand and gravel. Scope of Work The scope of the preliminary geotechnical engineering services is to evaluate the subsurface conditions for the design and construction of the proposed bridge structure and approaches pavement. Based on our understanding of the project and assumptions,the proposed geotechnical scope of work for the project is presented below. 1. Arrange for underground utility locates within the vicinity of the proposed boring locations. A private utility locator is not anticipated nor is included in the proposed services. 2. Perform the subsurface exploration program as presented in the table below: Locations Number of Remark Borings Pavement Borings 42 Approximately 30 borings at the roundabout,each legs,and the area in the new ROW.6 borings between roundabout and the bridge,and 6 borings east of the bridge.Existing pavement will be cored and borings extended to 10 feet below surface. Bridge Structure over St.Vrain 4 Extend to 30 feet into bedrock.Bedrock estimated at Creek 60 feet below existing ground surface Bridge over Tributary Areas 4 Extend to 30 feet into bedrock. Bedrock estimated at 60 feet below existing ground surface Topsoil 12 Existing topsoil samples 3. Traffic Control will be provided by a traffic control contractor following approved MUTCD while performing the borings on the roadway.For the purpose of this scope and fee,it is planned Granite Engineering Group,Inc.1 1110 Elkton Dr.,STE B,Colorado Springs,CO 80907 1 Tel:719-716-9009 WCR 34-17 Roundabout and New Bridges Proposal No: 25-302 Weld County, Colorado 2-15-26 to perform all the bridge borings on the existing roadway.The borings for the pier locations of the bridge over St.Vrain Creek will be performed by coring through the existing bridge deck and perform the drilling on the existing bridge deck.The holes will be patched after the drilling is completed.The borings may be moved to the area outside of the existing bridge once the pier locations are decided and if access can be obtained. 4. The soil and rock samples will be collected using Shelby Tube,SPT or a California Sampler depending on the soil types encountered. A GEG representative will log the borings in the field and recover soil samples. 5. Borings will be backfilled with cuttings and granular materials at the completion of drilling. Borings performed on the existing pavement area will be patched with materials similar to the existing pavement surface.In sensitive areas where potential settlement from the backfill cannot happen,the borings will be backfilled with grout mixed on site. 6. Conduct laboratory testing on recovered samples as needed to classify the subsurface soils and rock to develop the geotechnical engineering design criteria. Laboratory testing is anticipated to include soil index testing,moisture content, swell tests,R-value test,proctor tests,consolidation test,and analytical testing. R-Value tests will be performed on each pavement borings,and one (1)composite at each leg of the roundabout.Samples from the bridge borings will be tested for gradation/hydrometer test to provide Dso value for scour analysis.The exact type and quantity of the testing will be established when the field exploration is completed and subsurface samples are obtained. 7. Provide an electronic copy of the draft geotechnical report. The report will include a description and results of the field and laboratory test programs,exploration location map,boring logs,a description of site conditions,recommendations for the bridge foundation system for the proposed bridge including skin friction and end bearing parameters,Lpile parameters for deep foundation design,pavement thickness design using CDOT M-E methods,and discussions of roadway embankment settlement and slope stability if applicable. 8. Provide final report addressing the review comments. Schedule We will notify UNCC to obtain site utility clearances once the Notice to Proceed(NTP)is provided. We anticipate that we can begin performing the field investigation within two(2)to three(3)weeks after clearance of the utilities provided that weather is permissible and drill rig is available.We estimate that the field drilling will take twelve(12)days to complete and approximately twenty(20)business days for laboratory testing to be completed. A draft geotechnical report will be available within 2 weeks after the laboratory testing is completed. The final report will be available within 5 business days after the review comments are received. Fee The estimated fee for the geotechnical engineering services is$158,481.00. The itemized fee is provided below: Field Exploration,Lab Testing and Report Item Estimated Cost Field Investigation Subcontracts $63,380.00 GEG Field and Geotechnical Lab $61,251.00 Office Engineering $26,440.00 Grout Backfill $7,410.00 Total= $158,481.00 Granite Engineering Group,Inc.11110 Elkton Dr.,STE B,Colorado Springs,CO 80907 I Tel 719-716-9009 2 WCR 34-17 Roundabout and New Bridges Proposal No: 25-302 Weld County, Colorado 2-15-26 The cost for our geotechnical engineering services will be billed on time and material basis. We will not exceed our estimated budget without prior notice and authorization from AtkinsRealis. Exclusions 1. As drilled survey locations of the borings will be provided by others. Boring location will be marked by us with paint or stakes at the time the borings are drilled. 2. Environmental investigation or analysis. We will perform these services in a manner consistent with the standard of care and skill ordinarily exercised by members of the profession practicing under similar conditions in the geographic vicinity and at the time the services will be performed. Therefore,no warranty or guarantee expressed or implied is part of the services offered by this proposal. We appreciate your consideration us for this work and look forward to working as your geotechnical consultant on this and future projects. If we can be of further assistance,please contact us at 719-716- 9009. Respectfully Submitted, GRANITE ENGINEERING GROUP,INC. • Hai Ming Lim,PE Project Manager Attachment: Fee Estimates Granite Engineering Group,Inc.1 1110 Elkton Dr.,STE B,Colorado Springs,CO 80907 1 Tel:719-716-9009 3 17, ; ! @ @ - G m , 'g .!| ;■ Eam,mm 888 , . . f ] ''! ) f \ 7 /| . . . s(\k§ ,:! : ; :_::00■ ■lR;l0,00/ 00000 00 St . ® ( ' ° ' \_ \ \ / °! 2 / di /22 © ��, § - a - a. EW ,' ; ■ ee,e© - - ■\ !kP2 z k!! © ° , ) : ` . , : , !!! ; |!!)){ ; / / >! | . � ` #-, ` ` }� �§!�■� � ! ! ! , m■ , 0 222 ! 88888888888 ,�&! ; .., . ���_� P. © � ; ! / §- ' §■m m ■a §m§;« ,!|7``` - - - mi ; , : m ' - [ ----7 ®--- ®-- -®---®®-- - \ H / g - - - , 0 } \ � )2 ,,..°g. }2 ;7:: ' ik;2§ III )2a2..„Rm„, os # j \ | �§ _ _ ! : 'gm , 2 ! . ! i` �� 3 \ `{I ! i } � ' _ _\ �! '` . — -ui \� § ! / ; - f . zo ={{ t8., iiitc - . 72 e - `», . - § ! | f§2f � �(!/!! / � ) ` |®■ .kI |YM� - . § ; § \/ ��,rlk {2 ! |Cij |:27"`"., § =;�:3:;:i;;;;;;:si.7::J ■ a1 i.- k\{//\ za3 ■ . —mm.v 277;!}f ( • ESTIMATE Way Data Solutions 1101 S Huron St, Ste Z Denver, CO 80223 Weld County - WCR 34 & WCR 17 Counts AtkinsRealis Monday, January 26, 2026 Attn: Anna Ericson Collection Type Quantity Unit Rate Total (4)72-Hr ADT's (V/S/C) 4 EA 450.00 1,800.00 (1)4-Hr AM/PM TMC 4 Hr 90.00 360.00 Total Amount Due: $2,160.00 Until written NTP is received and confirmed,availability is subject to change NELSON APPRAISAL AND CONSULTING, LLC Nelson Appraisal and Consulting,LLC 325 25tn Street Denver,CO 80205 February 18, 2026 AtkinsRealis 4600 S. Ulster St. Suite 1100 Denver,CO, 80237,US Attention: Jeffrey Hanna SR/WA, LSI ROW Program Manager Mountain&West Regions RE: WCR34/CR17 Intersection&Bridge Improvements(Review Appraisals) Project Properties Parcel# Address/If Assigned Owner 120908400001 16191 COUNTY ROAD 17 WELD MCLAUGHLIN GARY L 120908400002 LABAU KAY T LIVING TRUST 120909200002 PUBLIC SERVICE CO COLO 120916000001 8152 COUNTY ROAD 34 WELD DPS HOLDINGS LLC 120916000026 DIXIE WATER LLC 120917100013, 9053 COUNTY ROAD 34 WELD ARISTOCRAT ANGUS RANCH LLC 120917100016 120917100015 15649 COUNTY ROAD 17 WELD HOUSTON KIM Y 120908000019 16465 COUNTY ROAD 17 WELD SKYLAR V HOUSTON LIVING TRUST Mr. Hanna: This is my proposal to complete review appraisals of the above captioned properties.The scope of work follows. Scope of Work/Services - Review Appraisal Reports 1. The assigned reports will be reviewed for completeness, accuracy, adequacy, relevance,and reasonableness. 2. The reviews will include a field inspection of the subject property and comparable sales. 3. The review reports will be prepared in accordance with the Uniform Standards of Professional Appraisal Practice (USPAP); the CDOT Right-of-Way (ROW) Manual (Chapter 3); the Uniform Appraisal Standards for Federal Land Acquisition (UASFLA); the appropriate state laws, regulations, policies, and procedures applicable to the appraisal of real estate for right-of-way;the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as NELSON APPRAISAL AND CONSULTING,LLC—325 25th STREET—DENVER,CO. 80205 303-380-7985 telephone;cnelsoninelsonappraising.com email amended, commonly known as the Uniform Act; 49 CFR Part 24; 23 CFR Part 710; §38-1-101 et seq. C.R.S.; and §24-56-101 et seq. C.R.S. 4. A summary review report will be developed for each appraisal,and a Fair Market Value(FMV)report will be provided,rejecting, accepting, or recommending the appraisal under review. The review reports will be presented using Colorado Department of Transportation (CDOT) Review and Fair Market Value (FMV) templates. 5. The scope of this assignment does not include developing an opinion of value, and I will not complete the analysis required to support an independent opinion of the value of the subject parcels under review. 6. The review appraisal services fee will be$175.00 per hour or$1,400 daily. Given 9 review reports, the fee will be 6 hours per report, or $1,050 per review report. The total review fee for eight assignments is $8,400. This fee includes overhead and related expenses. 7. The table below shows the total assignment fee. Total Assignment Fee Review Appraisal Fee $9,450 Total Fee $9,450 If you need further clarification or additional information, feel free to contact me. Respectfully submitted, ram., Charles Nelson, MAI Certified General Appraiser In Colorado#CG1323474 NELSON APPRAISAL AND CONSULTING,LLC—325 25th STREET—DENVER,CO.80205 303-380-7985 telephone;cnelson@,nelsonappraising.com email QT2 utility Scope of Work engineers a kiwa company WCR34 and WCR17 QLB Investigation_Rev4 February 26,2026 AtkinsRealis ATTN:Joseph Zufall, PE Email:joseph.zufall@atkinsrealis.com Tel: 303.214.0844 Mob:720.323.1251 RE:Award Letter Mr.Zufall, Thank you for the opportunity to propose on this project. Our experience providing subsurface utility engineering for State DOTs, counties, municipalities, and various public works departments will enable us to complete this utility investigation and meet the program and project goals. For more information, please visit www.T2ue.com. Our Scope of Services is further detailed in the project understanding section of the proposal.The proposal has been prepared based on information received from AtkinsRealis. We have provided you with a Not-to-Exceed Time and Material Fee to complete the specific items described within the Scope of Services. We respectfully request any comments or questions you may have. Sincerely, T2 UES,Inc. Kristen Miller, P.E. Project Manager 150 Capital Drive, Suite 190 Golden,CO 80401 kristen.miller@t2ue.com 303.549.1424 Learn more at T2ue.com I Page 1 T2 utility engineers Scope of Work a kiwa company WCR34 and WCR17 QLB Investigation_Rev4 PROJECT UNDERSTANDING Weld County Public Works (Owner) and AtkinsRealis (Client) request Subsurface Utility Engineering (SUE) services to support the WCR34 and WCR17 intersection improvements project. Figure 1 below shows the limits of the SUE Investigation depicted in a red polygon.The Client has requested that the SUE investigation include 0.5miles north,south,and west of the intersection,4,200 feet east of the intersection, and 200 feet outside of the ROW line. T2 UES, Inc. performed a preliminary utility investigation for the project limits and identified 10 utility owners. There are an estimated 62,000 feet of subsurface utilities within the limits of this SUE investigation.The estimated linear footage is based on the QLD investigation of the intersection and records collected during that QLD investigation. It is understood that the Client desires to comply with the requirements outlined in Colorado Revised Statutes,Title 9,Article 1.5 (CRS 9-1.5) and perform an ASCE/UESI/CI 38-22: Standard Guideline for Investigating and Documenting Existing Utilities compliant SUE investigation that is signed and sealed by a Professional Engineer.The T2 UES, Inc.team will utilize the ASCE/UESI/CI 38-22 standard for collecting and documenting the existing utilities and building a high-quality representation of the existing utilities. This process will include an iterative field investigation and drawings signed and sealed by a Professional Engineer licensed in Colorado in accordance with all the requirements outlined in the State Law. tiy, �� I i _ % fi,._ : Y Ail i. -- .' �,, ...f/ . 1:9: "17, :1 re...:„.144.._. .,,. ::1 1� ® , a. .. i• .11......-.................:e....... . •�a../ ' 1. , .. . .. collitiet; , 0 * • Learn more at T2ue.com I Page 2 T2 utility engineers Scope of Work a kiwa company WCR34 and WCR17 QLB Investigation_Rev4 PROJECT APPROACH T2 UES, Inc.'s general workflow to our approach is outlined below and includes weekly updates for the entire project team: 1. Perform records research. 2. Perform a geophysical investigation(field designating). 3. Perform a survey of utility appurtenances and markings placed by our designators. 4. Complete utility depictions as outlined in the ASCE/UESI/CI 38-22 standard. 5. QA/QC of our investigation's findings based on existing records and our fieldwork. 6. Review the investigation's findings with the design team and project stakeholders. 7. Coordinate and perform QLA test holes. 8. Provide documentation of the completed utility investigation findings—signed and sealed by a licensed engineer. ASCEIUESIICI 38-22 provides a nationally recognized standard guideline for collecting and documenting existing subsurface utility data. The quality level provides a professional opinion of the quality and reliability of the utility information.The four quality levels are as follows: • Quality Level D (QLD): Utility Quality Level D (QLD) information is determined primarily from the review and documentation of existing second-party information,such as utility records,historical project records,permits,verbal accounts,the existence of service, visual indicators,and/or One-Call markings,put into context with any other information the SUE Professional has in their possession during a Utility Investigation. • Quality Level C (QLC): Utility Quality Level C (QLC) information is determined by correlating underground Utility Segments from existing second-party information to observable and measurable visible Utility Features.QLC does not refer to the Utility Feature or portion of the visible Utility Segment. It refers to the unobservable portion of the Utility Feature or Utility Segment that connects to visible,typically aboveground or within an accessible vault,surveyed Utility Features. • Quality Level B (QLB): A Utility Quality Level B (QLB) may be assigned to a Utility Segment after the application of appropriate surface geophysical methods to identify the existence and approximate horizontal position of utilities (a Utility's "Designation"), followed by survey and documentation,review of available field and office data,and a final determination of the position for the Utility Segment or Utility Feature on the Deliverables.All aforementioned tasks are performed under the direct responsibility of the SUE Professional.The largest potential error source is usually the geophysical findings and results interpretation. • Quality Level A(QLA): Quality Level A(QLA) builds on QLB information by confirming the existence, exact locations,and other attributes of subsurface utility through the utility's exposure using safe excavating practices. QLA data are determined by physically exposing an unobservable utility feature or utility segment(essentially making it observable)and documenting its spatial extent and characteristics with high accuracy. Conventional accuracies shall be 0.1ft (30mm) vertical and 0.2ft (60 mm) horizontal for the measurements of the outside limits of the utility features or utility segment that is exposed. Learn more at T2ue.com I Page 3 41T2 utility engineers Scope of Work a kiwa company WCR34 and WCR17 QLB Investigation_Rev4 SCOPE OF WORK The scope of services identified below provides for a QLA,QLB,QLC,and QLD investigation. T2 UES, Inc. shall conduct, document, stamp, and seal a Subsurface Utility Engineering (SUE) investigation of the project area to document existing utilities within the project limits.As part of the SUE investigation for this project,T2 UES, Inc.will work on the following tasks: QLBICID Investigation Utility Records Research • Submit a Subsurface Utility Engineering ticket to Colorado 811 to aid in the identification of Utility Owners that may have facilities on or be affected by the project. • Request,collect,and review applicable utility facility records available through Utility Owner(s),such as one-call notification,service maps, as-built drawings, standard drawings, service plats, construction plans from prior projects, local government or Agency permit exhibit drawings,and oral histories gained through interviews with Utility Owner officials and authorities. • Compile a list of all utility companies contacted for information. Note information received with contact information for each response and note non-response if applicable. Field Utility Investigation (Utility Designation) • Utilize appropriate surface geophysical techniques to determine the approximate horizontal position of utilities within the project area. Once designated (horizontally positioned),verified utilities are marked using appropriate pink paint and flagging,the standard industry color for temporary survey markings.Utilities type or ownership that the field investigation cannot confirm will be termed"unknown."T2 UES,Inc.will utilize equipment including pipe and cable locators(PCL),Ground Penetrating Radar(GPR),magnetometers,and detectable sondes. • If accessible, structures connected to gravity-fed systems will be opened, and inverts will be measured. Invert information and, where accessible, pipe size/material for the sewers will be collected at manholes/catch-basins from the surface and shown on the drawings accordingly.The alignment of the sewer pipes will be shown on the drawing based on a combination of record information received,results of the invert investigation,surveyed manholes/catch-basins,and professional judgment.If chambers are full of water or confined space entry is required,extra costs will be incurred and discussed with the Client in advance. • T2 UES,Inc.will hire a survey subconsultant to survey the utility designation marks and utility appurtenances referenced to the project survey controls.The results of this utility investigation and any survey work performed in conjunction with the investigation will be tied to the project datum specified by the client and existing survey grade control points provided to T2 UES,Inc. QA/QC and Professional Services • Generate and review permits and Maintenance of Traffic plans. • Review the field investigation documents and records collected for records research.Use professional judgment to assign quality levels and horizontal positions to subsurface utilities. • Consolidate and draft the collected field information in an AutoCAD and PDF deliverable using Weld County Standards. QLB/C/D Utility Investigation Assumptions. Exclusions, and Stipulations • T2 UES,Inc.cannot guarantee we will find all unknown,abandoned,retired,or inactive utilities. • Individual utility services to homes and buildings will include water,electricity,and natural gas,telephone,and CAN. • T2 UES, Inc.will request information from utility owners and private property owners within the project limits regarding the presence of any underground storage tanks(USTs),septic fields,thrust blocks,and cathodic protection systems.If any of these structures exist,they will be notated in the SUE model and the SUE plans. If there are any surface utility appurtenances found associated with these structures,they will be surveyed as a part of the utility survey. • T2 UES,Inc.will designate any control wires for landscape irrigation and will identify any sprinkler heads that are visible from the surface. Learn more at T2ue.com I Page 4 4/.. 1 2 utility engineers Scope of Work a kiwa company WCR34 and WCR17 QLB Investigation_Rev4 • Overhead utility lines will be shown as a singular line running pole to pole.We will attempt to identify both ownership&connections on the poles and incorporate this information into the plans using pole diagrams, images,and/or spreadsheets(or some combination thereof)as best suits this project and existing site conditions. • No butterfly diagrams or 3D modeling(with pipe networks)will be included in this scope. • The removal of Colorado 811 paint marks or designation marks is not included. • The degree of success of a ground-penetrating radar(GPR) investigation is based entirely on the soils'composition and the subsurface targets'depth and scale.Electrically less-conductive soils,such as quartz sands,typically allow for the detection of some utilities and/or their trenches at depths greater than 10 feet.Electrically conductive soils,such as clay,moist silt,or saline soils,typically preclude the investigation of targets deeper than three to six feet.Due to the unknown receptiveness of specific site soils to the passage of radar energy,conclusive results cannot be guaranteed from GPR. • Diagrams of the conduits within vaults are excluded. • No utility coordination,relocation design,or conflict analysis will be performed in this scope. • It is assumed there is no permit fee for work in Weld County right of way. QLA Investigation T2 UES, Inc. has estimated that up to 127 Quality Level A test holes will be required. The quantity of QLA test holes is based on Weld County's minimum test hole spacing requirements. Weld County also requires a test hole be performed at the edge of the road and in the center of the road for each roadway crossing. Below is a summary table outlining how T2 UES, Inc. arrived at 127 Test holes. T2 UES, Inc. will attempt to schedule multiple vac trucks and crews operating each day and will attempt to share traffic control setups to minimize traffic closures and control costs. Maximum Test Linear Number of Type of Utility Hole Spacing Feet of Roadway Quantity of Test Holes Distance(ft) Utility(ft) Crossings (Distance+Crossings) Water 500 33,000 6 58+ 18=74 Oil&Gas 500 20,000 3 30 +9=39 Telephone/Fiber 1000 5000 2 3+6=9 Electric 200 500 1 2+3=5 T2 UES, Inc.shall use minimally intrusive excavation techniques,which ensure the safety of the excavation and the integrity of the utility line to be documented. Other lines which may be encountered during the excavation will be noted.To help minimize the number of test holes required, T2 UES, Inc.will lay out the holes and re-designate the associated utility before excavation with input from the County. Test Hole Data Reports will be signed and sealed by a professional engineer and shall include project-specific coordinates,depth of the utility from the existing ground,material,and size of the utility found. QLA Investigation Assumptions • It is assumed that each hole will be excavated to find one utility per hole.If additional utilities are discovered within a hole,data for each will be collected,and a separate test hole report will be provided at no additional cost.The standard test hole dimension is a maximum of 10 feet deep and 18 inches wide. • The Client will have test hole locations determined and right-of-entry secured before T2 UES, Inc.'s services commence. If the parameters of the QLA investigation change after T2 UES,Inc.has initiated QLA services,T2 UES,Inc.will discuss the implications for workflow,traffic control,and other activities with the Client and determine if a change order or additional funds are needed to account for the changes. Learn more at T2ue.com I Page 5 T2 utility engineers Scope of Work a kiwa company WCR34 and WCR17 QLB Investigation_Rev4 • If concrete or asphalt coring is required,it will be completed under the reimbursable section for$200 per hole. • If the dimensions of a utility necessitate a test hole diameter exceeding 18 inches,trenching will be billed at a rate of$450 per foot.Trenching assumes a maximum depth of 10 feet. • The standard price for test holes indudes excavation to a depth of ten feet.An additional$95/foot will be billed as a reimbursable expense for every foot of depth over ten feet.If a test hole is on a QLC or QLD utility line,T2 UES, Inc.will excavate to a maximum depth of ten feet unless directed otherwise by the Client. • T2 UES, Inc. will do everything within our control to access the test hole locations; however, some areas may be inaccessible due to unsuitable terrain,limited access,weather conditions,truck limitations,safety concerns,etc.,and may not be able to be excavated.If any of these instances occur,they will be discussed with the Client and noted accordingly. • T2 UES, Inc.will provide traffic protection per local municipality specifications and permit requirements.This item will be subcontracted to a local traffic control company. The fee provided for this service is estimated based on quoted daily rates from the provider and a 10% coordination fee. • Removal of One-Call marks and designation paint, concrete panel replacement or restoration, landscape restoration,and shoring are not included. • The QLA test hole crew rates include One Call Management,Project Management,One Vac Crew with Personnel and Equipment, Survey, Concrete/Asphalt Coring,Updating the QLB/C/D SUE plans with QLA information,and QLA Test Hole Reports stamped by CO PE. • The provided rate for the per day for a QLA test hole crew assumes a minimum working time of eight hours per day. If T2 UES, Inc.is not able to work at least eight hours in a single day,we will invoice at the hourly crew rate. • Test hole restoration will conform to Weld County ROW Permit requirements.Per Weld County Permit requirements:Test holes in the natural ground will be backfilled using squeegee(crushed pea gravel),with a tamper used to ensure backfill is fully compacted.Test holes done in the asphalt will first be cored with the intact core removed.After completion of the test hole,hole will be backfilled using flowfill(if required) or squeegee(crushed pea gravel)if allowed by Weld County Permit. If backfilled with squeegee,a tamper will be used to ensure backfill is fully compacted.The core will be restored using Utilibond,which seals the core in place and prevents water from seeping into the subgrade. • It is assumed that flowable fill will be required for test holes performed in pavement.The cost estimate assumes there will be 36 test holes in pavement. SUE Investigation Deliverables Deliverables produced from this Subsurface Utility Engineering(SUE)investigation will be: • A utility drawing showing the location of the utilities within the investigation area at the achieved ASCE 38-22 Quality Level.Utility line work will be depicted according to Weld County's SUE Manual and SUE template.This drawing will be a digital 11"x 17"PDF plan set signed and sealed by a licensed PE.The drawing will include invert elevations referencing the Client's specified project datum and a utility contact list with utility providers,contact names,email addresses,and phone numbers,as well as other relevant information acquired during the utility records research. SUE drawings will include boundaries of the existing easements. Boundaries of existing easements will be provided by the Client to T2 UES,Inc. • An electronic file containing utility line work in AutoCAD Civil3D format using Weld County standards. The data collected in the QLA investigation will then be incorporated into the existing utility drawing. • Test hole Summary Reports presented in electronic format signed and sealed by a licensed PE.Test Hole Data Reports shall include project- specific coordinates, depth of the utility from the existing ground, material, and size of the utility found. The data collected in the QLA investigation will then be incorporated into the existing utility drawing. • T2 UES,Inc.will submit SUE deliverables at Concept,60%,95%,and final stamped plans at Advertisement. Learn more at T2ue.com I Page 6 C�T2utility engineers Scope of Work a kiwa company WCR34 and WCR17 QLB Investigation_Rev4 CLIENT RESPONSIBILITIES The Client and/or their representative will provide the following services: • The Client will have right-of-entry secured before T2 UES, Inc.'s services commence. • If changes occur to the project limits after T2 UES,Inc.has reviewed the plans,any recognized changes to workflow,traffic control,or other miscellaneous activities will be discussed with the Client to see if a change order or additional funds are needed to account for the changes. • In situations beyond the control of the SUE Consultant,the Client will assist in obtaining required data/information from other local,regional, State,and federal agencies. • The Client will provide review,comment,or direction within 10 business days to aid T2 UES Inc.in completing an assigned task or maintaining the established project schedule. • The Client will provide any CAD and/or PDF files of the design provided by others and those files will be accurate and suitable for use by T2 UES,Inc.T2 UES,Inc.assumes that these files are approved and that they are the most current and up-to-date files available,including any and all approved addendums. • Client to provide topo and survey control and other relevant files to incorporate the SUE work completed by T2 UES,Inc. GENERAL ASSUMPTIONS • T2 UES Inc.will supply pertinent CAD files through ShareFile. • This Scope of Services has been detailed to ensure we are providing the services desired and agreed to by the Client and T2 UES, Inc. Services not specifically listed are assumed to be excluded from T2 UES,Inc.'s scope. • Possible delays to the schedule will be discussed with the Client as soon as they are identified. SCHEDULE The project will commence upon written notice provided by the Client to proceed. T2 UES, Inc.'s work will be done in accordance with the project's delivery milestones. ESTIMATED FEE Please see the attached sheet for a full cost breakdown. T2 UES, Inc.will not exceed the estimated fee without prior authorization from the Client.An invoice will be prepared monthly with one final invoice upon completion for the actual work performed, up to the estimated budget amount.T2 UES, Inc.appreciates this opportunity to provide professional Subsurface Utility Engineering services for this project. Please do not hesitate to call if you have any questions or require additional information. Learn more at T2ue.com I Page 7 T2 utility engineers Scope of Work a kiwa company WCR34 and WCR17 QLB Investigation_Rev4 2/19/2026 Subsurface Utility Engineering utilityengineers SUE Quality Levels"A"(Locating) &"B"(Designating) g T2 UES,Inc.Proposal PROJECT ESTIMATE SUE QUALITY LEVEL B, C, & D Geophysical Investigation "Designation" Designating(1-man crew) 0 hours @ $220 per hour $0.00 Designating(2-man crew) 155.00 hours @ $315 per hour $48,825.00 Subtotal: $48,825.00 Survey Survey Subconsultant Reimbursable @ Cost+ 10% $22,000.00 Subtotal: $22,000.00 Professional Services Professional Engineer 20.00 hours @ $215 per hour $4,300.00 Project Manager 35.00 hours @ $175 per hour $6,125.00 SUE Manager 34.00 hours @ $175 per hour $5,950.00 ,Assistant Project Manager/EIT 15.00 hours @ $125 per hour $1,875.00 CADD Technician 110.00 hours @ $125 per hour $13,750.00 Administration 18.00 hours @ $110 per hour $1,980.00 Subtotal: $33,980.00 Permits,Maintenance of Traffic,&Miscellaneous Expenses APermits:(Weld County) Reimbursable @ Cost+ 10% $0.00 ATraffic Control+MOT Plan(assumes 0 days) Reimbursable @ Cost+ 10% $0.00 Subtotal: $0.00 SUE Quality Level B,C,&D Total $104,805.00 SUE QUALITY LEVEL A Test Hole Excavation °Quality Level A Test Holes-Up to 10 feet deep and 18 inches wide 127 holes @ S1.050 per hole $133,350.00 Excessive Depth-Depth Over 10 feet 125 feet @ $95 per foot $11,875.00 Exploratory Trending-Width Over 18 inches(up to 10 feet deep) 10 feet @ $450 per foot $4,500.00 Asphalt or Concrete Coring 36 cores @ $200 per core $7,200.00 Flowable Fill Backfill(Assurxes$300 per hole for 36 holes) Reimbursable @ Cost+10% $11,880.00 Subtotal: $168,805.00 Permits&Maintenance of Traffic APermits: (Weld County ROW permits) Reimbursable @ Cost+ 10% $0.00 'ATraffic Control+MOT Plans Reimbursable @ Cost+ 10% $35,000.00 Subtotal: $35,000.00 SUE Quality Level A Total $203,805.00 GRAND TOTAL $308,610.00 A Proposal estimate only,the cost may vary plus or minus due to unknown field conditions 8 municipalities requirements.Proposal assumes a minimum working time of 6 hours/day.Proposal estimate is valid for a full 60 days from date listed above. 5QLA Test Hole rates include One Call Management,Project Management,One Vac Crew with Personnel and Equipment,Survey,Updating the QLB/C/D SUE plans with MA information,and OLA Test Hole Reports stamped by CO PE. Note: In the event the estimated hours for mapping of utilities for this project is over the estimated amount,a change order wiN be completed prior to the completion of the project to account of the project overage. If less utilities are found,only the utilities hours used will be Invoiced. Learn more at T2ue.com I Page 8 AIWCORE, CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) `�- 03/05/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MARSH USA,LLC. NAME' - - - TWO ALLIANCE CENTER PNA/C.C.NE FAX ( No.Eat): (A/C,No): 3560 LENOX ROAD,SUITE 2400 E-MAIL ATLANTA,GA 30326 ADDRESS. INSURER(S)AFFORDING COVERAGE NAIC II CN102421774-Atkin-GAWU-25-26 NOC - INSURER A: Starr Indemnity 8 Liability Company - 38318 INSURED INSURER B: AtkinsR2alis USA Inc. 4030 West Boy Scout BNd. INSURER C: Suite 700 INSURER D: Tampa,FL 33607 - INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: ATL-006153350-01 REVISION NUMBER: 2 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD wvo POLICY NUMBER (M YYY M/DD/ Y) (MMIDOIYYYYI A x COMMERCIAL GENERAL LIABILITY 1000090872251 10/15/2025 10/15/2026 EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES Ea occurrence) $ 1,000,000 MED EXP(My one person) $ 50,000 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 X POLICY JECT LOC PRODUCTS-COMP/OP AGG $ 4,000,000 OTHER: $ A AUTOMOBILE LIABILITY 1000679654251 10/15/2025 10/15/2026 tCOMBINEDrSINGLE LIMIT $ 2000000 X ANY AUTO BODILY INJURY(Per person) $ — OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY (Per accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION S $ A WORKERS COMPENSATION 1000003953 10/15/2025 10/15/2026 X STATUTE OTH- ER AND EMPLOYERS'LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE Y� NIA E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBEREXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re,Contract No.TBD,Bid Package No.B2500142-Professional Engineering Design Services for the WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project Weld County,its successors or assigns;its elected officials,employees,agents,affiliated entities,and volunteers are included as additional insured where required by written contract with respect to general liability and auto liability coverages. Waiver of subrogation is applicable where required by written contract and subject to policy terms and conditions. This insurance is primary and non-contributory over any existing insurance and limited to liability arising out of the operations of the named insured subject to policy terms and conditions. CERTIFICATE HOLDER CANCELLATION Weld County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE PO Box 758 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Greeley,CO 80632 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA LLC A - O ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 1000679654251 COMMERCIAL AUTO CA 04 22 11 20 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. Named Insured: Atkinsrealis Group Inc. Endorsement Effective Date: 10/15/2025 SCHEDULE Number Of Days'Notice: 30 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in Paragraph 2. of either the Cancellation Common Policy Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above. CA 04 22 11 20 © Insurance Services Office, Inc., 2019 Page 1 of 1 STARR INDEMNITY & LIABILITY COMPANY A MEMBER OF STARR COMPANIES Dallas, TX 1-866-519-2522 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 18 (Ed. 4-15) AMENDMENT—30 DAY NOTICE OF CANCELLATION FOR THIRD PARTIES We agree to give thirty (30) days' notice of cancellation to the following certificate holder(s) in the event that we cancel the policy for any reason other than non-payment of premium: SCHFIlIII F ANY PERSON OR ORGANIZATION TO WHOM OR TO WHICH YOU AREREQUIRED TO PROVIDE NOTICE OF CANCELLATION IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT We will endeavor to provide advice of cancellation(the"Advice")to the certificate holders listed in the schedule by e-mail. Certificate holders include only those entities for which thirty (30) days' notice of cancellation is required by an "insured contract" but only with respect to an entity for which you are directly or indirectly performing your work. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such Advice will neither extend the policy cancellation nor negate cancellation of the policy; nor will such failure result in obligation or liability of any kind upon us,our agents or representatives. This endorsement does not affect, in any way, coverage provided under this policy, the cancellation of this policy or the effective date of cancellation. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: Policy No.: too 0003953 Endorsement No.: Insured: Premium: olB.m�y.�y,,ae n�n�mnwie r,���Am Michelle o sa mc..ou=Assistant Muscato nr °` mall=mtl110 rtuBum�mBM.mm Insurance Company: Countersigned by: oam:zozs.,o.,o,o:oe:,,aaa WC 99 06 18 (Ed. 4-15) Copyright©Starr Indemnity&Liability Company.All rights reserved. Page 1 Of 1 POLICY NUMBER: 1000090872251 COMMERCIAL GENERAL LIABILITY CG02241093 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Number of Days'Notice 90 (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in paragraph 2. of either the CANCELLATION Common Policy Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above. CG 02 24 10 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 ❑ COMMERCIAL AUTO SICA-1024 06 21 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - SCHEDULED PERSON OR ORGANIZATION AMENDATORY ENDORSEMENT Policy Number. 1000679654251 Effective Date: 10/15/2025 Named Insured: Atldnsrealis Group Inc. This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(es)carefully. BUSINESS AUTO COVERAGE FORM AUTO DEALERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE Additional Insuned(s): Where required by written contract It is hereby agreed that SECTION II—COVERED AUTOS LIABILITY COVERAGE A. Coverage, 1.Who Is An Insured of the Business Auto Coverage Form and Motor Carrier Coverage Form, and SECTION I —COVERED AUTOS COVERAGES, D. Covered Autos Liability Coverage, 2. Who Is An Insured of the Auto Dealers Coverage Form are amended to include the following: Any person or organization, shown in the schedule above, to whom you become obligated to include as an additional insured under this policy,as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability for"bodily injury" or"property damage' caused, in whole or in part, by your use of a covered 'auto". However,the insurance afforded only applies to the extent permitted by law,and will not exceed the lesser of: (1) The coverage and/or limits of this policy; or (2) The coverage and/or limits required by said contract or agreement. All other terms and conditions of this policy remain unchanged. SICA-1024 06 21 Copyright©Starr Indemnity&Liability Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc-,with its permission. COMMERCIAL AUTO SICA-1017 (0919) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. INSURANCE PRIMARY AS TO CERTAIN ADDITIONAL INSUREDS AMENDATORY ENDORSMENT Policy Number: 1000679654251 Effective Date: 10/15/2025 Named Insured: Atkinsrealis Group Inc. This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies)carefully. BUSINESS AUTO COVERAGE FORM SECTION IV—BUSINESS AUTO CONDITIONS, B. General Conditions, 5. Other Insurance, c., is amended by the addition of the following: The insurance afforded under this policy to an additional insured will apply as primary insurance for such additional insured where so required under an agreement executed prior to the date of accident. We will not ask any insurer that has issued other insurance to such additional insured to contribute to the settlement of loss arising out of such accident. All other terms and conditions of this Policy remain unchanged. SICA-1017 (0919) Copyright©Starr Indemnity&Liability Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. COMMERCIAL AUTO SICA-1020(0919) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (BLANKET WAIVER OF SUBROGATION) AMENDATORY ENDORSEMENT Policy Number: 1000679654251 Effective Date: 10/15/2025 Named Insured: Atkinsrealis Group Inc. This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies)carefully. AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM A. It is hereby agree that SECTION IV—BUSINESS AUTO CONDITIONS,A. Loss Conditions, 5. Transfer Of Rights Of Recovery Against Others To Us of the Business Auto Coverage Form,and SECTION V—MOTOR CARRIER CONDITIONS,A. Loss Conditions, 5. Transfer Of Rights Of Recovery Against Others To Us of the Motor Carrier Coverage Form are deleted in their entirety and replaced with the following: If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after"accident"or"loss" to impair them. However, we waive any right of recovery we may have against any person or organization to the extent required of you by a written contract executed prior to any"accident" or"loss", provided that the "accident"or "loss" arises out of the operations contemplated by such contract. The waiver applies only to the person or organization designated in such contract. B. It is hereby agreed that SECTION IV — CONDITIONS, A. Loss Conditions, 5. Transfer Of Rights Of Recovery Against Others To Us of the Auto Dealers Coverage Form is deleted in its entirety and replaced by the following: If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after"accident"or"loss"to impair them. However, we waive any right of recovery we may have against any person or organization to the extent required of you by a written contract executed prior to any "accident"or"loss", provided that the "accident"or "loss" arises out of the operations contemplated by such contract. The waiver applies only to the person or organization designated in such contract. This condition does not apply to damages under Paragraph C. Locations And Operations Medical Payments Coverage of Section II—General Liability Coverages. All other terms and conditions of this Policy remain unchanged. SICA-1020 (0919) Copyright©Starr Indemnity&Liability Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. POLICY NUMBER: 1000090872251 COMMERCIAL GENERAL LIABILITY CG20101219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Where required by written contract or agreement. Where required by written contract or agreement. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to 1. All work, including materials, parts or include as an additional insured the person(s) or equipment furnished in connection with such organization(s) shown in the Schedule, but only work, on the project (other than service, with respect to liability for "bodily injury", "property maintenance or repairs) to be performed by or damage" or "personal and advertising injury" on behalf of the additional insured(s) at the caused, in whole or in part, by: location of the covered operations has been completed; or 1. Your acts or omissions; or 2. That portion of "your work" out of which the 2. The acts or omissions of those acting on your injury or damage arises has been put to its behalf; intended use by any person or organization in the performance of your ongoing operations for other than another contractor or subcontractor the additional insured(s) at the location(s) engaged in performing operations for a designated above. principal as a part of the same project. However: C. With respect to the insurance afforded to these 1. The insurance afforded to such additional additional insureds, the following is added to insured only applies to the extent permitted by Section III—Limits Of Insurance: law; and If coverage provided to the additional insured is 2. If coverage provided to the additional insured required by a contract or agreement, the most we is required by a contract or agreement, the will pay on behalf of the additional insured is the insurance afforded to such additional insured amount of insurance: will not be broader than that which you are 1. Required by the contract or agreement; or required by the contract or agreement to 2. Available under the applicable limits of provide for such additional insured. insurance; B. With respect to the insurance afforded to these whichever is less. additional insureds, the following additional This endorsement shall not increase the applicable exclusions apply: limits of insurance. This insurance does not apply to "bodily injury" or "property damage"occurring after: CG 20 10 12 19 ©Insurance Services Office, Inc.,2018 Page 1 of 1 POLICY NUMBER: 1000090872251 COMMERCIAL GENERAL LIABILITY CG20371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Where required by written contract or agreement. Per schedule on file with company Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III —Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage" caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included 1. Required by the contract or agreement; or in the "products-completed operations hazard". 2. Available under the applicable limits of However: insurance; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted by This endorsement shall not increase the law; and applicable limits of insurance. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution from any other insurance available to the Primary And Noncontributory Insurance additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: 1000090872251 COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s)Or Organization(s): Where required by contract or agreement. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of We waive any right of recovery against the person(s) Rights Of Recovery Against Others To Us of or organization(s) shown in the Schedule above Section IV—Conditions: because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s)shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Any person or organization to whom you become obligated to waive your rights of recovery against, under any contract or agreement you enter into prior to the occurrence of loss. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: Policy No.: 100 0003953 Endorsement No.: Insured: Premium: Insurance Company: Countersigned by: WC 00 03 13 (Ed. 04-84) Page 1 of 1 A DATE /YYYY) CERTIFICATE OF LIABILITY INSURANCE 03/05/2026512026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MARSH USA,LLC. NAME: TWO ALLIANCE CENTER PHONE FAX 3560 LENOX ROAD,SUITE 2400 E-MAIL ATLANTA,GA 30326 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC S CN102421774-Atkin-EO-25-26 INSURER A: Lloyd Underwriters 32727 _ INSURED INSURER B: AtkinsRealis USA Inc. 4030 West Boy Scout Blvd. INSURER C: Suite 700 INSURER D: Tampa,FL 33607 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: ATL-006153351-01 REVISION NUMBER: 3 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MMIDD/YYYY) (MMIDD/YYYY), COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED CLAIMS-MADE OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY JET LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY _ AUTOS ONLY (Per accident) $ UMBRELLA LIAR OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER AND EMPLOYERS'LIABILITY Y/N STATUTE ERH ANYPROPRIETOR/PARTNER/EXECUTIVE NIA E.L.EACH ACCIDENT $ OFFICER/MEMBEREXCLUDED? N - (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Professional Liability B0509FINPA2550076 04/30/2025 04/30/2026 Limit:Per Claim 1,000,000 (claims made policy) Annual Aggregate: 2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re:Contract No.TBD,Bid Package No.B2500142-Professional Engineering Design Services for the WCR 34/17 Roundabout and BR34/17A Bridge Replacement Project CERTIFICATE HOLDER CANCELLATION Weld County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE POBox758 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Greeley,CO 80632 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA LLC ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CN102421774 LOC#: Atlanta ACO ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED MARSH USA,LLC. AtkinsRealis USA Inc. 4030 West Boy Scout Blvd. POLICY NUMBER Suite 700 Tampa,FL 33607 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Professional Liability: Professional Liability placement was made by Marsh Canada.Marsh USA has only acted in the role of a consultant to the client with respect to the placement,which is indicated here for your convenience. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Entity Information Entity Name* Entity ID* New Entity? Please use the job ATKINS REALIS USA INC SUP-30721 aid linked here to add a ❑supplier in Workday. Contract Name* Contract ID Parent Contract ID CR 34/17 ROUNDABOUT AND BR34/17A BRIDGE 10441 REPLACEMENT DESIGN CONTRACT Requires Board Approval Contract Lead* YES Contract Status CKIMMI CTB REVIEW Department Project# Contract Lead Email GR-83 CKimmi@weld.gov Contract Description* DESIGN CONTRACT BETWEEN ATKINS REALIS AND WELD COUNTY. THEY WILL BE DESIGNING THE ROUNDABOUT AT CR 34/1 7 AND THE BRIDGE REPLACEMENT FOR BR34/1 7A. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date AGREEMENT PUBLIC WORKS Date* 03/07/2026 03/11 /2026 Amount* Department Email $3,602,216.00 CM- Will a work session with BOCC be required?* PublicWorks@weld.gov HAD Renewable* YES Department Head Email Does Contract require Purchasing Dept. to be CM-PublicWorks- included?* Automatic Renewal DeptHead@weld.gov YES NO County Attorney Bid/RFP#* Grant GENERAL COUNTY B2500142 NO ATTORNEY EMAIL IGA County Attorney Email NO CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date* 03/05/2026 01 /01 /2027 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel .CURTIS HALL CHRIS D'OVIDIO BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 03/06/2026 03/06/2026 03/06/2026 Final Approval BOCC Approved Doc ID# AG 031126 BOCC Signed Date Originator BOCC Agenda Date CKIMMI 03/11 /2026 S PUBLIC WORKS DEPARTMENT l' o ' r , (970) 400-3750 J rl p ,' 1 1 1 1 H St., P.O. Box 758 G 0 U"T Greeley, CO 80632 February 27, 2026 To: Board of County Commissioners Subject: WCR 34 and WCR 17 Roundabout and BR34/17A Bridge Replacement Design Project Recommendation: RFP #62500142, As advertised, this solicitation is for the WCR 34 and WCR 17 Roundabout and BR34/17A Bridge Replacement Design Project. Public Works utilized the Qualifications Based Section Procurement Method to select a contractor for the design of the WCR 34 and WCR 17 Roundabout and Bridge Replacement Project. Six proposals were received; two were incomplete, one withdrew, and three met all submission requirements. Each proposal was reviewed and scored based on the published scoring criteria. Atkins Realis achieved the highest score (see attached RFP Scoring and Ranking Summary). Based on this evaluation, Weld County Public Works recommends awarding the contract to Atkins Realis in the amount of $3,602,216.00. Please find the following attached documents in support of this recommendation: • Pass Around Request • RFP Scoring and Ranking Summary • Scope and Fee If you have any questions, please contact me. Sincerely, .a- Curtis all l Director 2026-0457 3/y EG 0034 Weld County Public Works Department PROJECT: WCR 34/17 Roundabout and BR34/17A Bridge Replacement Design RFP Due Date: 01/09/2026 Summary of Committee Member Scoring Consultant Name Reviewer 1 Reviewer 2 Reviewer 3 Reviewer 4 Reviewer 5 Total Adjusted Score Atkins Realis 97 84.5 88.5 86 82.5 438.5 Ayers Associates Non-Responsive Non-Responsive Non-Responsive Non-Responsive Non-Responsive 0 Drexel BarrelI Withdrew Withdrew Withdrew Withdrew Withdrew 0 JR Engineering Non-Responsive Non-Responsive Non-Responsive Non-Responsive Non-Responsive 0 Muller Engineering 91 85 75.5 79 76 406.5 RMS 83 79.75 77 88 74.8 402.55 1861.p "?.;. Weld County Finance Department \// — Purchasing Division ,I bids[c�weld.gov c o u N T ' 1301 North 17th Avenue Greeley, Colorado 80631 Bid Opening Tabulation Title: WCR 34/17 Roundabout & Bridge Replacement Design Project Bid Number: B2500142 Department: Public Works Bid Opening Date: January 9, 2026 Award: March 4, 2026 Vendor(s) Name Muller Engineering Company Inc 7245 West Alaska Dr, Ste 300 Lakewood CO 80226 AtkinsRealis USA Inc 4600 S. Ulster St, Ste 1100 Denver CO 80237 Drexel, Barrell & CO 1376 Miners Dr, Ste 107 Lafayette CO 80026 JR Engineering LLC 7200 S. Alton Way, Ste. C400 Centennial CO 80112 RMS Inc 2221 E. Arapahoe Rd #3041 Centennial CO 80122 Ayres Associates Inc 3665 JFK Parkway Fort Collins CO 80525 The Public Works Department is reviewing the proposals. Hello