Loading...
HomeMy WebLinkAbout20242593.tiffCon -Wad- 1 Dttan PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND ATKINS REALIS THIS AGREEMENT is made and entered into this Z'1 ay of (WthiIpe v , 2024, by and between the Board of Weld County Commissioners, on behalf of Weld County Public Works Department, hereinafter referred to as "County," and AtkinsRealis USA Inc., 4600 South Ulster Street, Suite 1100, Denver, CO 80237, hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contract Professional is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contract Professional 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 Contract Professional and Contract Professional'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 Request for Proposal Solicitation Package No. B2400119, which may be described as SH392/WCR37 Intersection Improvements Project. Exhibit B consists of Contract Professional's Response to County's Request. 2. Service or Work. Contract Professional 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. Contract Professional 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 Contract Professional's completion of the responsibilities described in the attached Exhibits. Both 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. fi Via- �- 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contract Professional. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after recei�- ' g such notice to cure such breach. EC 0082 Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional 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, Contract Professional 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 Contract Professional 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, Contract Professional 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 Contract Professional shall be the basis for additional compensation unless and until Contract Professional 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. If written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional'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 Contract Professional 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 Contract Professional 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 Contract Professional's successful completion, and County's acceptance of the work, County agrees to pay Contract Professional an amount not to exceed $1,076,601.00 as set forth in the Exhibits. No payment more than 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 Contract Professional was improper because the service for which payment was made did not perform as set forth in this Page 2 Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional 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 Contract Professional hereunder and Contract Professional 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, Contract Professional 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 Contract Professional 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. Contract Professional agrees that it is an independent contractor and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County because of the execution of this Agreement. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the reputation and expertise of Contract Professional. Contract Professional 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. Contract Professional 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 Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, 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 Contract Professional and Contract Professional shall cooperate in such process. The Contract Professional shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Ownership. All work and information obtained by Contract Professional 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 Contract Professional 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 such materials are in completed form, shall always be considered the property of the County. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. Page 3 10. Confidentiality. Confidential information of the Contract Professional should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contract Professional 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., regarding public records, and cannot guarantee the confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional 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. Contract Professional agrees to advise its employees, agents, and Contract Professionals, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contract Professional 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. Contract Professional 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 Contract Professional produces a design to be used for construction purposes, Contract Professional 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 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 towards their Professional Liability Insurance. 12.Acceptance of Services Not a Waiver. Upon completion of the Work, Contract Professional 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 Contract Professional 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 Contract Professional, 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. Contract Professional must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall always keep the required insurance coverage in force during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contract Professional's insurer shall waive subrogation rights against County. The Contract Professional shall furnish a certificate of insurance for general liability, automobile liability, workers compensation, and professional liability upon notification of award and prior to performance. Work shall not commence under this Agreement/Contract until the Contract Professional has submitted to the County, and received approval thereof, the certificate of insurance showing compliance with the following types and coverage of insurance. Page 4 General Liability: Commercial General Liability Insurance written on an Insurance Services Office occurrence form, covering premises operations, fire damage, independent Contract Professionals, products and completed operations, blanket contractual liability, personal injury, and advertising liability with the minimum limits as follows: Each Occurrence General Aggregate Personal Injury Medical Payment $1,000,000 $1,000,000 $5,000 Per person Automobile Liability: Automobile Liability Insurance covering any auto (including owned, hired, and non -owned autos) with a minimum limit of $1,000,000 each accident combined single limit. Workers Compensation: Workers Compensation insurance as required by state statue, and employers' liability insurance covering all Contract Professional's employees acting within the course and scope of their employment. Professional Liability: Professional Liability Insurance covering any damages caused by an error, omission or negligent act with minimum limits as follows: Each Occurrence General Aggregate $1,000,000 $2,000,000 The Contract Professional's Commercial General Liability and Automobile Liability policies and certificates of insurance shall be issued to include Weld County Government and State of Colorado employees as an "additional insured" and shall include the following provisions: Underwriters shall have no right of recovery or subrogation against the County, it being the intent of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any losses resulting from the actions or negligence of the Contract Professional. The insurance companies issuing the policy or policies shall have no response against the County for payment of any premiums due or for any assessments under any form of any policy. Any deductibles contained in any insurance policy shall be assumed by and at the sole risk of the Contract Professional. If any of the said policies shall be or at any time become unsatisfactory to the County as to form or substance, or if a company issuing any such policy shall be or at any time becomes unsatisfactory to the County, the Contract Professional shall promptly obtain a new policy, submit the same to the Purchasing Division of Weld County for approval, and thereafter submit a certificate of insurance as herein provided. Upon failure of the Contract Professional to furnish, deliver, and maintain such insurance as provided herein, this Agreement/Contract, at the election of the County, may be immediately declared suspended, discontinued, or terminated. Failure of the Contract Professional to obtain and/or maintain any required insurance shall not relieve the Contract Professional from any liability under the Page 5 Agreement/Contract, nor shall the insurance requirements be construed to conflict with the obligations of the Contract Professional concerning indemnification. Contract Professional shall provide certificates of insurance prior to contract award, and at any such time as their policies have been renewed, until such time as their work has been deemed to be complete by the County. 14.Indemnity. The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contract Professional shall be fully responsible and liable for 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. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense, and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional 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 Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contract Professional 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 Contract Professional, involving all matters and/or transactions related to this Agreement. Contract Professional agrees to maintain these documents for three years from the date of the last payment received. 17. 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. 18. 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 Page 6 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 by written notice to the other. Notice may be sent to: TO CONTRACT PROFESSIONAL: Name: Joseph P. Zufall, P.E. Position: Project Principal Address: 4600 South Ulster Street Address: Denver, CO 80237 E-mail: joseph.zufall@atkinsrealis.com Phone: 720-323-1251 TO COUNTY: Name: Michael Bedell, P.E Position: Senior Engineer Address: Public Works Department Address: P.O. Box 758, Greeley, CO 80632 E-mail: mbedell c(Dweld.gov Phone: 970-301-0780 19. 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. 20. Non -Exclusive Agreement. This Agreement is non-exclusive, and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature. 21. 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. 22. 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. 23. 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. 24. 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. Page 7 25. 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. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. 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. 28. 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. 29. 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, Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 30. Public Contracts for Services. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program. Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made during an investigation by the Colorado Department of Labor and Employment. Contract Professional shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such Page 8 employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of federal or state law. If Contract Professional fails to comply with any requirement of this provision, County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States, if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by federal or state law, and (c) shall produce one of the forms of identification required by federal law prior to the effective date of the contract. 31.Attorney's Fees/Legal Costs. In the event of a dispute between County and Contract Professional 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. 32. 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 Contract Professional 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. CONTRACT PROFESSIONAL: By: Name: Kenneth Hawkins Title: VP, Sector Manager November 19, 2024 Date of Signature WELD TO ,ei ATTEST: Weld ounty Clerk to the Board WELD COUNRADO BY: Deputy Clerk to the Boar BOARD OF COUNTY COMMISSIONERS D. Ross, Chair Page 9 eg Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80601 Professional Services — Request for Proposals (RFP) Solicitation Number: B2400119 Title: SH392/WCR37 Intersection Improvements Project Issue Date: August 21, 2024 Pre -Proposal Meeting: September 11, 2024, at 1:00 PM Vendor Questions Due: September 20, 2024, at 1:00 PM Proposal Due Date: September 27, 2024, at 1:00 PM Proposal Delivery Method: Preferred email to bids(aiweld.gov or hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 Documents Included in this Solicitation Package RFP Schedules Schedule A: Proposal Instructions Schedule B: Scope of Work Schedule C: Project Schedule Schedule D: RFP Response - Criteria Schedule E: Proposal Form Schedule F: Insurance Schedule G: Weld County Contract Table of Contents Professional Services — Request for Proposals (RFP) 1 Documents Included in this Solicitation Package 1 RFP Schedules 1 Schedule A - Proposal Instructions 3 Purpose/Background 3 Proposal Advertisement 3 Proposal Submission 3 Introductory Information 3 Cooperative Purchasing 3 Schedule B - Scope of Work 6 Project Overview 6 Method of Procurement 7 Contract Pricing Method 7 Project Scope 7 Schedule C - Project Schedule 11 Schedule 11 Schedule D — RFP Response Criteria 12 RFP Response Submittal and Format 12 RFP Response Scoring Criteria 12 Schedule E - Proposal Required Forms 14 Proposal Submittal Instructions 14 Attestation 14 Schedule F — Insurance 16 Insurance 16 Insurance Mailing Information 17 Schedule G - Weld County Contract (Example) 18 Contractual Obligations 18 Weld County Contract (Example) 18 Solicitation #B2400119 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 associated with the SH392/WCR37 Intersection Improvements Project. A Mandatory Pre -Proposal Meeting will be held on September 11, 2024, at 1:00 PM. The meeting location is 1111 H Street, Greeley, CO. Vendors must participate and record their presence at the Pre -Proposal Meeting to be eligible to submit proposals. Proposals will be received until: September 27, 2024, at 1:00 PM (Weld County Purchasing Time Clock). The submitted Proposals will be read over a Microsoft Teams Conference Call on September 27, 2024 at 1:30PM1. 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. Phone number: 720-439-5261 Phone Conference ID: 50517772# 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 bids(fweld.gov. If your proposal exceeds 25MB please upload your 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 your proposal has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 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 Solicitation #B2400119 Page 3 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. 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 Solicitation #B2400119 Page 4 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 #B2400119 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 road design and plans preparation using Weld County and CDOT design criteria and Weld County AutoCAD templates. Plan sets include 30%, 60%, 95%, and final plans. CDOT and County 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 CDOT 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. 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 and leach fields, etc. 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. Preparation of project special provisions. 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. Environmental investigation, clearances, and permits. Weld County will require the Contract Professional to utilize Tiglas Ecological Services for these tasks. This company has been prior selected utilizing a separate QBS selection process. Utilities relocation planning, design, and coordination including relocation agreements, onsite meetings, incorporation of the utility's design into the construction plans, etc. ROW and Easement acquisition services including appraisals, onsite meetings, coordination with landowner, etc. ROW acquisition shall follow the Uniform Act. 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 failure to properly address review comments. Solicitation #B2400119 Page 6 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. Project Scope The scope of this project is for can be generally described as roadway improvements for an existing intersection. This will likely include widening and adding 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 and storm drainage structures. Existing utilities within the project area will be identified and investigate 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. 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. 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 and CDOT 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 $100,000. Solicitation #B2400119 Page 7 B. Conceptual Design (30% Design) 1. The Contract Professional shall provide construction plans, pavement design report, geotechnical report for the soils, drainage report, environmental reports, etc. at the 30% design level. 2. The Contract Professional shall provide a Subsurface Utilities Engineering (SUE) Report. The specific utility plan requirements, potholing Quality Level 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. 3. The Contract Professional shall provide the County an electronic copy of the plans 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. C. Preliminary Design (FIR Level or 60% Design) 1. The Contract Professional shall ensure all review comments from the 30% design level have been properly addressed and be 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 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. 3. 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 modified State Plane Coordinate System and shall be on the NAVD-88 vertical datum. 4. 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. In case which a bridge or other major structure is involved, the Contract Professional shall arrange for a third -party review by a Professional Engineer be conducted to ensure the design is adequate. 5. 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. 6. The Contract Professional shall provide the County an electronic copy of the plans 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. 7. The typical plan set for the 60% design level shall include but not be limited to the following plan subsets: a. Title Sheet b. M&S Standard Plans List Solicitation #B2400119 Page 8 c. Typical Roadway Sections/Details d. General Notes e. Summary of Approximate Quantities f. Summary of Earthwork Quantities g. Tabulations h. Survey Control i. Demolition/Removal Plans j. Utility Plans — Existing k. Utility Plans — Proposed Relocation I. Right of Way Plans m. Roadway, accesses, and driveways Plan and Profile n. Grading Plans o. Drainage and Irrigation Plan and Profile p. Drainage/Irrigation Ditch Details q. Stormwater Management Plans (SWMP) r. Signing and Striping Plans s. Construction Phasing Plans t. Method of Handling Traffic (MHT) Plans u. Cross Sections D. Final Design (FOR Level or 95% Design) 1. The Contract Professional shall provide detailed hand calculations for all bid items which are part of the project. 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. CDOT will perform an FOR -level review of the design plans, specifications, reports, and cost estimate. 4. The Contract Professional shall provide an Engineer's Estimate of all bid items for review and comment. The Contract Professional shall provide calculations (hand calculations) for the fifteen (15) costliest bid items in the Plans. 5. 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. 6. The Contract Professional shall provide the County with drawings in electronic format (pdf). 7. The Contract Professional shall provide detailed design plans for all aspects of the project. 8. The typical plan set for the final design level shall include but not be limited to the following plan subsets: a. Title Sheet b. M&S Standard Plan List c. Typical Roadway Sections/Details d. General Notes e. Summary of Approximate Quantities f. Summary of Earthwork Quantities g. Tabulations h. Survey Tabulation i. Survey Control Solicitation #B2400119 Page 9 j. ROW Plans k. Demolition/Removal Plans I. Utility Plans — Existing m. Utility Plans — Proposed Relocation n. Roadway, accesses, and driveways Plan and Profile o. Pavement Jointing Plan p. Grading Plans q. Drainage and Irrigation Plan and Profile r. Drainage/Irrigation Ditch Details s. Stormwater Management Plans (SWMP) t. Signing and Striping Plans u. Construction Phasing Plans v. Method of handling traffic plans w. Cross Sections at a minimum of 50 feet spacing, and others as determined by Weld County. 9. 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. 10.After the final design review meeting, the Contract Professional shall submit the final ROW Plans as well as any applicable environmental clearance documents to Weld County and CDOT for review and approvals. 11. 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 towards 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 coordinate the relocation of utilities, oil and gas facilities, and agricultural irrigation facilities. This coordination task also includes drafting relocation agreements with the affected utility or oil/gas companies. 3. The Contract Professional may be requested to provide additional engineering services during the construction phase. Solicitation #B2400119 Page 10 Schedule C - Project Schedule Schedule Below is the anticipated approximate schedule for this project: RFP Advertisement Pre -Proposal Meeting Proposals Due Contract Awarded Final Design Completion ROW/Easements Acquisition Completed Utilities Relocation Completed Construction Completed August 21, 2024 September 11, 2024 September 20, 2024 to be determined to be determined to be determined to be determined to be determined Solicitation #62400119 Page 11 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 your Proposal will not be included in the pages count. 2. RFP submittals shall be mainly made up of 8'/Z' x 11" paper. a. 11" x 17" paper shall be used for presenting large tables or drawings. b. Text font sizes shall be 11 point or larger for readability. c. SUBMIT 5 HARD COPIES AND ONE ELECTRONIC (PDF) COPY TO PURCHASING. 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. The Contract Professionals with the 2 to 3 highest scoring 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 score will be the first to be considered for submittal of a cost proposal to the County. If subsequent contract 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 Criteria Evaluation Standard Scoring Weighting Factors Scoring % Range Scope of Proposal The proposal clearly shows an understanding of the project objectives. The proposed methodology meets the desired goals of the County. 1 to 5 5.0 5% - 25% Solicitation #B2400119 Page 12 Critical Issues The proposal demonstrates that the team clearly understands the major issues associated with the project. The proposal offers solutions to the critical issues. 1 to 5 5.0 5% - 25 % Project Control The proposal describes how costs will be controlled. The team has demonstrated a QA/QC process in place to manage the quality of the product. 1 to 5 3.0 3% - 15% Location/ Familiarity The team's location does not affect the coordination of the project with the County. The team is familiar with Weld County policies and construction criteria. 1 to 5 3.0 3% - 15% Schedule The schedule contains sufficient detail to ensure the project goals are met. The project team has demonstrated the key personnel have adequate availability. 1 to 5 4.0 4% - 20% Table 2 - Interview Scoring Criteria Evaluation Criteria Evaluation Standards Work Approach Team proposed and clearly described their approach for completing the project. The team offered innovative ideas for the project. The team's work approach is appropriate for the size and scope of the project. Project Manager Qualifications The team's project manager has adequate qualifications and a proven track record to complete projects of this scope and complexity. The team's project manager demonstrates effective communication Quality of Presentation The team's presentation was clear and easy to understand. The people being interviewed displayed effective communication skills. The team's use of audio-visual aids was effective. Question/Answer Session The team provided good answers to the questions asked by the selection committee. The answers provided by the team demonstrated a clear understanding of the project and the project goals. All Scoring Criteria Must Be Met Solicitation #62400119 Page 13 Schedule E - Proposal Required Forms Proposal Submittal Instructions The following documents must be completed and submitted with your proposal on or before the proposal submittal deadline: 1) Schedule E — Proposal Attestation. 2) IRS Form W9, if applicable. * 3) All other items as requested in the Proposal Specifications and/or Scope of Work. 4) Any potential or future addenda must be completed/acknowledged. *A current W9 is required for new proposers. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your Proposal may result in your Proposal being incomplete, non -responsive, and your Proposal being rejected. If there are any exclusions or contingencies submitted with your proposal it may be disqualified. 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. #B2400119. 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 of Schedule F — Insurance and Bond 5. Acknowledgment of Schedule G — Weld County Contract 6. 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. 7. 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 to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Attestation Item Entry Company Name: Address: Phone Email: FEIN/Federal Tax ID #: Solicitation #62400119 Page 14 CONTRACT: By: Name: Title: Date of Signature Solicitation #62400119 Page 15 Schedule F — Insurance Insurance 1. The Contract Professional shall furnish a certificate of insurance for general liability, automobile liability, workers compensation, and professional liability upon notification of award and prior to performance. Work shall not commence under this Agreement/Contract until the Contract Professional has submitted to the County, and received approval thereof, the certificate of insurance showing compliance with the following types and coverage of insurance, and they shall remain in place for the duration of the contract. a. General Liability: Commercial General Liability Insurance written on an Insurance Services Office occurrence form, covering premises operations, fire damage, independent contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with the minimum limits as follows: Each Occurrence General Aggregate Personal Injury Medical Payment $1,000,000 $1,000,000 $5,000 Per Person b. Automobile Liability: Automobile Liability Insurance covering any auto (including owned, hired, and non -owned autos) with a minimum limit of $1,000,000 each accident combined single limit. c. Workers Compensation: Workers Compensation insurance as required by state statue, and employers' liability insurance covering all Weld County or subcontractor employees acting within the course and scope of their employment. d. Professional Liability: Professional Liability Insurance covering any damages caused by an error, omission or negligent act with minimum limits as follows: Each Occurrence General Aggregate $1,000,000 $2,000,000 2. The Contract Professional's commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability insurance policies and/or certificates of insurance shall be issued to include Weld County Government and State of Colorado as an "additional insured" and shall include the following provisions: a. Underwriters shall have no right of recovery or subrogation against the County, it being the intent of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any losses resulting from the actions or negligence of the Contract Professional. b. The insurance companies issuing the policy or policies shall have no response against the County for payment of any premiums due or for any assessments under any form of any policy. Solicitation #B2400119 Page 16 c. Any deductibles contained in any insurance policy shall be assumed by and at the sole risk of the Contract Professional. 3. If any of the said policies shall be or at any time become unsatisfactory to the County as to form or substance, or if a company issuing any such policy shall be or at any time becomes unsatisfactory to the County, the Contract Professional shall promptly obtain a new policy, submit the same to the Purchasing Division of Weld County for approval, and thereafter submit a certificate of insurance as herein provided. a. Upon failure of the Contract Professional to furnish, deliver, and maintain such insurance as provided herein, this Agreement/Contract, at the election of the County, may be immediately declared suspended, discontinued, or terminated. b. Failure of the Contract Professional to obtain and/or maintain any required insurance shall not relieve the Contract Professional from any liability under the Agreement/Contract, nor shall the insurance requirements be construed to conflict with the obligations of the Contract Professional concerning indemnification. c. Contract Professional shall provide copies insurance coverage policies to the County department maintaining contract administration duties. These include initial policy, updates or changes to coverage, extensions, renewals, etc. Insurance Mailing Information Certificates of Insurance shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Michael Bedell, Senior Engineer Email: mbedell@weld.gov Telephone: 970-301-0780 Mail: Weld County Public Works Department ATTN: Michael Bedell, Senior Engineer P.O. Box 758 Greeley, CO 80632 Solicitation #B2400119 Page 17 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 Contract (Example) PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND [CONTRACT PROFESSIONAL] THIS AGREEMENT is made and entered into this day of , , by and between the Board of Weld County Commissioners, on behalf of Weld County Public Works Department, hereinafter referred to as "County," and [CONTRACT PROFESSIONAL], hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contract Professional is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contract Professional 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. Solicitation #B2400119 Page 18 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 Contract Professional and Contract Professional'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 Request for Proposal Solicitation Package No. B2400119. Exhibit B consists of Contract Professional's Response to County's Request. 2. Service or Work. Contract Professional 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. Contract Professional 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 Contract Professional's completion of the responsibilities described in the attached Exhibits. Both 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. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contract Professional. 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 Contract Professional is using, by whatever method it deems expedient; and, Contract Professional 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, Contract Professional 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 Contract Professional 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. Solicitation #B2400119 Page 19 Upon termination of this Agreement by County, Contract Professional 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 Contract Professional shall be the basis for additional compensation unless and until Contract Professional 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. If written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional'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 Contract Professional 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 Contract Professional 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 Contract Professional's successful completion, and County's acceptance of the work, County agrees to pay Contract Professional an amount not to exceed $ as set forth in the Exhibits. No payment more than 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 Contract Professional 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, Contract Professional 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 Contract Professional hereunder and Contract Professional 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, Contract Professional 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 Contract Professional 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 Solicitation #B2400119 Page 20 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. Contract Professional agrees that it is an independent contractor and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County because of the execution of this Agreement. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the reputation and expertise of Contract Professional. Contract Professional 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. Contract Professional 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 Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, 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 Contract Professional and Contract Professional shall cooperate in such process. The Contract Professional shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Ownership. All work and information obtained by Contract Professional 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 Contract Professional 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 such materials are in completed form, shall always be considered the property of the County. Contract Professional 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 Contract Professional should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contract Professional 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., regarding public records, and cannot guarantee the confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional 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. Contract Professional agrees to advise its employees, agents, and Contract Professionals, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contract Professional 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. Contract Professional 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 Solicitation #82400119 Page 21 which Contract Professional produces a design to be used for construction purposes, Contract Professional 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 Proposal unit costs, Contract Professional shall be financially liable for such increased costs. 12.Acceptance of Services Not a Waiver. Upon completion of the Work, Contract Professional 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 Contract Professional 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 Contract Professional, 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. Contract Professional must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall always keep the required insurance coverage in force during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contract Professional's insurer shall waive subrogation rights against County. The Contract Professional shall furnish a certificate of insurance for general liability, automobile liability, workers compensation, and professional liability upon notification of award and prior to performance. Work shall not commence under this Agreement/Contract until the Contract Professional has submitted to the County, and received approval thereof, the certificate of insurance showing compliance with the following types and coverage of insurance. General Liability: Commercial General Liability Insurance written on an Insurance Services Office occurrence form, covering premises operations, fire damage, independent Contract Professionals, products and completed operations, blanket contractual liability, personal injury, and advertising liability with the minimum limits as follows: Each Occurrence General Aggregate Personal Injury Medical Payment $1,000,000 $1,000,000 $5,000 Per person Automobile Liability: Automobile Liability Insurance covering any auto (including owned, hired, and non -owned autos) with a minimum limit of $1,000,000 each accident combined single limit. Workers Compensation: Workers Compensation insurance as required by state statue, and employers' liability insurance covering all Weld County or subcontractor employees acting within the course and scope of their employment. Solicitation #B2400119 Page 22 Professional Liability: Professional Liability Insurance covering any damages caused by an error, omission or negligent act with minimum limits as follows: Each Occurrence General Aggregate $1,000,000 $2,000,000 The Contract Professional's commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability insurance policies and/or certificates of insurance shall be issued to include Weld County Government and State of Colorado as an "additional insured" and shall include the following provisions: Underwriters shall have no right of recovery or subrogation against the County, it being the intent of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any losses resulting from the actions or negligence of the Contract Professional. The insurance companies issuing the policy or policies shall have no response against the County for payment of any premiums due or for any assessments under any form of any policy. Any deductibles contained in any insurance policy shall be assumed by and at the sole risk of the Contract Professional. If any of the said policies shall be or at any time become unsatisfactory to the County as to form or substance, or if a company issuing any such policy shall be or at any time becomes unsatisfactory to the County, the Contract Professional shall promptly obtain a new policy, submit the same to the Purchasing Division of Weld County for approval, and thereafter submit a certificate of insurance as herein provided. Upon failure of the Contract Professional to furnish, deliver, and maintain such insurance as provided herein, this Agreement/Contract, at the election of the County, may be immediately declared suspended, discontinued, or terminated. Failure of the Contract Professional to obtain and/or maintain any required insurance shall not relieve the Contract Professional from any liability under the Agreement/Contract, nor shall the insurance requirements be construed to conflict with the obligations of the Contract Professional concerning indemnification. Contract Professional shall provide copies insurance coverage policies to the County department maintaining contract administration duties. These include initial policy, updates or changes to coverage, extensions, renewals, etc. 14.Indemnity. The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contract Professional shall be fully responsible and liable for 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. It is agreed that the Contract Professional will be responsible for primary loss Solicitation #B2400119 Page 23 investigation, defense, and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional 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 Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contract Professional 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 Contract Professional, involving all matters and/or transactions related to this Agreement. Contract Professional agrees to maintain these documents for three years from the date of the last payment received. 17. 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. 18. 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 by written notice to the other. Notice may be sent to: TO CONTRACT PROFESSIONAL: Name: Position: Address: Address: E-mail: Phone: Solicitation #B2400119 Page 24 TO COUNTY: Name: Michael Bedell, P.E Position: Senior Engineer Address: Public Works Department Address: P.O. Box 758, Greeley, CO 80632 E-mail: mbedell@weld.gov Phone: 970-301-0780 19. 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. 20. Non -Exclusive Agreement. This Agreement is non-exclusive, and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature. 21. 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. 22. 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. 23. 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. 24. 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. 25. 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. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. 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 Solicitation #62400119 Page 25 entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. 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. 29. 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, Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 30. Public Contracts for Services. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program. Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made during an investigation by the Colorado Department of Labor and Employment. Contract Professional shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of federal or state law. If Contract Professional fails to comply with any requirement of this provision, County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States, if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by federal or state law, and (c) shall produce one of the forms of Solicitation #62400119 Page 26 identification required by federal law prior to the effective date of the contract. 31.Attorney's Fees/Legal Costs. In the event of a dispute between County and Contract Professional 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. 32. 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 Contract Professional 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. CONTRACT PROFESSIONAL: By: Name: Title: Date of Signature WELD COUNTY: ATTEST: Weld County Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Kevin D. Ross, Chair Solicitation #B2400119 Page 27 Addendum # 1 Bid Request Number B2400119 Design Engineering Services for SH392/WCR37 Intersection Project Below are the: Consultant Questions and County Answers Question #1: On page 1 of the Request for Proposals (RFP) document, it says the proposal due date is 9/27/24. However, on page 11 it says the proposal due date is 9/20/24. Please confirm the correct due date. Answer #1: The correct due date for proposal submission is 9/27/24 at 1:00 PM. Proposals shall be delivered to the Weld County Purchasing Department, located at 1301 North 17th Avenue in Greeley. Page 11 of the RFP has a typo. Question #2: Are digital signatures required on the forms to be submitted with the proposal? Answer#2: No, digital signatures are not required. Question #3: If the consultant uses 11x17 sheets of paper in their proposal, will those sheets be counted as 2 pages towards the 25 -page size limit? Answer #3: Yes, 11x17 sheets will be counted as 2 pages. Question #4: Is an insurance certificate required to be submitted with the proposal? Answer #4: No, an insurance certificate is not required to be submitted. Question #5: Is it okay for the consultant to send the County their company brochures or marketing information? Answer #5: The company may send any such information separately to the Public Works Department. However, do not attach any such information to the proposal being submitted to the Purchasing Department. Question #6: Does text which is written on both sides of a sheet of paper count as 1 page or 2 pages? Answer #6: Text which is written on both sides of a sheet of paper counts as 2 pages towards the 25 -page size limit. Question #7: What is the preferred method of proposal submittal? Answer #7: The preferred method of proposal submission is stated on the cover page and Page 3 under Proposal submission as: "Preferred email to bids@weld.gov". In addition, the vendor has the option to hand delivery their proposal to Purchasing Division at 1301 North 17th Avenue, Greeley, CO 80631. Either way the proposal response is due at Purchasing by the proposal due date and time which is September 27, 2024, at 1:00 PM. Any proposal after this deadline will be unresponsive. In addition, page 12 of the RFP requires the consultant to deliver 5 hard copies and one electronic copy (PDF) to Weld County Purchasing Department. These copies will be used by the evaluation committee. These copies of the submitted proposal response must be received at Purchasing on September 27, 2024, by 5:00 PM. Question #8: Will a cover letter be counted towards the 25 -page proposal size limit? Answer #8: Yes, a cover letter will be counted as 1 page. Addendum Acknowledgement ***A signed copy must be submitted with your proposal. Thank you!*'" Company Name: Signature: Name: Title: November 20, 2024 Date of Signature r 4•40 '+ • 4$ * !- • . ,• le ..r . . •. .• 1. Cover Letter IN II AtkinsRealis 4600 S Ulster St., Suite 1100 Denver, CO 80237 Mike Bedell, PE Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, CO 80631 Subject: Solicitation Number B2400119 Dear Mr. Bedell and Members of the Selection Committee, On behalf of AtkinsRealis, I am excited to submit the enclosed proposal for the SH392/WCR37 Intersection Improvements Project. As a trusted consultant partner to Weld County (County) for more than 20 years, AtkinsRealis values and supports your commitment to developing, implementing, and maintaining quality infrastructure for your communities. This project presents an opportunity to improve traffic safety and operations through an improved intersection configuration at SH392/WCR37. The AtkinsRealis team offers the following benefits: Committed and Proven Project Team. Our project manager, Karol Miodonski, PE, LEED AP, CFM, has built his 18 -year career delivering transportation projects requiring traffic analysis, safety and operational improvements, modeling, and final engineering/design. He has a keen understanding of CDOT Local Agency project delivery. Karol is supported by the following key personnel: • Joe Zufall, PE - Principal responsible for overall client service and performance • Frank Schultz, PE, LEED AP, PMP - Quality manager responsible for development, implementation, and accountability to our project quality assurance plan (QAP) • Loren Lauvray, PE - Roadway /traffic design lead responsible for horizontal/vertical geometry, engineering, and design • Anna Ericson, PE, RSP1 - Safety analysis and traffic engineering lead responsible for safety analysis associated with intersection configurations • Alan Pagan -Rivera, PE - Roadside drainage and MS4 lead responsible for hydrologic and hydraulic analysis and design for drainage conveyance • Jeff Hanna, LSI, SR/WA - CDOT prequalified ROW agent responsible for supporting ROW acquisitions associated with the intersection improvements Analysis tools geared towards optimizing intersection configurations. In conjunction with CDOT, AtkinsRealis developed an Intersection Control Access Tool (ICAT) capable of evaluating up to 36 possible intersection configurations. The tool provides considerations for traffic operations, safety, pedestrian/bike, and environmental impacts as part of the analyses. As part of the enclosed proposal, AtkinsRealis has identified two configuration options that address near- and long-term operational needs for the County to consider. Extensive CDOT Local Agency qualifications. AtkinsRealis has an unparalleled scale of work experience delivering this type of work. We serve more than 30 local agencies across Colorado with projects that range from major roadway corridor reconstruction to maintenance/rehabilitation projects. We understand the process, tools, forms, requirements, and nuances involved with these projects. This familiarity has allowed us to build a reliable delivery schedule as part of the enclosed proposal. We are confident you will find us exceptionally qualified to perform the services you have requested for this contract. AtkinsRealis requests modifications to Section F - Insurance and Section G - Weld County Contract as noted in Section 8: Requested Changes to Contract Language. Should you have any questions, please contact me at 303.214.0845 or scott.reed@atkinsrealis.com. We thank you for your consideration and look forward to the opportunity to serve Weld County again. Respectfully submitted, ?rat ITsi-41 Scott Reed, PE Joseph P. Zufall, PE Division Manager Project Principal 1 Schedule E Attestation Schedule E - Proposal Required Forms Proposal Submittal Instructions The following documents must be completed and submitted with your proposal on or before the proposal submittal deadline 1) Schedule E — Proposal Attestation 2) IRS Form W9, if applicable * 3) All other items as requested in the Proposal Specifications and/or Scope of Work 4) Any potential or future addenda must be completed/acknowledged *A current W9 is required for new proposers If you have previously worked with Weld County, only provide your W9 if there has been a change Failure to include any of the above items upon submittal of your Proposal may result in your Proposal being incomplete, non -responsive, and your Proposal being rejected If there are any exclusions or contingencies submitted with your proposal it may be disqualified 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 #B2400119 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 of Schedule F — Insurance and Bond 5 Acknowledgment of Schedule G — Weld County Contract 6 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 7 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 to the best interests of Weld County The Proposal(s) maybe awarded to more than one vendor Attestation cr Item Company Name Address. Entry AtkinsRealis USA, Inc 4600 S Ulster St , Suite 1100, Denver, CO, 80237 Phone 303 214 0845 scott.reed@atkmsrealis corn Email* FEIN/Federal Tax ID # 59-0896138 SH392/WCR37Intersection Improvements Project NJI12/IUI_NIMH5 CONTRACT: By: 6a /Li Name: Scott Reed Title: Division Manager, IS Mountain gas September 26, 2024 Date of Signature SH392/WCR37 Intersection Improvements Project Signed Addendum Acknowledgement Addendum #1 Bid Request Number B2400119 Design Engineering Services for SH392/WCR37 Intersection Project Currently Reads: N/A Change: Change to read Consultant Questions and County Answers Question #1 On page 1 of the Request for Proposals (RFP) document, it says the proposal due date is 9/27/24 However, on page 11 it says the proposal due date is 9/20/24 Please confirm the correct due date Answer #1 The correct due date for proposal submission is 9/27/24 at 1 00 PM Proposals shall be delivered to the Weld County Purchasing Department, located at 1301 North 17°' Avenue in Greeley Page 11 of the RFP has a typo Question #2 Are digital signatures required on the forms to be submitted with the proposal'? Answer#2 No, digital signatures are not required Question #3 If the consultant uses 11x17 sheets of paper in their proposal, will those sheets be counted as 2 pages towards the 25 -page size limit's Answer #3 Yes, 11x17 sheets will be counted as 2 pages Question #4 Is an insurance certificate required to be submitted with the proposal'? Answer #4 No, an insurance certificate is not required to be submitted Question #5 Is it okay for the consultant to send the County their company brochures or marketing information? Answer #5 The company may send any such information separately to the Public Works Department However, do not attach any such information to the proposal being submitted to the Purchasing Department Question #6 Does text which is written on both sides of a sheet of paper count as 1 page or 2 pages? Answer #6 Text which is written on both sides of a sheet of paper counts as 2 pages towards the 25 -page size limit a SH392/WCR37Intersection Improvements Project Question #7: What is the preferred method of proposal submittal? Answer #7: Follow the proposal submittal directions on page 12 of the RFP. The consultant shall deliver 5 hard copies and 1 electronic (pdf) copy to the Weld County Purchasing Department. The electronic copy may either be e -mailed or delivered on a thumb -drive. Question #8: Will a cover letter be counted towards the 25 -page proposal size limit? Answer #8: Yes, a cover letter will be counted as 1 page. Addendum Acknowledgement ***A signed copy must be submitted with your proposal. Thank you!*** '9112/IL) NlNil3`i Company Name: AtkinsReatis USA, Inc. Signature: 6Z1 /i Name: Scott Reed Title: Division Manager, IS Mountain September 25, 2024 September 26, 2024 Date of Signature SH392/WCR37 Intersection Improvements Project e Form (Rev March 2024) Department of the Treasury Internal Revenue Service Before you begin For guidance related to the purpose of Form W-9, see Purpose of Form, below Request for Taxpayer identification Number and Certification Go to www rrs.gov/FormW9 for instructions and the latest mformatton Give form to the requester Do not send to the IRS ai d c `02 � C 1 Name of entity/individual An entry is required (Fora sole propnetor or disregarded entity, enter the owner's name on line 1 and enter the business/disregarded entity's name on line 2) AtkinsRealis USA Inc 2 Business name/disregarded entity name if different from above 3a Check the appropnate box for federal tax classification of the entlty/individual whose name is entered on line 1 Check only one of the following seven boxes ❑ Individual/sole propnetor 0 C corporation ❑ S corporation ❑ Partnership 0 Trust/estate ❑ LLC Enter the tax classification (C = C corporation,S = S corporation P = Partnership) Note Check the' LLC" box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax classification of the LLC, unless it is a disregarded entity A disregarded enbt should instead check the appropriate box for the tax classification of as owner ❑ other (see instructions) 3b If on Ilne 3a you checked 'Partnership" or "TrusVestate " or checked and entered "P" as ifs tax classrficatlon and you are providing this form to a partnership trust, or estate in which you have an ownership interest, check ❑ this box If you have any foreign partners owners, or beneficiaries See instructions 4 Exemptions (codes apply only to certain entities, not individuals, see instructions on page 3) Exempt payee code (it any) Exemption from Foreign Account Tax Compliance Act (FATCA) reporting code (if any) (Applies to accounts maintained outside the United States) 5 Address (number, street, and apt or suite no ) See instructions 4030 W Boy Scout Blvd, Ste 700 6 City, state and ZIP code Tampa, FL 33607 7 List account number(s) here (optional) Requester's name and address (optional) DZIDa Taxpayer Identification Number (TIN) Enter your TIN in the appropnate box The TIN provided must match the name given on line 1 to avoid backup withholding For individuals, this is generally your social security number (SSN) However, for a resident alien, sole proprietor, or disregarded entity, see the,Instructions for Part I, later For other entities, ft is your employer identification number (EW) If you do not have a number, see How to get a TIN, later Note If the account is in more than one name, see the instructions for line 1 See also What Name and Number To Give the Requester for guidelines on whose number to enter Social security number 1 I or Employer Idenbficabon number 5 9 0 8 9 6 3 8 Certification Under penalties of perjury, I certify that 1 The number shown on this form is my correct taxpayer identification number (or I am waiting fora number to be issued to me), and 2 I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that l am no longer subject to backup withholding, and 3 I am a U S citizen or other U S person (defined below), and 4 The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct Certification instructions You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have faded to report all interest and dividends on your tax return For real estate transactions, item 2 does not apply For mortgage interest paid acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and, generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN See the Instructions for Pad II, later Sign Signature of Here u S person 7�1 f('1gat£/n-Cite&._ rote 07/08/2024 General instructions Section references are to the Internal Revenue Code unless otherwise noted Future developments For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www its gov/FormW9 What's New Line 3a has been modified to clarify how a disregarded entity completes this line An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner Otherwise, It should check the "LLC" box and enter its appropriate tax classification New line 3b has been added to this form A flow -through entity IS required to complete this line to indicate that It has director indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow -through entity in which It has an ownership interest This change is intended to provide a flow -through entity with information regarding the status of as indirect foreign partners, owners, or beneficiaries, so that a can satisfy any applicable reporting requirements For example, a partnership that has any indirect foreign partners maybe required to complete Schedules K-2 and K-3 See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065), Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they SH392/WCR37Intersection Improvements Project 2. Key Personnel Why AtkinsRealis? Through our review of the RFP, visiting the project site, and initial analysis of the SH392/WCR37 intersection, our team possesses a thorough understanding of the County's goals for: • Improving traffic operations to reduce broadside and rear -end accidents • Improving turning movements for large trucks moving through the intersection • Forward -thinking design accounting for future traffic operations and intersection configurations Joe Zufall, PE Project Principal PRESENT/COMMITTED WORKLOAD 60% ANTICIPATED PROJECT COMMITMENT 5% antes I AtkinsRealis will achieve the County's goals through: • Commitment of a qualified, available, and experienced team • A demonstrated project delivery methodology that controls scope/schedule/budget, quality of deliverables, and addresses critical issues with preliminary solutions/ opportunities • Proven experience with the County and other local agencies on similar projects • An achievable schedule for delivery that aligns with the County's goals for construction Mike Bedell, PE Karol Miodonski, PE, LEED AP, CFM Project Manager PRESENT/COMMITTED WORKLOAD 50% ANTICIPATED PROJECT COMMITMENT 10% 1 Frank Schultz, PE, PMP, LEED AP Quatit Maria r PRESENT/COMMITTED WORKLOAD 30% ANTICIPATED PROJECT COMMITMENT 5% PRESENT/COMMITTED ANTICIPATED PROJECT WORKLOAD COMMITMENT 60% 12% Loren Lauvray, PE Roadway PRESENT/COMMI r I ED ANTICIPATED PROJECT WORKLOAD COMMITMENT 60% 4% Jeff Hanna, LSI, SR/WA ROW Acquisitions PRESEN T/COMMI I I ED ANTICIPATED PROJECT WORKLOAD COMMITMENT 50% 6% Julian Sisneros, PLS (HCL Engineering and Surveying) Survey & ROW Plans PRESENT/COMMI r I ED ANTICIPATED PROJECT WORKLOAD COMMITMENT 55% 2% Jon Vaughn (CBRE) ROW Appraisals PRESENT/COMMITTED ANTICIPATED PROJECT WORKLOAD COMMITMENT 60% 2% Russ Gager (H.C. Peck & Associates) Title Commitments & Closings Exhibit 1:Organizational Chart U PRESENT/COMMITTED ANTICIPATED PROJECT WORKLOAD COMMITMENT 50% 8% Anna Ericson, PE, RSP1 Traffic/Safety PRESENT/COMMITTED ANTICIPATED PROJECT WORKLOAD COMMITMENT 45% 6% Alan Pagan -Rivera, PE H&H/Drainage ----\\ PRESENT/COMMITTED ANTICIPATED PROJECT WORKLOAD COMMITMENT 50% 6% 1 Kristen Miller, PE (T2 Utility Engineers) SUE PRESENT/COMMI r !ED ANTICIPATED PROJECT WORKLOAD COMMITMENT 60% 4% Darcey Tiglas (Tiglas Ecological Services (TES) Environmental Permitting PRESENT/COMM1 I 1 ED ANTICIPATED PROJECT WORKLOAD COMMITMENT 55% 4% Bob LaForce (Yeh and Associates) Geotechnical Engineering & Pavement Design SH392/WCR37 Intersection Improvements Project 2 Ke- Joseph Zufall, PE • B.S., Civil and Mechanical Engineering Project Principal • Registration: CO PE 42254 Joe has 21 years of experience in the management of large state and municipal transportation projects. His experience includes a strong background in project ' delivery, capital program implementation, and engineering design for complex major/ minor roadway and highway projects. As an AtkinsRealis client manager for numerous local agencies across Colorado, including Weld County, Joe is passionate about serving as an advisor and advocate in support of improving infrastructure, connections, and safety of capital infrastructure. As your project preincipal, he will focus on enhancing client service through performance excellence, timely communication, team effectiveness, and continuous improvement. Joe is an engaged contract manager/ principal -in -charge with a proven track record for effective project management and delivering exceptional client service. Rote and Reponsibilities • Ensure financial and schedule performance meets/ exceeds City expectations • Maintain resource commitments for AtkinsRealis • Promote continuous improvement through value added check -ins with Mike Bedell • Conduct project performance reviews with Karol to ensure progress and relay client feedback for improvement Key Project Experience • Weld County Non -Project Specific (N PS) Engineering Services, Weld County, CO. Project Principal/Primary Contact for the County's NPS Engineering Services contract since 2020, serving the County in a wide array of engineering services. • Weld County Conflict Warning System, Weld County, CO. Project Principal supporting Weld County on the design and installation of a conflict warning system at two intersections (WCR 392 & WCR 43 and WCR 38 and WCR 17). • West Dartmouth Avenue Multimodal Safety Improvements Design, City of Englewood, CO. Project Principal for roadway, intersection, and multimodal safety improvements for West Dartmouth Avenue from Zuni Street to Tejon Street. • Jay Road Overlay, Striping, and Concrete Improvements, Boulder County, CO. Project principal for this 2 -mile mill and overlay, intersection, and bus stop safety improvements on Jay Road and 47th Street between US 36 and 51 Street. Joe mobilized a multidiscipline design team to deliver the project within a 6.5 -month schedule from conceptual to final design. • Pike Road Improvements, City of Longmont, CO. Project principal for the roadway, intersection, and multimodal connection improvements on Pike Road from Sunset Street to US 287/Main Street. • East County Line Road, Boulder County, CO. Project principal for this -1 mile, $9 million roadway widening, intersection, and major drainage improvements from Quicksilver Road to Pike Road widening in partnership with Boulder County, Weld County, and the City of Longmont. • Boston Avenue Bridge over Saint Vrain Creek Design Services, City of Longmont, CO. Project principal for this estimated $8.7 million bridge replacement project. The project included major roadway, structures, and hydrology and hydraulics (H&H) design as well as multimodal improvement connections for sidewalks connections, bike lanes, trails, and pedestrian underpass. • County Line Road (9th to 17th Avenue) Widening, City of Longmont, CO. Project principal for widening and multimodal connection improvements for County Line Road between 9th and 17th Avenue. • East 17th Avenue and East County Line Road, Intersection Control Evaluation, City of Longmont, CO. Project principal supporting the City in the determination of the most effective long- term intersection configuration through the use of the AtkinsRealis ICAT tool. • Traffic Signal Upgrade Program. City and County of Denver, CO. Project Principal for the intersection and traffic signal improvements at 10 intersections along Downing Street. SH392/WCR37 Intersection Improvements Project 3 Karol Miodonski, PE, LEED AP, CFM Project Manager • B.S., Civil Engineering • Registration: CO PE 43851 Karol has 19 years of experience in a variety of traffic engineering and transportation planning projects. His wide range of expertise includes traffic signal design, roadway and intersection improvement design, and traffic operations analysis. His experience working on these types of projects with many local agencies in Colorado allows for unique perspectives on design challenges. Working with municipalities along the Front Range has allowed Karol to see several of the designs he has worked on be successfully implemented. His focus on quality, communication, and collaboration will bring value to the project. Role and Reponsibilities • Primary point of contact for the County for correspondence and project execution and delivery • Implement the Project Execution Plan (PEP) for delivery of the project • Ensure cross -disciplinary coordination of design with the internal team and subconsultant partners • Provide proactive leadership and solution development to project challenges and remain fully engaged through construction completion • Employ a focused approach to risk identification, planning, and mitigation • Responsible for monthly invoicing, progress reporting, and schedule management Key Project Experience • Weld County Conflict Warning System, Weld County, CO. Project Manager for this project being delivered as a task order under our current on -call contract with Weld County. Karol assembled a local team with ITS and design experience working together on local agency projects that have CDOT oversight. • Weld County Engineering and Construction Criteria Manual Updates, Weld County, CO. Quality Control Reviewer for updates to the traffic portions of the Weld County Engineering and Construction Guidelines including revising standards for access spacing and Auxiliary Lanes, modifying sight distance requirements, and clearly defining requirements for Traffic Control Device usage and plans. • West Dartmouth Avenue Multimodal & Safety Improvements, City of Englewood, CO. Project Manager for roadway, intersection, and multimodal connection improvements, including buffered bike lanes along West Dartmouth and coordination with BNSF and other adjacent local agencies. • Intersection Control Assessment Tool (ICAT), CDOT Statewide, CO. Project Manager supporting the development of the ICAT for CDOT, meeting with all the Region Traffic Representatives, and providing training on using the tool. ▪ East 17th Avenue and East County Line Road Intersection Control Evaluation, City of Longmont, CO. Project Manager for the data collection and analysis to support the City in determining the most effective long-term solution for an intersection configuration through the use of ICAT. • US 34 & MacGregor Avenue Intersection, CDOT Region 4, Estes Park, CO. Provided independent quality control review of the roundabout plans, signing and striping plans, traffic control plans, and the associated tabulations. • East County Line Road Widening & Resiliency - Quicksilver to Pike, Boulder County, CO. Provided independent quality control review of the signing and striping plans, traffic control plans, and the associated tabulations. • Adaptive Traffic Signal Timing Support Services, Colorado Dept. of Transportation, Region 4, Greeley, CO. Project Engineer and Technical Lead for the development of a PS&E package for the implementation of a traffic adaptive signal timing control system at 14 intersections on 10th Street between 23rd Avenue and 83rd Avenue. SH392/WCR37 Intersection Improvements Project 4 Frank Schultz, PE, PMP, LEED AP Quality Manager • B.S., Civil Engineering • Registration: CO PE 37339 Frank is a seasoned transportation professional with 29 years of experience in the development of roadway projects including roadway reconstruction. His expertise includes widening, resurfacing, mill/ overlay, restriping, sidewalk extensions and intersection improvements. For the last 15 years, he has served as project manager on transportation improvement projects in Colorado, giving him an in-depth understanding of the challenges and opportunities inherent to the Front Range. As quality manager, he will ensure a robust quality plan is prepared and followed. Rote and Reponsibilities • Align AtkinsRealis quality processes with scheduled QA/QC tirnefrarnes in the schedule • Participate in the project kick-off meeting to communicate quality expectations and processes for the project • Develop certificates of compliance for all deliverables submitted to the County during project delivery Key Project Experience • County Line Road (9th to 17th Avenue) Widening, City of Longmont, CO. Project manager for the widening and multimodal connection improvements for County Line Road between 9th and 17th Avenue. • Boston Avenue Bridge over Saint Vrain Creek Design Services, City of Longmont, CO. Project manager for this estimated $8.7 million bridge replacement project.The project included major roadway, structures, and H&H design as well as multimodal improvement connections for sidewalks. • Jay Road Overlay, Striping, and Concrete Improvements, Boulder County, CO. Project manager for this 2 -mile mill and overlay on Jay Road and 47th Street between US 36 and 51st street. Frank mobilized a multidiscipline design team to deliver the project within a 6.5 -month schedule from conceptual to final design. • US 287 (Federal Boulevard) at 69th Avenue Bridge Replacement, CDOT Region 1, CO. Roadway lead for the design of the $12 million bridge replacement of US 287 over the BNSF Railroad at 69th Avenue • Project Bronco, The Dennis Group, City of Longmont, CO. Project Manager for the civil engineering services for the surrounding infrastructure (roadways, intersections, traffic signals, drainage) required to support the Smuckers Distribution facility. /r • South Street, Burlington Northern Santa Fe Railroad Pedestrian Underpass Design, City of Louisville, CO. Project manager. Responsible for the design of this new pedestrian underpass with the BNSF railway. The vertical grades were critical and BNSF approved the use of a steel through - plate girder or rolled beam structure to minimize structure depth, which was not the most desirable structure type. Design challenges including close coordination with BNSF—as well as additional improvements such as ROW fencing —resulted in acceptance. • Colorado Boulevard (I-70 Business) Phases 1 and 2, CDOT Region 1, Idaho Springs, CO. Project manager for Phase 2. AtkinsRealis completed planning and design for two phases of Colorado Boulevard which is the historic US 6 and 40 corridor through Idaho Springs. The corridor stands as an arrow and shows steep side approaches as it contours across the mountain grades in a downtown setting. In some areas ccommodating pedestrian traffic was very complicated. Close coordination was required with the City, business community and all local residents throughout each phase. SH392/WCR37 Intersection Improvements Project 5 s z Core DiscipLine Leads Loren Lauvray, PE Roadway ▪ B.S., Civil Engineering • Registration: CO PE 44342 Loren has 21 years of transportation experience including roadway design, traffic engineering, transportation planning, water resources, and public involvement. He has completed more than 160 project for 26 agencies and municipalities from planning/ conceptual efforts to final design. He has completed designs of new roadway corridors as welt as multiple intersection improvement and trail projects. Loren has designed traffic signals, completed signal timing projects, and produced and reviewed traffic studies. He has completed traffic incident management plans, corridor improvement studies, and traffic noise analysis with noise mitigation. Relevant experience: • Weld County Road 47 and SH 392 Intersection Improvements, Weld County, CO, Roadway designer • Weld County Road 60 Signal Design at Weld County Road 47, Weld County, CO, Traffic signal designer • Weld County Road 49 Extension, Weld County, CO, Design engineer • County Line Road Widening (9th to 17th Avenue), City of Longmont, CO. Roadway Lead. • LOBO Trail and Overlay Improvements, Boulder County, CO. Roadway Lead. • US 50 Widening and Purcell Boulevard Interchange, CDOT Region 2, CO. Roadway Engineer. • Weld County Road 47 and SH 392 and Intersection Improvements, Weld County, CO. Roadway Engineer. Anna Ericson, PE Traffic/Safety • B.S., Civil Engineering • Registration: CO PE 42229 Anna has 21 years of experience in transportation planning and traffic engineering with a wide variety of clients and project types. Her experience includes environmental and corridor studies, modeling and analysis, access control plans, safety studies, signal timing analysis, signing and striping plan development and providing on -call services for clients. She is adept at project management, coordinating stakeholder engagement, leading multi -disciplinary groups for road safety audits and coordinating open houses and public presentations. Anna's diverse experience with projects from the planning level to their implementation gives her a unique ability to develop client solutions that blend safety, capacity, and design considerations Relevant experience: • SH 66 PEL Study, CDOT R4, CO, Transportation planner • SH 83 in El Paso County Access Control Plan, CDOT Region 2, CO, Transportation planner • Safety Study for Rocky Mountain National Park, National Park Service, Estes Park, CO, Transportation planner. • RelSignal Redesign Services, City and County of Denver, CO. Roadway Engineer. • Boulder Highway (Tulip Falls to Boulder Highway) Final Design Services Phase 2, City of Henderson, CO. Roadway Engineer. infir? ‘401 ANdrfr Jeff Hanna, LSI, SR/WA ROW Acquisition • B.A., Politics and Government Jeff has 18 years of experience in the ROW industry and has managed a variety of projects from small scale to high -profile complex design -build projects involving land acquisition, disposal, ROW plan reviews, waiver valuations, appraisal, title work, community forums, licensing, permitprocurement, survey coordination, and surveying. His responsibilities include determining the complexity of an assignment, selecting the appropriate agent(s) and subconsultant team based on the level of expertise required to complete the work, providing guidance on complex and special issues and overseeing the completion of projects from beginning to end. Jeff is on the CDOT pre -approved agents list. Relevant Experience • I-25 North Design -Build, CDOT Region 4, Larimer County and Various Incorporated Counties, CO, ROW project manager • Weld County Road 53 Bridge over South Platte, Weld County, CO, ROW project manager • 72nd and Colorado Boulevard Improvements, City of Commerce City, CO, ROW agent • I-70 (Floyd Hill to VMTs) CDOT Region 1, CO, ROW agent SH392/WCR37 Intersection Improvements Project 6 Alan Pagan -Rivera, PE H&H/Drainage • MS, Civil Engineering • B.S., Civil Engineering • Registration: CO PE 0060181 Alan Pagan Rivera brings 7 years of experience in hydrology and hydraulics. His expertise includes stormwater drainage design, detention pond modeling and design and riverine modeling for projects across the state of Colorado. He has been involved in the design and development stages of a project, leading the drainage design and supporting Project staff. He is responsible for the design and development of preliminary and final drainage design including hydraulic reports and plan sheet production. Relevant experience: - WCR29 from SH392 to WCR74, Weld County, CO, Senior project manager • SH 50A Cedar Creek Culvert, CDOT R3, CO, Project manager • Wellington SUE Investigation, CDOT R4, CO, Project manager. Julian Sisneros, PLS Survey and ROW Plans • B.S., Surveying/Mapping Julian has a diverse survey background that includes Public Land Survey System (PLSS) boundary surveys, route surveys, topographic surveys, ROW plan creation, American Land Title Association (ALTA) surveys, Static Control surveys, aerial photo control surveys, utility as -built collection, Improvement Location Certificate (ILC) surveys, and construction layout. Julian is proficient with office and field calculations. He also has vast experience managing field crews, office staff, projects, and clients. Julian is skilled at processing and interpreting extensive topographic field data and creating quality deliverables. He is experienced in GPS RTK, Static Field processes and procedures, and is also proficient in solving boundary discrepancies and writing legal descriptions. Relevant experience: • On -Call Statewide Surveying Projects, Colorado State University. • On -Call Quality Control Surveying, Denver International Airport, CO • Orchard Road Trail, City of Centennial, CO • Roxborough State Park Entrance Road, Colorado Division of Parks and Wildlife, CO • Mill Levy 15 Survey, City and County of Denver, CO Kristen Miller, PE SUE • M.S., Engineering and Technology Management • B.S., Civil Engineering Kristen is T2ue's SUE senior project manager and professional engineer in Colorado responsible for managing the preparation of work plans and ensuring compliance with the scope and timely completion of tasks. She has 11 years of experience providing management, coordination, and direction of large and small projects. Kristen prepares work plans, assembles and meets with the team, and provides QA/QC of SUE deliverables. She works in cooperation with the project team to review and approve designation marks from field sketches, submittals (including calculations), record drawings, and project deliverables. Relevant experience: • Big Dry Creek Force Main Project, Thornton, CO. City of Thornton, CO. Senior ROW Agent. • 1-25 North Design -Build, CDOT Region 4, Larimer County and Various Incorporated Counties, CO. ROW Team Member. • US 36 FLAP Estes Park Couplets, CDOT Region 4, Estes Park, CO. Senior ROW Agent. SH392/WCR37 Intersection Improvements Project 7 Jon Vaughan ROW Appraisals • B.S., Finance and Real Estate Jon brings 15 years of experience preparing real estate appraisals, feasibility studies and consulting. His expertise covers a broad spectrum of property types, including commercial and residential development land, mixed -use projects, as well as farm and ranch properties. His background in improved properties includes office, retail and industrial facilities, as well as special purpose facilities, such as automobile dealerships, breweries, churches and schools. Prior to joining CBRE, Mr. Vaughan worked as an appraiser with Foster Valuation in Greeley, where he honed his focus on eminent domain. He has worked on property valuations related to some of Colorado's most -notable infrastructure projects including the I-25 widening and the addition of express lanes from north Denver to Northern Colorado Relevant experience: • Big Dry Creek Force Main Project, Thornton, CO. City of Thornton, CO. Senior ROW Agent. • I-25 North Design -Build, CDOT Region 4, Larimer County and Various Incorporated Counties, CO. ROW Team Member. • US 36 FLAP Estes Park Couplets, CDOT Region 4, Estes Park, CO. Senior ROW Agent. Darcy Tiglas Environmental Permitting • M.S., Range Science • B.A., Biology Darcy has 36 years of experience in NEPA Categorical Exclusion, environmental assessments, and environmental impact statements; noxious plant surveys and management; Threatened and Endangered Species surveys, Section 7 consultation, and mitigation; wetland delineation, creation, mitigation, permitting, and monitoring; wildlife habitat and vegetation community surveys; migratory bird and birds -of -prey surveying; hazardous materials and waste assessments. She has worked with Weld County on several projects. Relevant experience: • WCR 35/SH 392 Intersection Improvement Project (COOT Oversight). • Weld County Road 13 and Highway 60 Intersection Improvement Project near Johnstown (COOT Oversight). as 1� Russ Gager Title Commitments and Closings B.S., Metropolitan State College of Denver Russ joined H.C. Peck & Associates, Inc. in 1999 as a title examiner with 14 years of experience in the title industry. Russ has conducted research in all the Denver Metro Counties and numerous other Colorado Counties as well as Wyoming and New Mexico. He has also completed research at the Colorado State Land Board, the Bureau of Land Management and Bankruptcy Court. He has provided oversight, research, title examination, title curative, ownership reports, title commitments and title policies for the title and escrow portions of numerous ROW projects. Relevant experience: • WCR49, Weld County, CO, Title and closing lead • US 34 North Greeley Sewer Project, CO, Title and closing lead • 10th Street, Greeley, CO, Title and closing lead Bob LaForce, PE Geotechnical • B.S., Chemistry • Registration: CO PE 0019192 Prior to joining Yeh, Bob spent 33 years with the Colorado Department of Transportation (CDOT) including 21 years that were related to materials engineering and testing. He spent the last 6 years with CDOT as Region 1 Materials Engineer overseeing project testing as well as supervising the preliminary engineering and pavement design of numerous projects on the Region Pavement System.. Relevant experience: • SH 52 Weld County Road 13 Intersection, CO, Geotecnical engineer • Weld County Roads 68 and 61, CO, Geotechnical engineer. • Reagan Blvd, WCR 28, Eagle River Road to Barefoot Lakes Parkway, Firestone, CO, Geotechnical engineer. • I-70 (Floyd Hill to VMT) Segment NEPA and Conceptual Design Services, CDOT Region 1, CO. Roadway Engineer. SH392/WCR37 Intersection Improvements Project 8 Meet Our Subconsultants CBRE CBRE Role: Real Estate Appraisal and Advisory Services CBRE 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. H.C. Peck & :A%inci;l(CS. inc. 1 \aiiuna' Laini Army: (lampan} H.C. Peck & Associates, Inc. (H.C. Peck) Rote: Title Commitments & Closing Services H.C. Peck & Associates, Inc. (Peck) is a Denver, Colorado -based consulting firm formed in 1988. Peck is also a licensed title insurance agent offering full title, escrow and closing services statewide out of our Denver corporate office. We maintain an underwriting agreement with Westcor Land Title Insurance Company. Our Title Services Group plays a "bookend" role in Peck's overall operation in Colorado as title work is typically one of the first land -related tasks in the survey and design phases of an infrastructure improvement project, while our escrow and closing activities serve as the final step in the land acquisition process. 1999.2019 1'.<. `alt. .tJ.VI'UI% 20 HCL Engineering & Surveying (HCL) Role: Topographic Survey and ROW Plans HCL Engineering & Surveying (HCL) is an AtkinsRealis protege firm in the CDOT Mentor -Prot�g� program. HCL brings specialized experience in surveying, mapping, and CDOT compliant ROW Plans. Established in 1999 and proudly serving the Colorado Front Range to the Western Slope. HCL is committed to delivering quality, innovative professional services. The firm's culture emphasizes excellence, integrity, and innovation, fostering a supportive environment where every team member is valued. al a dal 4•T2utility T2 Utility Engineers engineers (T2ue) Role: Subsurface Utility Engineering T2 UES, Inc. d/b/a T2 Utility Engineers (T2ue) 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. i Jtife• La►.at Stev•llnn iminuare Tiglas Ecological Services (TES) Role: Environmental Permitting Tiglas Ecological Services (TES) is a multi -faceted environmental consulting firm owned by Ms. Darcy Tiglas and specializing in ecological studies. TES holds Weld County's NEPA and Environmental Services on -call contract, providing a wide array of environmental services, with specialties including: NEPA and alternatives analysis, Phase I Environmental Site Assessments and Initial Site Assessments, noxious plant identification, migratory bird and birds -of -prey surveys and monitoring, reclamation/rehabilitation, and general vegetation community and wildlife habitat characterization. TES also has experience with the Federal Highway Administration/Colorado Department of Transportation clearances. vi Yeh and Associates, Inc, Yeh and Associates, In Ge't5in, Ceab:sn1't..enczkrsxs Inc. (Yeh) Rote: Geotechnical Engineering & Pavement Design Yeh and Associates, Inc. (Yeh) is a full -service geotechnical engineering and construction management firm established in 1999. Yeh offers expertise in geotechnical engineering, pavement design, construction management, inspection, and materials testing. Yeh is experienced in working with numerous local and state agencies. Their work includes city and county road corridors, major highways, and large-scale emergency projects. Their professional staff is familiar with a wide range of geologic and geotechnical settings, roadway construction elements, and contracting environments. SH392/WCR37 Intersection Improvements Project 9 3. Atkinsaealis Delivery Method Quality txoject delivery and chant service arc core values at AtiinsReatis. Led by protect manager Karol Miodottekt. PE, LEED AR CF M, the AtichtsRcabts team will fit the ground running to achivm shared objectives and carry out individual r al asfreeponsibilrtiets. With our holistic SH3921WCR37 project execution plan (PEP) (Exhibit 71. Karol haft claw ty defined team rotes. teoponsnbilities. communication protocols accountability. echodule. budtget. end Quality expectations for all team members, uXluding our local subconsultant partners Project Objectives and Scope it tscnticatly important for project delivery to be organized and encompass a fully aligned work breakdown structure MUSS) with logical sequencing. Karol hos developed the following WBS for the SH392/WCP37 project, with anticipated :cope tasks for project delivery. Final scope description: and assumptions will be coordinated with Mace Bedell (County PM) during a final scoping meetir g after the project award. t, Projc ct Mana gcmen t and Coordination Immediately upon Ni?. AlkinsFi i,hs will begin eoordie aims efforts with the County and other key stakeholde+c re tonally, this includes dovoloprnote of Woloct manngorttoctt documents such on the project oxor•irtiurl plan 'PEP) pi civet communications pan. rind the quality asstuonto plan (CAP) In addition to those internal project controls AtkinsReafls establishes regular project team meetings with County staff to opaniy communicate on the status of the project. provide updates on the progress of deliverables. Laid to ensure cotlnbaratfon to resolve issues before they impact cost or schedule_ Key Activities may include: • Protect *coping meeting • Project kickoff meeting • General management prog rssreporting, and invoicing - PEP and OAP imptamerrtation • Support County efforts to conduct public meetings • Stakeholder meetings • Dettvereble review meotings(Fla FOR meetings) - Project progress meabngs with County staff • Coordlnetlon meetings with CDOT. County, and key trtekeho lde rs 2. Conceptual Design AtkinsR6Mls will conduct filed Investigation, data collection, and conceptual engineering design and analysis to develop a Conceptual design plans. specifications (list), and engineers estimate (PS&E) for County remiss Kay Activities may include: • Topographic end boundary control 9urroy • ROW. ownership research. impacts • Gather traffic data • Traffic engfneernng/operational analyses • Geatechnical eng$neering and pay orient design • Alternative evaluations end feasibility reports • Subsurface utility engineering and coordination • Begin environmental permitting and clearenoes • Hydrology & hydraulics (H&H) report if required • Roadside drelrege report. water quality. end MS4 • Project cost estmeflng and value engineering • Conceptual engineering PS&E 3. Preliminary Design (COOT FIR or 60% Design) The orelirr+mr ary engineering phase of the protect will be a collaborative nffort between Atk{nrRralit the County. and project otaknhntders todevelop Gniacted dcuigo'Oenionto :swoon t outreach efforts. coordinate witli atitfy stakioholdcr!ogee talents and develop field inspectrnrn soviet, (FIR) PSSE_ This will Include utilizing collected field data from Conceptual Design to complete the preliminary design phase, identify aolutioils to technical cltslltsnge t, end initiate appropriate efforts to avoid impacts that can leed to schedule delays or added coats, schedule del eye w added cosh Key Activities may include: - Preliminary layout and design bused on pro -design alternative analyses and recommendations • Draft right -of -trey (ROW) Pharr; • Coordination with utilities and impacted stakeholders C1 AtkinsReatis • Preliminary technical reports • Preliminary traffic engineer -rig, signal assign, signage & striping • FIR PS&E & technical reports Pt ()fact Ob1ectrves & Scope Exhibit 2: AtkinsRealis PEP CsiDcat Issues, Oppor tunmties S Assurnotion* Project Controls Project Closeout Procedures 4. Final Design (COOT FOR or 95% Design) The AtkinsReelis team will tale the FIR plans and develop Field CiRce Review (FOR) plans for review. Ni design improvements will be ftnstiked. and the updated plans will be used to inform the public/stakeholders through the on -going outreach efforts. Kay Activities may include: • Incorporate comments from FIR plan review • Finalize coordination with utilities srd impacted stakeholders • Poetize ROW requirements. acquisitions, and COOT Cie era nces. conduct ROW plan review meeting (ROW PR) with COOT • Anol utility coordination and obtain utility cleareroe letters • Complete environmartal permitting/clearances • Complete final drainage analyses. reports, design • Complete fine( roadway and tnrfiic design, including construction phasing end traffic control plans • Complete fighting design tic applicable) • Fine( project quantities. bid tabulations. specifications, end cost estimate • Develop construction schedule in collaboration with County staff • FOR including all final technical discipline reports and FOR PS&E • FOR deliverable comment resolution matrix S. Advertisement AtkinaRbat's will address all comments from the FOR plan review and deliver Ad levet plans, specs, and engineering aetirnate (Bid Package) to County staff. AtkinsReatis will provide support to the County through the bid phase end evaluation of contractor bids for selection Kay Activities may include. • Attend a pre -bid Coordination meeting • Respond to contractor questions and Issue addenda - Update construction plans as reeded - Assist County staff with review of bids and selection nt contractor 6. Post -Design Services AtUdnaRkelis will provide support to the County through construction of the project. This phase of the project Includes assisting the Ccunty with requests for information (RFis) from the contractor, and ntny include minor design modifications. if needed. Key Po5t•Oc.igt • Support Activities may include; • Attend a pre-construation meeting • Review contractor submittals, shop/worlring drawings, etc. • Attend construction progrt se meetings • Perform periodic field observations documenting construction p i ogru :e a • Review contractor 1t -built., • Find *As Constructed' plans upon project completion • Respond toRFis • Provide support on change orders 7. Project Close-out AtktnsRdalis will support the County with project close-out ectvitfas, At the con che&on of this phase. AtkinsRStis will provide final progress reporting and billing close-out services under the task order. Key Post•1}osign Support Activities may include: • Punch !1st meeting/walk-through • Punch list coordination/completion progress • Review contractor closeout documents • Recommend issuance of Initial Acceptance • &s -bunts based on contractor redlines (PDF. hard copy, and CADDI • Warranty repair resolution (as needed) • Recommend issuance of Final Acceptance SH397/ WCR37 Intersection Improvements Project 10-11 4. Critical Issues AtkinsRealis Solutions in Action Our team perfor med preliminary traffic counts and conducted an intersection alternatives analysis utilizing the Intersection Control Assessment Toot (ICAT) it developed with CDOT. While the [CAT analyzed more than 20 intersection configurations, AtkinsRealis has prepared preliminary layouts for a Two -Way Stop condition and Single -Lane Roundabout, both scoring high -n feasibility and effectiveness. Two -Way Stop Control with Turn Lanes Pros I Simple and conventional intersection configuration. 2. Additional safety considerations might include the Intersection Conflict Warning System (ICWS) to alert drivers of traffic approaching the intersection from the cross street 3. Layout accormodates WB- 67 turning movements in all directions. 4 Layout accommodates a futu' c signalized layout. s d_i AtkinsRealis I Exhibit 3 Preliminary layouts prepared by AtkinsRealis Cotta I High speeds create safety concerns with NBiSB vehicles that are entering the intersection 2. Long footprint to establish the turn lanes along each approach 3. Large return radii required to accommodate WB-67 truck turns which will require right-of-way acquisition. 4. Future traffic signal requires operations and maintenance. Single -Lane Roundabout Pros i Enhance safety by calming traffic since all vehicles must reduce speeds to enter the roundabout 2. Roundabout reduces the number of vehicle -to -vehicle conflict points from 32 to 8, increasing safety and efficiency in moving ail vehicle types through the intersection. I Roundabout results in collision angles that are closer to parallel. reducing crash seventy. /i\ Critical Issues 1. ROW Impacts Led by Jeff Hanna, AtkinsReatis will coordinate impacts and acquisition activities to gain landowners support early in the process. Our tern will ensure thaw impacts are coordinated for ultimate conditions for the intersection, eliminating the need for the County to acquire additional ROW in the future. Additionally. will Facilitate a ROW Plan Review (ROWPR) meeting with CDOT to gain ROW clearance for the project 2. Heavy Truck Vootumes and Movements Our conceptual layouts are geared towards moving large truck traffic efficiently and safely through the intersection. Utilizing AutoTurn. AtkinsReatis successfully modeled a WB-67 in both conceptual layouts. tee 4. Roundabout layout with inscribed circle diameter of 140' will allow for WB-67 trucks to effectively navigate turning movements. 5. Compact footprint and minimal ROW impacts. Proposed footprint for the roundabout configuration does not impact the irrigation facility crossing structures Cans 1. Slower speeds for emergency vehicles traveling through the roundabout, but this is expected to be a very small number of vehicles. SH392/WCR37 intersection Improvements Project 12.13 5. Project Controls Scope, Schedule, and Budget Controls Karot will employ a work breakdown structure (WBS) that aligns with the project scope tasks/subtasks. Each element within the WBS, including those of subconsultants, has its own budget and will be tied to a critical path method (CPM) schedule for the purposes of monthly progress reporting, invoicing, and cost performance monitoring. Karol has developed a milestone schedule (Exhibit 7 in the Section 7: Schedule) that will be used as the foundation to build a CPM schedule. The CPM will be presented at the project kick-off meeting to ensure delivery milestones are in alignment with County goals. Progress will be monitored through activity/ completion tracking for each task/milestone, with recovery actions being developed for delayed tasks that may affect the project's critical path. Key milestones for the SH392/WCR37 project include: • NTP/Project Kickoff: November 2024 • Intersection Configuration Determination: February 2024 • Public Meeting: March 2024 • FIR Submittal and Meeting: May 2024 • FOR Submittal and Meeting: September 2024 • AD Package Submittal: December 2024 • ROW Acquisitions Completed: January 2026 • Construction Begins: Spring/Summer 2026 Communication Plan Effective communication is key to project leadership. Karol will partner with Mike Bedell (County PM) to develop a communication plan that manages project information between the AtkinsRealis team, the County, CDOT, and stakeholders. Karol will control the flow of project communication and coordination activities to all members of the project team are moving the project forward under the same assumptions/decision. Our proposed lines of communication (Exhibit 4) highlights the most significant communication relationships for the project. 1a eta older. L eatis RU'rya? Qi 9 nna SRIN w a syekd Coin Bedde' tie 46Th AP, CO kect Po l 0 CD 4 co 4 ealis Desi d � �3 61O -L. Yeh,Cu t5 Peck -rive' tconsuite Lines of communications 4 • • •► As-needed/as-directed by Weld County 4-* Continuous/ongoing Exhibit 4: Proposed Lines of Communication For consistent communication, coordination, and messaging throughout full project delivery, our team routinely leverages the following tools: • Project progress meetings supported by agendas/ minutes to document progress and action items. The timing of each meeting will be coordinated between Karol and Mike as the project progresses. Our Team is prepared to support both in -person and virtual (MS Teams) meeting formats for the County. • MS Outlook for email coordination records • MS PowerPoint for presentations to the Board of County commissioners, stakeholders, etc. a Decision Record to track and document project decisions as coordinated with/directed by the County Quality Assurance Plan (QAP) AtkinsRealis proactively plans for quality and auditing processes on project through the development of a QAP. Frank Schultz, PE, LEED AP, PMP, will coordinate and implement the project QAP, make independent reviewer assignments, conduct quality process audits, and produce certificates of compliance for all work products/deliverables, including those of our subconsultant partners. SH392/WCR37 Intersection Improvements Project 14 Key elements of the AtkinsRealis QAP include: • Key Personnel Commitment. Because staff changes can negatively impact a project's budget, schedule, and quality, Joe gives the County his personal commitment that proposed key staff will be engaged through project completion. Should personnel changes be required, he will present the County with alternative staff resumes for review and approval prior to effecting such change. • Independent Quality Reviews. AtkinsRealis will employ a five -step QC process (Exhibit 5) for all project deliverables produced by team members, including subconsultants. To streamline the process, simplify the management of comments and follow-up resolution, and provide required documentation for quality assurance verification, AtkinsRealis uses Bluebeam software, which enables collaborative QC reviews to be conducted by multiple technical reviewers in real time. This functionality can also be extended to our clients. • External Deliverable Reviews. AtkinsRealis wilt comply with CDOT Local Agency requirements through submitting 30% (FIR), 90% (FOR), and final right-of-way (ROW) plan packages to CDOT. AtkinsRealis will generate a comment resolution matrix at each submittal. Additionally, we will organize, schedule, and facilitate FIR, FOR, an ROW plan review (ROWPR) meetings to address comments and align solutions to be applied in subsequent phases of delivery. • Value-added Client Check -ins. At no cost to the County, Joe will organize check - ins with Mike Bedell (County PM). While it is rare for our performance to not meet our client expectations, we believe our reputation is judged by how our leadership responds when issues arise. Joe and Karol share a mutual commitment to client satisfaction in recovery efforts if errors are discovered. Cr alb Steps VERIFY Step 4 CHANGES MADE Step 3 RESOLVE COMMENTS Step 2 REVIEW Step 1 READY FOR REVIEW Exhibit 5: AtkinsRealis five -step quality review SH392/WCR37 Intersection Improvements Project 15 6. Location/Familiarity 7 AtkinsRealis has been doing business in the United States since 1960. Since 1996, AtkinsRealis has been providing a wide variety consulting services for CDOT and more than 30 local agencies throughout Colorado. Our office is located in the Denver Tech Center at: AtkinsRealis USA, Inc. 4600 South Ulster Street, Suite 1100 Denver, CO 80237 AtkinsRealis has a long history of delivering successful project results for Weld County dating back to 2004. During these two decades, AtkinsRealis has provided a diverse range of services to Weld County on 27 projects/tasks, including the County's first design -build project for the WCR 49 Extension and updating the County's Engineering Design Guide. We possess unparalleled knowledge of the County, its processes/procedures, and delivery expectations. 25 +Years Consulting in Colorado 4,500+ Engineei-iny Professionals Nationwide a M M Some of the other projects that AtkinsRealis has completed for the County include: • WCR 47/SH 392 Intersection Improvements • WCR 53 Bridge Replacement over South Platte River • WC Traffic Counts • WCR 7 over St. Vrain River • WCR 275 Bridge Rail. Design • WC Engineering and Criteria Guidelines Update • WCR 22 over WCR 49 Bridge Independent Design Check • WCR 60 %2 Signal Design at WCR 47 In addition to these projects, AtkinsRealis has a significant amount of project experience that is relevant to the SH392/WCR37. Some of these projects are on the following three pages. 80+ Roadway & Transportation Engineers in Colorado 7 c 80+ Colorado PEs across all disciplines 1,500+ Roadway & Transportation Engineers Nationwide Our Core Technical Capabilities • Major/Minor Roadway Design • General Civil Engineering • General Structures, Bridges, Retaining Wall, Underpass Design • Right -of -Way Planning & Acquisition • National Environmental Policy Act (NEPA) and Environmental Sciences • Traffic &Transportation Planning • Alternative Delivery • Water Resources/H&H/ Drainage/MS4 • GIS & Asset Management • Construction Management • Program Management • Owner's Representation Exhibit 6: AtkinsRea[is by the numbers gas SH392/WCR37 Intersection Improvements Project 16 AtkinsRealis Past Project Experience Conflict Warning System I Weld County, CO AtkinsRealis is currently working with Weld County to provide final design services for the installation of an Intersection Conflict Warning System (ICWS) at two intersections (SH392 & WCR43 and WCR38 & WCR17). These intersections have been identified as high-speed, high -risk intersections in rural Weld County. The safety improvements that are being implemented with this project are designed to reduce the likelihood of severe collisions at rural, two-way stop -controlled intersections. Key Team Members: Joe Zufall, Karol Miodonski East County Line Road Widening & Resiliency - Quicksilver to Pike Boulder County, CO . p--•- .-----4-- •• •- _—:�--._-a* . .. — am- -• .. r--, - •f 4"' ` 1 • M� • • :-� .. v • to .S • • ... w� e a p., s [II1P S t t • . • • -►. • - - -^-w►► . - fir -_,Ma.•... li r ♦ ••, a a--� r Y� f . - ..�+.-. 4 iII 's it.: u . ,_ . 4 ---_--_ ---•- ' � . e.Tom— ma , t.w r— — dhalt..7 • • —s -• ♦- .-_*_ ♦ , 4- In partnership between Boulder County, Weld County, and the City of Longmont, AtkinsRealis is providing preliminary and final design services to widen 1.23 miles of ECLR from WCR 20.5 to Quicksilver Road within the Dry Creek No.2 and St. Vrain Creek Floodplains. The project's purpose is to improve traffic operations, corridor safety, and floodplain resiliency through enhancement that accommodates all modes of travel, including cyclists, heavy trucks, and farm equipment. Additionally, the project includes design of a single lane modern roundabout at the intersection of ECLR and Pike Road. Key Team Members: Joe Zufall, Karol Miodonski, Loren Lauvray, Anna Ericson, Jeff Hanna, HCL as ICI SH392/WCR37 Intersection Improvements Project 17 Weld County Engineering and Criteria Guidelines Updates I Weld County, CO In 2019 and 2020, AtkinsRealis executed two separate task orders with Weld County's Public Works Department to update the County's Engineering and Construction Guidelines. AtkinsRealis worked closely with County staff to incorporate updated Weld County Code especially related to the Oil and Gas Department, drainage criteria, MS4 criteria, Traffic Impact Study Checklists, construction requirements, access criteria, and related graphics. Key Team Members: Joe Zufall, Karol Miodonski, Loren Lauvray, Anna Ericson West Dartmouth Avenue Multimodal & Safety Improvements I City of Englewood, CO AtkinsRealis is working with the City of Englewood to improve the safety and multimodal connectivity along the West Dartmouth corridor between Zuni Street and South Platt River Drive West. The project includes the design of two new signalized intersections at Zuni and Tejon Streets, ROW and environmental clearances, and safety improvements to accommodate all modes of travel along the corridor. Key Team Members: Joe Zufall, Karol Miodonski, Loren Lauvray, Anna Ericson, Jeff Hanna, HCL US 34 and MacGregor Avenue Intersection I CDOT Region 4, Estes Park, CO AtkinsRealis evaluated the current and future traffic conditions, performed a detailed intersection improvement feasibility study (including cost - benefit analyses), and provided transportation and civil engineering design services to convert the existing 2 -way stop -controlled intersection to an elliptical roundabout. Additionally, due climate and the project being located in a tourist area, AtkinsRealis developed final engineering and construction plans on an accelerated schedule to meet CDOT and Town of Estes opening goals. Key Team Members: Karol Miodonski, Anna Ericson Intersection Control Assessment Tool I CDOT Statewide Cr AtkinsRealis conducted research, coordinated with agencies across the U.S., and applied best practices to support CDOT in the development of an Intersection Control Assessment Tool (ICAT) capable of evaluating up to 36 possible intersection configurations. The tool provides considerations traffic operations, safety, pedestrian/bike, and environmental impacts as part of the analyses. Key Team Members: Karol Miodonski, Anna Ericson SH392/WCR37 Intersection Improvements Project 18 East 17th Avenue and East County Line Road Intersection Control Evaluation City of Longmont, CO Utilizing the Intersection Control Assessment Toot developed for CDOT, AtkinsRealis performed an evaluation of the existing intersection and completed an alternative feasibility analysis to identify long term improvements regarding safety, operations, and efficiency. The ICAT demonstrated that, in addition to a signalized intersection alternative, a roundabout and a high -T would also provide a configuration meeting the safety and operational goals for the City. Key Team Members: Joe Zufall, Karol Miodonski County Line Road (9th to 17th Avenue) Widening I City of Longmont, CO AtkinsPealis provided transportation and civil engineering services to widen County Line Road from 9th Avenue to 17th Avenue. The widening included the addition of a shared middle turn lane, bike lanes in both directions, intersection configuration improvements, and new sidewalk along the west side of the road. The west half of the road was designed to the ultimate section and the east side will remain in the existing ROW to not impact private land and existing irrigation facilities. The project included coordination with seven utility agencies, multiple property owners, one ditch company, and new development. Key Team Members: Joe Zufall, Loren Lauvray, Frank Schultz Pike Road Improvements i City of Longmont, CO Working on behalf of City of Longmont, AtkinsRealis provided engineering design and environmental services for the Pike Road Improvements project between US Highway 287 and South Sunset Street in the southern part of the City. AtkinsRealis provide the final design for roadway, intersection, and signalization improvements along the project corridor. Additionally, AtkinsRealis conducted an environmental resources review of the entire corridor and delineated the presence of wetlands on the project. AtkinsRealis provided coordination for the City and the USACE for impacts to the Upper Baldwin Ditch. Additionally, the AtkinsRealis team provided ROW/surveying and SUE services on the project. Key Team Members: Joe Zufall, Loren Lauvray, Frank Schultz cr SH392/WCR37 Intersection Improvements Project 19 7. Project Schedule roll 1;.. Mt .ham « tta +:i• f :r. 11 :1 al .I lit! t11121101::It:Iallalssl I at, ( its ( tell I an I way a!1r(t,,LSI:01:tl::I%TI :11211 NIP! :.fn1101 ! III Aiwa 1:(n1srIa t Att.! a We ofr I Ira I ia(si(alla, cal "1 :1as.(a/(at(/tl /r( atlaalsinfuluis•lss!ssj vi' Dia l val r.(etle:l+tj I Mitt . OA; Olt! t<acts Hl..a.4 t ' s•q.flC.wtaarM fit ►vtat Nino aj I sumer' I r.,tanso pent., pts+st carom .t tan atest test arra u aa•••th....r Cya.meet,p Lye..,. /Oa Rfswt. I: Ch•A!ravaa •torso• tt<ttnvtnttttad:. I /// Pinson tal ones at g It n 0 1:2 1`✓TLl . • ` "r i CAI S•.•pas..giant •JO% ctarttlr"c EOkNestal(t tCa.nrtwtrCw Oar mini.. u AA Cleat t Wit 'toe I lenseitft C..iaa s.r•Y.10*0-a.. f�arttwJrut'aats0au I rGeaetaand Pavement, RRQtabu;t_SUF Q 't iraHlcS'sd C filet Lao n.TntkEnamrrtfl/Dee••ib"M Cana Owe Oat■ dactylics. C.ftlsi.da►fDere mast 1.•f ttttla.l TtAtaracf Met f.ptaafwe l fanrtnmt.1a10ritmllYl�a Cte.raacef r / an.641 ,0007MaC t fe .,..st.W Kneen r; 1 Coaael► aaprt5 aa.t aininlag A C ill O O p 1 4 I C 3MCOWSI Ent;nentigl Dfa'pp a ICAT/Traftie Amaral: AlternalNr feaiWaon L ie»6 ,tle# Ptpc,t Clef HaN Report. D. Roadttds Drainage L WC' Report Is - rlaMapfiON1 1011 Ong& TOW 1 iiwdrrwtSlll*na p 1 at,:nttmrtv I tiMINE=MEMENIF RIIHMMNNMIMIMIMgffjgtlgJ 0 ibg4e] t ' — 1 Tealyd AD Pat 1a QC ' lwt»trmal l tOLQC r;Asttarna. ] Inc i,cttSebar)• tnit, u.tr. . - . _ . - . - • - • - . - • - • — • • — . — . — . CM. S.• _ . _ . _ . — . dm.. ea• — • — • _ • — . — . — . _ . _ • _ • al. _ . _ . a • ., • el . SIPS • 41•••. — . _ . oar•. —«.alive e LIMP l(KMr Adeeyele ese •0rder rifling! rranlvoranMOW ►ust Item el+.+.rtern oltrrrWalt Cruet a►ettn•Ma i I 1 4t ®1 ; '� trot amp* *Ailey ►uw ar.w. ►ro r. aar. II. • I eve/taans.n all tltaatiO.s laat111414 now Mm. Ms 'wacro• 4 iron Key A Pror.ts lop AO, Pre t Mid Exhibit 7• Atkinr.Rnahs proposed project schedule Cl AtkinsRealis "crew Start +ct My Ern 'r•w:r3.e SH392/WCR37Intersection Improvements Protoct 20.21 8. Requested Changes to Contract Language AtkinsRealis would like to respectfully submit, for the County's consideration, the following requested modification to Section F - Insurance and Section G - Weld County Contract. Section F - Requested Revision Justification Insurance Item 2 The Contract Professional's commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability insurance policies and/or certificates of insurance shall be issued to include Weld County Government and State of Colorado as an "additional insured" and shall include the following provisions: No Additional Insured on Professional Liability AtkinsRealis cannot name anyone as an additional insured under its Professional Liability policy because of an "insured vs. insured" exclusion. AtkinsRealis' insurance provider will not waive the exclusion. No Additional Insured allowed on a Workers' Compensation Policy. The rights and coverage under a workers' comp policy are primarily for the benefit of the injured employee, rather than the company. The company can't extent the employee's rights to someone else. Workers' Comp does not cover another company. No Waiver of Subrogation for Professional Liability Our policy specifically prohibits waivers of subrogation for PLI. Item 3.c. Contract Professional-sltall provide c piesinsurance coverage policies to the County department maintaining contract administration duties. These include initial policy; updates or changes to eoverege; extensions enewals, etc AtkinsRealis does not provide public entities with its policies Because they are manuscript ("non-standard, customized") policies that contain business sensitive information specific to AtkinsRealis. Public entities are subject to public disclosure laws and AtkinsRealis does not want its business sensitive information in the public domain. Section G - Weld County Contract Requested Revision WHEREAS, Contract Professional is authorized to do Justification tl '1 Delete expertise Our professional liability insurance covers us for our "ordinary" negligence. Terms such as "expertise" can be interpreted as elevating the standard of care for this contract beyond "ordinary' negligence and thus effectively voiding our insurance coverage. Such an uninsurable event benefits neither party. business in the State of Colorado and has the time, skill, exp r-hse and experience necessary to provide the services as set forth below. Item 8. Item 9. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the reputation and expertise experience of Contract Professional. Ownership. Add the following language to the end of paragraph: The materials are not intended or represented by Contract Professional to be suitable for reuse by the County, or others on any extension of the project or on any other project. Any reuse without written verification or adaptation by Contract Professional for the specific purpose intended will be at the County's sole risk and without liability or legal exposure to Contract Professional. Delete "expertise", Replace with "experience" Our professional liability insurance covers us for our "ordinary" negligence. Terms such as "expertise" can be interpreted as elevating the standard of care for this contract beyond "ordinary' negligence and thus effectivelyvoiding our insurance coverage. Such an uninsurable event benefits neither party. Insert IP Provision AtkinsRealis does not have control over how documents are used beyond their intended purpose. Thus, AtkinsRealis should be protected against liabilities caused by such use. i Item 11. Warranty. Contract Professional warrants represents 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. Contract Professional further represents Delete and/or Replace "warrants" with "represents" Our professional liability insurance excludes any type of warranty coverage, so we avoid the use of SH392/WCR37 Intersection Improvements Project 22 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. it is recognized that neither Contract Professional nor the County has control over the cost of labor, materials or equipment, over the construction contractor's methods of determining bid prices, or over competitive bidding, market or negotiating conditions. Accordingly, Contract Professional cannot and does not warrant or represent that bids or negotiated prices will not vary from any estimate of construction cost. For worm which Contract Professional produeesa ion purposes, Contract Professional -shale carefully check all unit quantities County-reviev. . If the Ca additional costs durrrr; tion which are directly associated with -errors and omissions (professional negligence jwhie construction -eons rarc t resulting -in -costs -tree r thin the construction contract Proposal unit CO3(s; Contract Pro fessiortai-shaftte-# nanciatly liabfe-for such increased costs. the term in any context to prevent voiding our insurance coverage, which benefits neither party. Replace Language Regarding Responsibility for Estimates / Construction Costs As noted in the inserted language, we don't control the prices and cannot warrant that contractor's bid prices won't vary from cost estimates. Section G - Weld County Contract Requested Revision Justification Item 13. Insurance. Contract Professional must secure, before the commencement of the Work, the following insurance covering all operations, goods, andservices provided pursuantto this Agreement, and shall always keep the required insurance coverage in force during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages except for Professional Liability, Contract Professional's insurer shall waive subrogation rights against County. No Waiver of Subrogation for PLI Our policy specifically prohibits waivers of subrogation for PLI Item 13. Professional Liabilitys Modify the following paragraph: The Contract Professional's commercial general liability, comprehensive automobile liability, workers' compensatiorfi; -and professional liability insurance policies and/or certificates of insurance shall be issued to include Weld County Government and State of Colorado as an "additional insured" and shall include the following provisions No Additional Insured on Professional Liability AtkinsRealis cannot name anyone as an additional insured under its Professional Liability policy because of an "insured vs. insured" exclusion. AtkinsRealis' insurance provider will not waive the exclusion. No Additional Insured allowed on a Workers Compensation Policy. The rights and coverage under a workers' comp policy are primarily for the benefit of the injured employee, rather than the company. The company can't extent the employee's rights to someone else. Workers Comp does not cover another company. Item 13. Remove the following paragraph: Contract -Professional shall provide c. coverage polities to the County department • • - - a • AtkinsRealis does not provide public entities with its policies Because they are manuscript ("non-standard, customized") policies that contain business Cr SH392/VVCR37 Intersection Improvements Project 23 Section G - Weld County Contract Requested Revision include initial policy,dates or changes to coverage; extensions, feflewats, etc Justification sensitive information specific to AtkinsRealis. Public entities are subject to public disclosure laws and AtkinsRealis does not want its business sensitive information in the public domain. Item 14. Indemnity. The Contract Professional shall defend, indemnify and hold harmless County, its officers, agent, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or cthafaetef arising out -of to the extent caused by the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contract Professional shall be fully responsible and liable for all injuries or damage received or sustained by any person, persons, or property on account of its negligent performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contract Professional wiul be responsibte-fer-ptimary toss investigation, trtfae t of indemnity applies. In consideration of the award of this contract, except as applied to Professional Liability Insurance coverage, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Delete "defend" The obligation to indemnify arises once a judgment has been entered, whereas the obligation to defend is triggered as soon as a claim is filed. Per Section (c) of the statute above, AtkinsRealis cannot be required to provide a defense because at the point the duty is triggered our liability/fault has not yet been determined by adjudication/ADR/agreement. Delete "and against" Because this can be read to imply an obligation to defend Delete ", suits, actions, claims" Our duty to indemnify can only be triggered once our fault has been determined - at which point, claims, suits, and demands have become judgments. Delete "and It is agreed that the Contract Professional will be responsible for primary loss investigation, defense, and judgment costs where this contract of indemnity applies" Per Section (c) of the statute above, AtkinsRealis cannot be required to provide a defense Insert "except as applied to Professional Liability Insurance coverage" Please see note above for explanation. Replace "of any type or character arising out of " with "to the extent caused by" Under the law of negligence AtkinsRealis will be responsible for any damages that are proximately, that is, directly caused by our negligence. Phrases like "arising out of" can include indirect and unforeseeable consequences for which AtkinsRealis would not normally be held liable. Item 33 I Requested Insertion: Mutual Waiver of Consequential Damages. Notwithstanding anything to the contrary, on behalf of themselves, their governing officers and employees, the Parties waive all claims against each other for consequential losses or damages, and punitive damages, whether arising in contract, warranty, tort (including negligence), strict liability or otherwise, including but not limited to losses of use, excess construction costs, alternative construction means or methods, or losses of funding. Insert waiver of consequential damages Incidental or consequential damages can be speculative in nature resulting in needless and expensive disputes. Damages should be limited to direct damages that are easily identifiable and established thus reducing needless litigation and cost. c1' SH392/WCR37 Intersection Improvements Project 24 AtkinsRealis I MI 1 a AtkinsRealis 4600 S Ulster St., Suite 1100 Denver, CO 80237 AtkinsRealis a a November 7, 2024 ATTN: Michael Bedell, P.E. Senior Engineer Public Works Department P.O. Box 758 Greeley, CO 80632 United States AtkinsRealis 4600 South Ulster Street, Suite 1100 Denver, CO. 80237 RE: #B2400119 - SH 392/WCR 37 Intersection Improvements - AtkinsRealis Scope and Fee Dear Mike, It is my please to submit the enclosed scope and fee for AtkinsRealis' professional services associated with the SH 392/WCR 37 Intersection Improvements project. A summary of our fee proposal is as follows: Task ID/Description Fee Project Management, Meetings, and Coordination $93,904.00 Conceptual Design $86,386.00 Preliminary Design (60%/FIR) $167,294.00 Final Design (95%/FOR) $127,665.00 Advertisement (100%) 1 $69,356.00 ROW/ Easement Acquisition $44,170.00 Utility Relocation Coordination $49,464.00 Construction Services $52,680.00 Other Professional Services $100,000.00 Subconsultants $285,682.00 Total $1,076,601.00 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 Joae_p.hszz fallCthatkinsrea_l_s.com. Kind regards, -?-rats4" Joseph R Zufall, PE Sr. Project Director I IS BU BD Manager 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. A 16 -month schedule is assumed for project delivery from 11/2024 through 02/2026. 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) Project Site Visit. AtkinsRealis will conduct one (1) site visit once the project survey is received to confirm field conditions (assumes 1, 2 -hour meeting) during the 30% Design Phase. 5. Project Progress Meetings. AtkinsRealis will participate monthly progress meetings with the County. (Assumes 16, 1 -hour virtual/MS Teams meetings) 6. Public Meeting/Board di County Commissioners Meeting. AtkinsRealis will participate in one (1) public/Board of County Commissioners meeting following Conceptual Design (30%). 7. 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). 8. Utility Coordination Meetings. AtkinsRealis has identified up to eight (8) utility owners within 1/2 mile of the project site. AtkinsRealis will conduct up to eight (8) individual coordination meetings and up to four (4) joint coordination meetings with utility owners in the area (assumes 8, 1 -hour in -person meetings and 4, 1 -hour MS Teams Meetings) 9. 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 west side of WCR 37. 10. Project Deliverable Meetings. AtkinsRealis will participate in deliverable review meetings for Conceptual (30%), Preliminary (60%/FIR), Final (95°/0/FOR) design, ROW Plan Review Meeting (ROWPR)(assumes 3, 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. 11. Post -Design Meetings. AtkinsRealis will participate in one (1) contractor pre -bid meeting and one (1) contractor construction kick-off meeting (assumes 2, 2 -hour in -person meetings) 12. Deliverables. a. Monthly Progress Reporting & Invoicing b. Creation of meeting agendas and minutes c. Certificates of Compliance for all AtkinsRealis deliverables 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. 12 -hour turning movement counts (TMCs) traffic data collection 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 iv. Geotechnical Investigation b. Reports i. Subsurface Utility Engineering (SUE) Report ii. Geotechnical Investigation/Field Report iii. Pavement Design Report iv. Drainage Criteria Memo v. 30% Drainage Report vi. Environmental Reports vii. Signal Warrant Memo c. Traffic Analysis. AtkinsRealis will collect 12 -hour TMCs and conduct a signal warrant analysis to determine if the intersection should remain a two-way stop condition or be fully signalized. Once the configuration is determined, AtkinsRealis will proceed with development of Conceptual (30%) design plans. d. Drainage Analysis. AtkinsRealis will review existing conditions and develop a preliminary hydrologic and hydraulic analysis. e. Conceptual Design (30%) plans: i. Title Sheet ii. Typical Roadway Sections/Details iii. Roadway Plan & Profiles iv. Drainage and Grading plans v. Utility Plans — Existing vi. Traffic Signal Layout (Future) f. 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. 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. 1. Deliverables. AtkinsReal's 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 Preliminary Design (60%/FIR) plans: i Title Sheet ii M&S Standard Plans List iii Typical Roadway Sections/Details iv General Notes v Summary of Approximate Quantities vi Summary of Earthwork Quantities vii Tabulations viii Survey Control ix Demolition/Removal Plans x Utility Plans — Existing xi Utility Plans — Proposed Relocation xii Geometric Layout xiii s Right of Way Plans xiv Roadway, accesses, and driveways Plan and Profiles xv Drainage and Grading Plans xvi Drainage tabulations xvii Drainage profile sheets (irrigation ditch) xviii Drainage details (ditch details) xix Irrigation Ditch Details xx Stormwater Management Plans (SWMP) xxi Erosion Control Plans xxii Signing and Striping Plans xxiii Traffic signal layout (Future) xxiv Construction Phasing Plans xxv Method of Handling Traffic (MHT) Plans xxvi Cross -sections (50 -ft intervals) 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 fifteen (15) costliest bid items in the Plans will be provided Specifications. AtkinsRealis will prepare the anticipated list of project special provisions correlated to the pay items listed in the OPCC 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. 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 c. Final Design (95%/FOR) plans: i. Title Sheet ii. M&S Standard Plans List iii. Typical Roadway Sections/Details iv. General Notes v. Summary of Approximate Quantities vi. Summary of Earthwork Quantities vii. Tabulations viii. Survey Control ix. Demolition/Removal Plans x. Utility Plans — Existing xi. Utility Plans — Proposed Relocation xii. Right of Way Plans xiii. Roadway, accesses, and driveways Plan and Profile xiv. Drainage & Grading Plans xv. Drainage tabulations xvi. Drainage profile sheets (irrigation ditch) xvii. Drainage details (ditch details) xviii. Stormwater Management Plans (SWMP) xix. Signing and Striping Plans xx. Traffic Signal Layout (Future) xxi. Construction Phasing Plans xxii. Method of Handling Traffic (MHT) Plans xxiii. Cross Sections (50 -ft intervals) f. 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 fifteen (15) costliest bid items in the Plans will be provided g. Specifications. AtkinsRealis will prepare the anticipated list of project special provisions correlated to the pay items listed in the OPCC. 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. Environmental Reports v. 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 fifteen (15) costliest bid items in the Plans will be provided. d. Advertisement plans and specifications/Special provisions signed and seal by a Colorado licensed pro essional engineer. e. Advertisement Assistance. Assist in answering RFI's and issuing addendums or clarifications during the advertisement period. F. ROW/Easement Acquisition AtkinsRealis will provide support to the County through ROW acquisition and construction of the project. AtkinsRealis will provide the following services during post design: 1. ROW Acquisition. AtkinsRealis' ROW Professionals shall negotiate with up to five (5) 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), the CDOT ROW Manual (as amended), and Title 38 of the Colorado Revised Statutes (CRS). AtkinsRealis is committed to providing the County/Project with the following services related to the ROW Acquisition: • 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 N otification Letter, Offer Letter, Acquisition Brochure, Last Written Offer of Settlement, N otice 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 Right of Entry Letters/Forms • 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). • Work closely with County staff to prepare and deliver all necessary forms required by CDOT Region 4. • 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. • Communication/coordination with CDOT Region 4 Right of Way Division (as necessary) • Delivery of up to five (5) 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). • Preparation and delivery of up to five (5) title commitments G. Utility Relocation Coordination 1. 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. H. Construction Services 1. 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. 2. As-builts/ConB• rmed documents. Prepared based on contractor redlines as final documentation of constructed conditions. I. Subcontracted Services AtkinsRealis has partnered with the following firms. • CBRE: Real Estate Appraisal and Advisory Services • H.C. Peck & Associates: Title Commitments & Closing Services • HCL Engineering & Surveying: Topographic Survey and ROW Plans • T2 Utility Engineers: Subsurface Utility Engineering • Tiglas Ecological Services: Environmental Permitting • Yeh and Associates, Inc.: Geotechnical Engineering & Pavement Design Scope and fee assumptions for our subcontracting partners can be found in Section K. Subconsultant scopes and fees. J. Other Professional Services (OPS) Per the RFP, AtkinsRealis has included a line item described as Other Professional Services (OPS) intended to be utilized in cases of unforeseen circumstance, in the amount of $100,000. K. Assumptions & Exclusions 1. AtkinsRealis assumes a fully signalized intersection is a future condition at this location. In the event the signal warrant analysis conducted as part of the Conceptual Design (30%) indicates a signal is warranted at the SH 392/WCR 37 intersection, AtkinsRealis will provide the County with an hours and fee estimate to advance a fully signalized intersection design should the County like to proceed with the signal design. 2. It is assumed the project will not impact the existing the existing irrigation crossing located west of the intersection nor the existing bridge (Greeley Canal#2) located east of this intersection. Coordination of the intersection design will take place with the owners of these facilities; however, design for replacement of these facilities is excluded. 3. It is assumed ROW Acquisition/Coordination and Utility Relocation/Coordination activities will run in parallel with design development activities starting from Conceptual Design (30%) through Advertisement (100%). 4. The County shall be responsible for all direct costs related to the purchase of the real estate interests, title insurance, closing costs, and legal expenses (if applicable). 5. This scope of work and fee estimate does not include assistance with trial preparation, depositions, or testimony at trial. If a condemnation proceeding is undertaken, a separate or supplemental engagement would be required for this purpose. 6. Total fee does not irclude the cost of relocation services (Personal Property, Residential, Business). 7. If changes in design plans, surveys, legal descriptions, and/or appraisal conclusions result in extraordinary delays or duplicative acquisition efforts, AtkinsRealis reserves the right to adjust its time and cost charges by a reasonable amount for the incremental time and/or cost associated with such delays. Any request by AtkinsRealis for such additional charges will be submitted in writing, accompanied by an appropriate cost justification, and will be subject to the reasonable approval of the County. 8 If it is determined that additional easements are necessary, AtkinsReal's will provide a written request to the County to issue a new task order or submit an amended scope of services for the existing task order 9 This scope of work and fee estimate does not include Appraisal Review services AtkinsRealis assumes CDOT Region 4 Appraisal staff will carry out all Appraisal Reviews and issuance Fair Market Value 10 The County will allow AtkinsRealis to carry out/deliver the activities identified herein in an efficient manner that is consistent with local state and federal regulations, and in the best interest of the County/Project 11 It is assumed that floodplain H&H is not required for this project 12 It is assumed that the design of permanent stormwater quality BMP's is not required for the project Cost Proposal - Detail SH392/WCR37 Intersection Improvements Project Weld County B2400119 Submittal Date: Nov -04-2024 Task# Resource Category Description O/H Pool 100 Project Management, Meetings, and Coordination Rate Unit Qty Extended Price Labor Sr. Project Director Sr. Quality Assurance Manager Technical Manager II Sr. Project Manager Sr. Engineer III Technical Manager Project Manager Sr. Engineer II Sr. Engineer I Sr. ROW Agent Project Analyst Home Home Home Home Home Home Home Home Home Home Home Labor Total 100 Project Management, Meetings, and Coordination Total 200 Conceptual Design (30%) 283.00 276.00 256.00 236.00 219.00 200.00 188.00 178.00 156.00 159.00 132.00 Labor Technical Manager II Sr. Project Manager Sr. Engineer III Sr. Engineer II Sr. Engineer Sr. Tech Coordinator Engineer II Engineer Labor Total 200 Conceptual Design (30%) Total 300 Preliminary Design (60%/FIR) Home Home Home Home Home Home Home Home 256.00 236.00 219.00 178.00 156.00 136.00 124.00 104.00 Hr Hr Hr Hr Hr Hr Hr Hr Hr Hr Hr Hr Hr Hr Hr Hr Hr Hr Hr 82.0 8.0 8.0 88.0 66.0 19.0 74.0 8.0 30.0 20.0 32.0 435 23,206.00 2,208.00 2,048.00 20,768.00 14,454.00 3,800.00 13,912.00 1,424.00 4,680.00 3,180.00 4,224.00 93,904.00 93,904.00 24.0 36.0 94.0 20.0 100.0 4.0 200.0 64.0 542 6,144.00 8,496.00 20,586.00 3,560.00 15, 600.00 544.00 24,800.00 6,656.00 86,386.00 86,386.00 Labor Cost Proposal - Detail SH392/WCR37 Intersection Improvements Project Weld County B2400119 Submittal Date: Nov -04-2024 Task# Resource Category Description Sr. Project Manager Sr. Engineer III Sr. Engineer II Sr. Engineer Engineer II Labor Total 300 Preliminary Design (60%/FIR) Total 400 Final Design (95%/FOR) Labor O/H Pool Home Home Home Home Home Rate Unit Qty Extended Price 236.00 Hr 219.00 Hr 178.00 Hr 156.00 Hr 124.00 Hr 12.0 210.0 98.0 92.0 699.0 2,832.00 45,990.00 17,444.00 14,352.00 86,676.00 167,294.00 167,294.00 Sr. Project Manager Sr. Engineer III Sr. Engineer II Sr. Engineer Engineer II Labor Total 400 Final Design (95%/FOR) Total 500 Advertisement (100%) Home Home Home Home Home 236.00 Hr 219.00 Hr 178.00 Hr 156.00 Hr 124.00 Hr 12.0 187.0 96.0 80.0 438.0 813 2,832.00 40,953.00 17,088.00 12,480.00 54,312.00 127,665.00 127,665.00 Labor Sr. Project Manager Sr. Engineer III Sr. Engineer II Engineer Labor Total Home Home Home Home 500 Advertisement (100%) Total 236.00 Hr 219.00 Hr 178.00 Hr 124.00 Hr 12.0 120.0 38.0 270.0 440 2,832.00 26,280.00 6,764.00 33,480.00 69,356.00 69,356.00 600 ROW/Easement Acquisition Labor Sr. Project Manager Home 236.00 Hr 4.0 944.00 Cost Proposal - Detail SH392/WCR37 Intersection Improvements Project Weld County B2400119 Submittal Date: Nov -04-2024 Task# Resource Category Description Technical Manager Sr. ROW Agent Labor Total 600 ROW/Easement Acquisition Total O/H Pool Home Home Rate Unit Qty Extended Price 200.00 Hr 159.00 Hr 46.0 214.0 264 9,200.00 34,026.00 44,170.00 44,170.00 700 Utility Relocation Coordination Labor Sr. Project Manager Sr. Engineer III Project Manager Sr. Tech Coordinator Labor Total 700 Utility Relocation Coordination Total 800 Construction Services Home Home Home Home 236.00 Hr 219.00 Hr 188.00 Hr 136.00 Hr 4.0 8.0 188.0 84.0 284 944.00 1,752.00 35,344.00 11,424.00 49,464.00 49,464.00 Labor Sr. Project Manager Sr. Engineer III Engineer II Labor Total Home Home Home 236.00 Hr 219.00 Hr 124.00 Hr 800 Construction Services Total 60.0 40.0 240.0 340 14,160.00 8,760.00 29, 760.00 52,680.00 52,680.00 900 Other Professional Services ODCs Other Professional Services Subcontract and Expenses Total 1.0 LS 100,000.0 100,000.00 100, 000.00 100,000.00 Cost Proposal - Detail SH392/WCR37 Intersection Improvements Project Weld County B2400119 Submittal Date: Task# Resource Category Description O/H Pool Rate Unit Qty 900 Other Professional Services Total Nov -04-2024 Extended Price 100,000.00 2000 Subconsultants Subcontract & Consultants CBRE HC Peck HCL T2ue Subcontract & Consultants Tiglas Yeh Subcontract and Expenses Total 2000 Subconsultants Total Total Extended Price 1.0 1.0 1.0 1.0 LS LS LS LS 1.0 LS 1.0 LS 25,200.0 21,300.0 51,178.0 145,395.0 42,609.0 22,910.0 19,699.0 243,073.00 25,200.00 21,300.00 51,178.00 145,395.00 42,609.00 22,910.00 19,699.00 285,682.00 285,682.00 1,076,601.00 VALUATION & ADVISORY SERVICES Scope of Services CBRE CBRE, Inc. 3003 East Harmony Road, Ste 300 Fort Collins, CO 80528 www.cbre.us/valuation Jon Vaughan, MAI, SR/WA VAS - First Vice President Joseph Zufall Senior Project Director ATKINS 4600 South Ulster Street, Suite 1100 Denver, CO 80237 RE: State Highway 392 / Weld County Road 37 Intersection Improvements Dear Mr. Zufall: We are pleased to submit this scope of services in support of the referenced project. SPECIFICATIONS Service Provided: Parcels Appraised: Appraisal Fee: Delivery Schedule: Draft Report: Final Report: Intended Use: Intended User: Scope of Inspection: Report Type: Appraisal Standards: Partial Acquisition Appraisal Reports 5 larger parcels $25,200 ($5,040 per parcel) 8 weeks after Notice to of Intent to Acquire 3 business days after receipt of review comments Right of way acquisition The intended user is ATKINS ("Client'), Weld County, CDOT, and such other parties and entities (if any) expressly recognized by CBRE. A full inspection of the property will be conducted and arranged with the property contact and performed by CBRE Valuations. Appraisal Report USPAP, Uniform Act, CDOT Right of Way Manual We appreciate this opportunity to be of service to you on this project. Sincerely, CBRE, Inc. Valuation & Advisory Services /„......--,.._ Jon(Naughan, MAI, SR/WA VAS - First Vice President As Agent for CBRE, Inc. ENGINEERS • SURVEYORS • ARCHITECTS HCL Engineering & Surveying, LLC 5975 S. Quebec St., Suite 200 Centennial, CO 80111 www.hclengineering.com 303-773-1605 October 30, 2024 Joseph Zufall AtkinsRealis 4600 South Ulster Street, Suite 1 100 Denver, CO, 80237 Joseph.Zufall b'atkinsrealis.com 303-214-0844 Re: Professional Surveying / ROW Plans - Weld County Intersection Improvements, Weld County, CO Dear Joe, Thank you for allowing us to submit our proposal for the above -referenced project. In response to your request for a proposal for Professional Surveying, HCL Engineering & Surveying, LLC (HCL) would be pleased to provide the professional surveying services AtkinsRealis (Client) requires for this project. Project Understanding HCL understands this survey request is to perform a topographic and boundary survey along State Highway 392 and Weld County Road 37 for roadway improvements. The survey will include right-of-way Plans, five legal descriptions and exhibits for acquisition, right -of -entry for private property, and right-of-way occupancy permits from CDOT and Weld County. SCOPE OF SERVICES Item 1 - Management/QC: This task includes QC time, project oversight, and time for billing/invoicing. Task 2: Local Survey Control • The horizontal datum for these projects will incorporate a Modified State Plane, North Zone Coordinate System. • Elevations will be tied to the nearest NGS on the NAVD88 datum. Item 3: Topographic Mapping • HCL will obtain, by field methods, existing visible features and topography within the project limits. Limits are outlined in Exhibit A. • Topographic survey with physical features and utilities on a base (planimetric) map and existing right-of-way. Physical characteristics and utilities to include, but are not limited to, roadway features such as edge of pavement (asphalt and concrete) and flowline, curb and gutter, curb returns and ramps, sidewalks, streetlights and traffic signal equipment, utility poles, valves, pedestals, guy wires, maintenance holes, inlets with grate and invert elevations, signs, pavement marking, mailboxes, fences, and driveways. • Trees with a caliper size of 3' or larger which will include dripline diameter. AtkinsRealis Weld County Intersection Improvements Item 4: Right -of -Way Survey (ROW) • HCL will research deeds, land survey plats, subdivision plats, and other record documents to determine property and right-of-way. • HCL will search for and survey existing ROW monuments, property corners, and aliquot corners. • HCL will also conduct research on existing properties along SH 392 and Weld County Road 37 to ensure that there are no gaps or overlaps between private property, CDOT and Weld County right-of-way. Item 5: Right -of -Way Plans • HCL will create Right -Of -Way Plans that include a Cover Sheet, Tabulation Sheet, Land Survey Control, Project Control, and ROW Plans. ROW Plans show current right-of-way and property lines with referenced topographic survey information and easements or acquisitions. • Right -of -Way Plan limits are outlined in Exhibit A. Item 6: Easements and Acquisitions • It is assumed that there will be five (5) affected parcels • HCL will prepare five (5) legal descriptions and exhibits for acquisitions and easements. Item 7: Right -of -Entry Forms • HCL will draft right -of -entry forms to enter private properties for topographic surveying and boundary searches. HCL assumes 9 letters to be sent to landowners. SURVEY DELIVERABLE • Topographic mapping data and boundaries will also be provided in an electronic AutoCAD (.dwg) format. • A DWG file containing 3 -dimensional planimetric features. • Civil 3D surface of topography with 1 -foot contours. • A .csv file with all data collected in the field. The file will include project coordinates in PNEZD format. • PDF of Cover Sheet, Tabulation Sheet, Land Survey Control, Project Control, and ROW. Plans Assumptions: • HCL will set 8 control points throughout the project area. • Topographic survey are assumed to be in the area outlined in the attached map. • HCL anticipates surveying 8 section corners to define properties and ownership. • Right -of -Way Plans are assumed to be in the area outlined in red in the attached map. • HCL will draft 9 right -of -entry forms. • Author 5 descriptions and create 5 exhibits. • Will attend one FIR and one FOR meeting. • Right -of -Way Plans will be provided on 1 1 "xl 7" sheets containing 14 total sheets. • HCL will order five title commitments for impacted properties. • Obtain occupancy permits from CDOT and Weld County. • Traffic Control is needed to survey section corners in SH 392. Page 2 AtkinsRealis Weld County Intersection Improvements • Address comments from FIR and FOR meetings. All other comments will be charged on a T&M basis. Exclusions: • Utility Locates • Inside vault dimensions • Confined space entry • Camera Sewer Inspection • Ground Penetrating Radar • Land Survey Plat • Improvement Survey Plat • Setting of Property Corners • SUE Plans • Utility Test Holes COMPENSATION Tasks 1-3 Task 4 Task 5 Task 6 Task 7 Title Commitments ($1,000/each) Traffic Control Fee Total $24,533 $5,540 $14,040 $4,950 .. $315 $5,000 $1,800 $56,178 We appreciate the opportunity to work with you on this Project. Please let us know if you have any questions or need further information. Sincerely, HCL Engineering and Surveying, LLC Jon Spirk PLS Survey Project Manager Page 3 AtkinsRealis Weld County Intersection Improvements EXHIBIT A -11 Wra SH 392 n J i U 60' FROM CL 2 O 60' FROM f o IL o 0 00 it 1400' J U 2 O IL co N- M ec U 80' FROM CL J U 2 O LL ._S.-_ t J O O _ 1400' to p LEGEND 0 r 60` ROM CL HIGHWAY 392 & WCR 37 - SURVEY LIMITS EX APPROX ROW EX CL SURVEY LIMITS S Page 4 H.C. Peck & Associates, Inc. A National Land Service Company November 1, 2024 Joseph Zufall, PE Sr Project Director Atkins Re: Title Work SH392/WCR37 Dear Joe: Pursuant to your request, what follows is our cost estimates to provide services for this project in Weld County. Title Commitments 5 @ $1,200.00 each (2025 rate) Updates 10 @ $250.00 each (2025 rate) $6,000.00 $2,500.00 Closings Closing Fee $750.00 (2025 rate) Tax Certificate $10.00 Recording Fees $65.00 Release Recording Fees $38.00 Obtaining Partial Releases of Deeds of Trust 10 hours @ $116.00 per hour $1,160.00 (2025 rate) The lender may also require a release fee. Closing Total $2,023.00 5 @ $2,023.00 $10,115.00 Title Insurance Up to $15,000.00 of insurance coverage $537.00 5 @ $537.00 Total Sincerely, Russell F. Gager, VP Title Operations 3900 E. Mexico Ave., Suite 530, Denver, CO 80210 (303) 623-6112 • Fax (303) 623-6301 www.hcpeck.com $2,685.00 21,300.00 PART II - BASIC SCHEDULE OF RATES LARIMER AND WELD COUNTIES OF COLORADO Commercial and Residential Minimum late foi Liability up to and including $15,000 $537 AMOUNT RA1 E AMOUNT RATE AMOUNT RATE AMOUNT RATE AMOUNT RATE $15,000 $537 $105,000 $769 $205,000 $958 $305,000 $1,143 $405,000 $1,328 $20,000 $553 $110,000 $778 $210,000 $968 $310,000 $1,153 $410,000 $1,338 $25,000 $569 $115,000 $788 $215,000 $977 $315,000 $1,162 $415,000 $1,347 $30,000 $583 $120,000 $797 $220,000 $986 $320,000 $1,171 $420,000 $1,356 $35,000 $597 $125,000 $807 $225,000 $995 $325,000 $1,180 $425,000 $1,365 $40,000 $611 $130,000 $818 $230,000 $1,005 $330,000 $1,190 $430,000 $1,375 $45,000 $625 $135,000 $826 $235,000 $1,014 $335,000 $1,199 $435,000 $1,384 $50,000 $639 $140,000 $835 $240,000 $1,023 $340,000 $1,208 $440,000 $1,393 $55,000 $651 $145,000 $845 $245,000 $1,032 $345,000 $1,217 $445,000 $1,402 $60,000 $663 $150,000 $854 $250,000 $1,042 $350,000 $1,227 $450,000 $1,412 $65,000 $675 $155,000 $864 $255,000 $1,051 $355,000 $1,236 $455,000 $1,421 S70,000 $687 $160,000 $873 $260,000 $1,060 $360,000 $1,245 $460,000 $1,430 $75,000 $699 $165,000 $883 $265,000 $1,069 $365,000 $1,254 $465,000 $1,439 $80,000 $711 $170,000 $892 S270,000 $1,079 $370,000 $1,264 $470,000 $1,449 $85,000 $723 $175,000 $902 $275,000 $1,088 $375,000 $1,273 $475 000 $1,458 $90,000 $735 $180,000 $911 $280,000 $1,097 $380,000 $1,282 $480,000 $1,467 $95,000 $747 $185,000 $921 5285,000 $1,106 $385,000 $1,291 $485,000 $1,476 $100,000 $759 $190,000 $930 5290,000 $1,116 $390,000 $1,301 $490,000 $1,489 $195,000 $940 $295,000 $1,125 $395,000 $1,310 $495,000 $1,495 $200,000 $949 $300,000 $1,134 $400,000 $1,319 $500,000 $1,504 For Liability over $500,000 00 add tales in mciements as ietetenced below For Liability fain $500,000 up to $1,000,000 For Liability from $1,000,000 up to $3,000,000 For Liability from $3,000,000 up to $5,000,000 Foi Liability fioin $5,000,000 up to $8,000,000 For Liability from $8,000,000 up to $10,000,000 Foi Liability from $10,000,000 up to $50,000,000 For Liability ovei $50,000,000 Add $1 75 Pei $1,000 Add $1 65 Pei $1,000 Add $1 55 Pei $1,000 Add $1 45 Pei $1,000 Add $1 35 Pei $1,000 Add $1 20 Pei $1,000 Add $1 00 Pei $1,000 When concurrent/simultaneous with Owners or Lenders msinance on the same estate in land issued at fall value see section 3 3(A 1)(A 2) Note The total basic charge shall be iounded up to the neatest dollar • Juntot Lender/Second Moi tgage- The chatge shall be 75% of Basic Rate e Reissue (Refinance) Rate- Refer to Section 3 3 (B) of Rate Manual Nanattve • Short Term Rate- Refer to Section 2 3 (A) of Rate Manual Nanative 48 T2 Utility Engineers Scope of Work SH392/WCR37 Intersection Improvement Project 472 utility engineers a kiwa company November 6, 2024 AtkinsRealis ATTN: Joseph Zufall, PE Email: joseph.zufall@atkinsrealis.com Phone: 7203231251 RE: SH392/WCR37 Intersection Improvement Project Solicitation Number B2400119 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. The project understanding section of the proposal further details our scope of services. The proposal has been prepared based on information received from AtkinsRealis on 9/6/2024 and a phone call on 7/25/2024. Revised project limits were supplied on 10/29/2024 and used in Figure 1 below. A request for (50) QLA test holes was received via email on 11/5/2024 from Joseph Zufall, and those associated costs have been proposed below. 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. We are committed to providing you with the quality and service that you expect from T2 UES, Inc. Sincerely, T2 UES, Inc. Stacy Bockorny Project Manager 150 Capital Drive, Suite 190 Golden, CO 80401 stacy.bockorny@t2ue.com 303.909.2858 Learn more at T2ue.com I Page T2 Utility Engineers Scope of Work SH392/WCR37 Intersection Improvement Project PROJECT UNDERSTANDING AtkinsRealis requests complete Subsurface Utility Engineering (SUE) services supporting the SH392/WCR37 Intersection Improvements Project. The limits of the SUE Investigation can be seen below in Figure 1. T2 UES, Inc. performed a preliminary utility investigation for the project limits and identified 9 utility owners, 6 services, 32 gravity structures, and approximately 36,456 linear feet of underground utilities to be investigated and mapped within the project limits. T2 UES, Inc. will complete the Quality Level B Subsurface Utility Engineering (SUE) investigation following ASCE 38- 22 guidelines. T2 UES, Inc. will complete up to (50) ASCE 38-22 Quality Level A Test Holes at locations to be determined by AtkinsRealis and the T2 UES, Inc. utility coordination team. The project limits are detailed in the figure 1 below. 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 build 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 the state of Colorado in accordance with all of the requirements outlined in the State Law. n J U 60' FROM CL Q 60' FROM CL CC O GD 1400' en U 0 0 N- 80' FROM CL -- 60' O CC L p LEGEND - - EX APPROX ROW =ROM CL HIGHWAY 392 & WCR 37 - SURVEY LIMITS - EX CL SURVEY LIMITS Figure 1 SUE Investigation Limits Learn more at T2ue.com I Page T2 Utility Engineers Scope of Work SH392/WCR37 Intersection Improvement Project 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. (QLD) 2. Perform a geophysical investigation to complete utility designations. (QLB) 3. Perform a survey of utility appurtenances and markings placed by our designators. (QLC) 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 non-destructive excavations (QLA) test holes. 8. Provide documentation of the completed utility investigation findings — signed and sealed by a licensed engineer. ASCE/UESI/CI 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 responsible charge 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 a high degree of accuracy. Conventional accuracies shall be 0.1 ft (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 T2 Utility Engineers Scope of Work SH392/WCR37 Intersection Improvement Project 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: 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 which is 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 will be discussed with the Client in advance. • T2 UES, Inc. will 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 as specified by the client and existing survey grade control points provided to T2 UES, Inc. for their use if available. In the absence of direction from the client or a control diagram, T2 UES, Inc. will choose a Local Coordinate System based on either local or NAVD88 vertical datum 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. Learn more at T2ue.com I Page T2 Utility Engineers Scope of Work SH392/WCR37 Intersection Improvement Project • Consolidate and draft the collected field information in an AutoCAD Civil 3D deliverable and PDF plan set signed and sealed by a licensed PE. 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 CATV services are excluded. • Underground storage tanks (USTs), septic fields, traffic loop systems, thrust blocks, cathodic protection systems, drain tiles, irrigation channels, irrigation gates, irrigation valves, irrigation piping, irrigation headwalls, and landscape irrigation two inches in diameter or less (both public & private) are excluded. • 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 as part of this scope. • The removal of Colorado 811 paint marks or designation marks is not included. • Railroad right-of-way is excluded from this investigation. T2 UES, Inc. will not encroach into any Railroad right-of-way. • 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 the South Boulder Road Reconstruction & Multimodal project limits. • If changes in permitting requirements occur, it is understood that they will be invoiced to the project owner at a cost + 10% fee. Learn more at T2ue.com I Page T2 Utility Engineers Scope of Work SH392/WCR37 Intersection Improvement Project QLA Investigation T2 UES, Inc. will perform (50) Quality Level A test holes to determine the location and depth of the existing utility lines. 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. The excavation shall be conducted using air —assisted vacuum excavation equipment manufactured specifically for this purpose. To help minimize :he number of test holes required, T2 UES, Inc. will lay out the holes and re -designate the associated utility before excavation. 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. Each test hole report for an unintended utility wil be billed as a reimbursable expense at $250/test hole report. • 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. • If the dimensions of a utility necessitate a test hole diameter exceeding 18 inches, an additional test hole will be billed as a reimbursable expense. • The standard price for test holes includes excavation to a depth of six feet. An additional $125/foot will be billed as a reimbursable expense for every foot of depth over six feet. If a test hole is on a QLC or QLD utility line, T2 UES, Inc. will excavate to a maximum depth of six 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. Should subcontractor pricing change, backup invoices will be supplied and invoiced at cost plus 10% • Removal of One -Cal marks and designation paint, concrete panel replacement or restoration, landscape restoration, and shoring are not included. • Traffic Control Flag men, TCPs, lane closures, and traffic control flagging personnel have been included in the estimate for QLA test holes. Should subcontractor pricing change, backup invoices will be supplied and invoiced at cost plus 10%. Learn more at T2ue.com I Page T2 Utility Engineers Scope of Work SH392/WCR37 Intersection Improvement Project SUE Investigation Deliverables Deliverables produced from this Subsurface Utility Engineering (SUE) investigation will be: • A 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 the standard APWA utility colors. This drawing will be a digital 11" x 17" PDF plan set signed and sealed by a licensed PE. See Figure 2 for an example SUE drawing deliverable. • Invert elevations referencing the Client's specified project datum (if provided). • An electronic file containing utility line work in AutoCAD Civil 3D format and a PDF plan set signed and sealed by a licensed PE. • 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. An example of the test hole data sheet that will be provided can be seen in Figure 3. • A utility contact list to include the utility provider, contact name, email address, and phone numbers shown in the utility general notes and specifications. I ma Son WOOL Call Sin 'au MS OEis ray RD • DOODEER'S DDTE ;smo s a ant'w a new Kass •Cmros ct Gino MP st•41 0 "' tzt♦ % yil' MI PUMD A /K ML1trM1 Sora i• pI Ctr% tMICK MAIM Mkt IS. -s' MOMO 0•41:1t D4'a M MattDa t1p, v (11$110 SAW, lit ulltrY CIO •' 10.11041 1101 *CS DATA 'OP S WR•QA[Mt somas DAM •AOPC OQS Mr ea -KW 't4 cBr-an ta a In It'• Me nag rtti01PC AU. •PR1CMl[ tn.tn Watt P•tWWW1* STOVES, CDT10.1?Citatclhata 00=01 =L 0 1•�C ltIC•VM10• II VS NC$ 40;001, New beg xawbeg militia MOICt tlGKlt MC TO Man *RAMC IC saw at LMTC ti M on In WA Smarms *AOC TO t•CSt 8(P1C T1tle I I 0, • .y oft a g a - ,-spwOe ICOSU-12'PVC-CLD -Ina is I- I V I. 1 IP•, - 4 emetion:AbTmair.i: \--fr cosy -is -Rye -0t. PC CONNECTING STRUCTURES FWD OR SICM! Coo UTRIITY RECORDS. CHELTON RD ts' J6 Computer File Information Lai Was - De a,! W2022 MAWS Ft. Pe CO -011 OTWO SUE _ Ptw c 1 3pn pylon, a t900.22 nap at ORD Sca Norte 1:1' . r `- 0 (� lodes of Revisions Data Correa COLORADO SPRINGS OIYMP1C C1r • USA r .or m2 x, 4 TZulilitr engtneers 150 CAPITAL iN1YE, STE 190 GOLDEN, COLORADO 80401 PHONE: (720) 257-5600 SuRSLflACE UTILITY INVESTIGATION MOO* J. 6067:48* I :xegw Sw COS SIGNAL DESIGN CHELTON & DELTA Won S.060 i:£ v Tit. >Se Say[ Stern 4 i 4 I 'Jean Sheet Number 4 Learn more at T2ue.com I Page Figure 2 SUE Investigation Deliverable Example T2 Utility Engineers Scope of Work SH392/WCR37 Intersection Improvement Project TEST HOLE DATA REPORT TEST HOLE NO: TH166 01'2utilitv CLIENTTESTHOLENO THIS TEST HOLE DATE &2912022 engineers SUE CREW/TRUCK NO DUI & DH COLORADO SPRINGS PROJECT NO: CO03101800 CITY COUNTY EL PASO COUNTY 150 Capital Onus Stifle 190 CLIENT- AECOM LOCATION/INTERSECTION Gekien. CobroGo 86401 PROJECT BRIARGATE 16 TEL 720452 109D INTEROUEST PKWY & WINDSWEPT VW WATERLINE swn flue corn VICINITY MAP SITE PHOTO - FACING NORTHWEST r • '• ��� : ' 414°4`'•. '_% '� J' w .t '•> . - ! e tea . - C. -' r err 1. cif, • .:.."1"....r.„ _l _ �.=..'a--' n=om--' ' `•',r'•1)`. ' �7 • • • - Map data O2022 Imagery O2022 Maxey T, CROSS SECTION - NOT TO SCALE TEST HOLE • UTILITY - FACING SOUTHWEST REFERENCE MARKER • ' ; '. , - ., • EL.6791.20 IN ,s'Tti.s,. • -p o 4O DISCLAIMER: ADDITIONAL MATERIAL AND/OR UTILITIES MAY EXIST BELOW APPARENT BOTTOM UTILITY DESCRIPTION REFERENCE MARKER UTILITY TYPE FIBER OPTIC NORTHING 2287564' PLASTIC (PVC. PE, UTILITY MATERIAL HOPE) EASTING 104171.17' UTILITY DIRECTION NORTHEAST ELEVATION 6791.20' SOUTHWEST UTILITY WIDTH 'FIELD) 4.5" LOCATION CENTER OF UTILITY UTILITY WIDTH 'RECORD) - MARKED BY NAIL & DISK COLORADO APPARENT UTILITY OWNER SPRINGS UTILITIES DEPTH FROM REFERENCE MARKER TOP OF UTILITY 4.02' BOTTOM OF UTILITY 4.52' ELEVATION OF UTILITY lif I �--- TOP OF UTILITY 6787.18' ```NN��t��. -- APPARENT BOTTOM OF UTILITY 6786.88' I � P'i 0 L JC',,1t,� Fib SURFACE TYPE ASPHALT THICKNESS 5' �`��•.,...,. % O .. � \ W E/,t; 0 •rQ : 0058871 -v •, . t9 V] " 2 , : O C alt, ♦ REMARKS FOUND FOUR (4) 1 75' CONDUITS IN A BUNDLE WITH A TOTAL WIDTH OF 4 5'. �VA NO • .•' /, � .) ••'. • / • • \a1 c ••....• • Sat SiONAL 'a REVISION NOTES 7/27!2022 REVIEWED DATE 7111/2022 CHECKED DATE 770/2022 REVISION DATE REVIEWED BY KM CHECKED BY SW Figure 4 QLA Investigation Deliverable Example Learn more at T2ue.com I Page T2 Utility Engineers Scope of Work SH392/WCR37 Intersection Improvement Project CLIENT RESPONSIBILITIES The Client and/or their representative will provide the following services: • The Client will have right -of -entry secured prior to the commencement of T2 UES, Inc.'s services. • 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 provide assistance in obtaining required data/information from other local, regional, State, and federal agencies. • The Client will provide a timely review, comment, or direction as required to aid T2 UES, Inc. in completing an assigned task or maintaining the established project schedule. • The Client will provide any and all 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 for incorporation of the SUE work completed by T2 UES, Inc. GENERAL ASSUMPTIONS • ROW and/or boundary work will not be completed by T2 UES, Inc. as part of this scope and fee. Any ROW or boundary line work that T2 UES, Inc. is asked to incorporate into our plans will need to be provided to T2 UES, Inc. for its use. If this information is unable to be provided, it will not be included or shown on the SUE utility plans prepared and submitted by T2 UES, Inc. • 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 to proceed provided by the Client. Upon award, T2 UES, Inc. will work with the Client to develop a schedule that works for the Client based on T2 UES Inc.'s current workload and the Client specified project deadlines. Learn more at T2ue.com I Page T2 Utility Engineers Scope of Work SH392/WCR37 Intersection Improvement Project 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. Should you have any questions or require additional information, please do not hesitate to call. Learn more at T2ue.com I Page T2 Utility Engineers Scope of Work SH392/VVCR37 Intersection Improvement Project 11/712024 Subsurface Utility Engineering SUE Quality Levels "A" (Locating) & "B" (Designating) T2 UES, Inc. Proposal ‘T1-2 utility engineers PROJECT ESTIMATE SUE QUALITY LEVEL B. C, & D Geophysical Investigation "Designation" Designating (1•man crew) hours 1'w $215 per hour $0 00 Designating (2 -man crew) _ 85.00 hours @ $285 per hour $24.225.00 Subtotal: *24.225.00 Survey Professional Land Surveyor hours @ $205 per hour Surveyor 1•man crew hours @ $175 per hour $0.00 Survey Subconsultant Reimbursable @ Cost • 10% $20,467 00 Subtotal: *20.467.00 Professional Services Director 3.00 hours @ $265 pet hour $795 00 Professional Engineer 10.00 hours @ $205 per hour $2.050.00 Project Manager 25.00 hours @ $170 per hour $4,250.00 SUE Manager i 18.00 hours @ $165 per hour $2,970.00 Assistant Project fvlanager EIT 9.00 hours @ $125 per hour $1.125 00 CADO Technician 44.00 hours @ $120 pet hour $5.280.00 Administration _ 30.00 _ hours @ $100 per hour $3.000.00 Subtotal: *19.470.00 Permits. Maintenance of Traffic. & Miscellaneous Expenses "Permits: (Local permits) Reimbursable @ Cost • 10% $0 00 `Permits: (COOT permits assumed to be $0) Reimbursable @ Cost • 10% 10 00 "Traffic Control • MOT Plan (assumes 5 days) Reimbursable @ Cost • 10% $5.500.00 "RR Permit & Flaccer (assumes MMMM days) _ Reimbursable @ Cost • 10% $0.00 Subtotal: *5.500.00 SUE Quality Level B. C. & D Total *69.662.00 SUE QUALITY LEVEL A Test Hole Excavation `-`Duality Level A Test Hole 50 holes @ 4 $1,125 per hole $56,250.00 Quality Level A Test Hole (Non -targeted utility reports) holes @ $250 per hole $0.00 Excessive Depth . Depth Over 6 Feet 10 feet @ $125 per foot $1.250.00 Excessive Width , Width Over 3 feet feet @ $250 per foot $0 00 Concrete Coring cores @ R $200 per core $0.00 Night Work holes @ $150 per hole $0.00 'Restoration and Backfill (Flowable Full Reimbursable @ Cost • 107. Disposal of Hazardous Material Reimbursable @ Cost • 10% Subtotal: *57.500.00 Survey Professional Land Surveyor hours @ $205 per hour $0.00 Surveyor 1 -man crew hours @ $175 per hour $0.00 Survey Subconsultant (Estimate) Reimbursable @ Cost • 10% $6.133 00 Subtotal: *6.133.00 Permits & Maintenance of Traffic "Permits: (Local permits) _ Reimbursable @ Cost • 10% $0.00 'Permits: (CDOT permits assumed to be Satin) Reimbursable @ Cost • 10% $0 00 'Traffic Control • MOT Plan (assumes eleven days. Estimate) Reimbursable @ Cost • 10% $12,100.00 'RR Permit & Flatwer (assumes SHIM days) Reimbursable @ Cost • 10% $0 00 Subtotal: $12.100.00 Miscellaneous Expenses "Hotels (assumes ft people for N nights) nights @ $180 per night $0 00 'Per Diem (assumes 1f people For ft days) days @ $55 per day 10 00 Subtotal: $0.00 SUE Quality Level A Total $75.733.00 GRAND TOTAL *145.395.00 • ►r.pas•l.stieets sally, tie cast asp ••r7 etas or mists 1.. t. ..l..1/e field c..diti.v ! aseicip•lities regeirsa.•ts- Propuel mean • mitigator. uar\isq time of t \a.r./1.y Pr.su.l e.tisete is e.1i4 for • fell i • lays from dote Lets 1 .►...- QLA Test Holes racial. O•. Coll M•..teaeet, Project N...t.a.et, 2-N.. C..0 eel E j.ipaeat, Strop. •al QLA Tat H.P. Rebuts St.apsl Sy CO Pt Nate: I. the sweat tie e,tiaeted Lore far a.ppiej.f atilitias for t►is project is ■.a tie atia•ted meat, • c►ee a ardor uill \• complete 4 prier to tie csapl.tua of tie project t. accost .f tie project awn see If Ian futilities are fond, aely t►• .'r'.. • a "11 t - '- -` _ . Learn more at T2ue.com I Page T2 Utility Engineers Scope of Work SH392/1/VCR37 Intersection Improvement Project TERMS AND CONDITIONS T2 UES, INC. ACKNOWLEDGEMENT AND ACCEPTANCE OF TERMS AND CONDITIONS FOR SERVICES "Client" acknowledges that the Proposal prepared by T2 UES Inc. ("T2ue"), along with the Terms and Conditions ("Terms") below comprise the entire agreement between the Client and T2ue (collectively "Agreement"), and supersedes all prior or contemporaneous written and oral understandings, agreements, negotiations, representations, warranties, and communications. GENERAL TERMS AND CONDITIONS RELATIONSHIP OF THE PARTIES: The relationship between the parties is that of independent contractors. Nothing contained in this Agreemen: shall be construed as creating any agency, partnership, joint venture or other form of joint enterprise, employment or fiduciary relationship between the parties, and neither party shall have authority to contract for or bind the other party in any manner whatsoever. SERVICES: T2ue shall provide services to the Client for the project ("Project"), as defined in the Proposal and the Agreement, or as requested by the Client by an agreed Order (the "Services") in accordance with these Terms. PROJECT SCHEDULE: T2ue shall use reasonable efforts to meet the Project schedule dates specified in the Proposal. These dates shall be estimates only. CLIENT'S RESPONSIBILITIES: Client shall provide/perform the following in a timely manner so as not to delay the Services: - Provide accurate information about the location and survey of the site where services are to be provided. - Cooperate with T2ue in all matters relating to the Services. - Secure legal rights to and provide access to the Project site property and authorize T2ue staff to access the site for activities necessary for the performance of the Services. - Respond promptly to any T2ue request to provide direction, information approvals, authorizations or decisions that are reasonably necessary for T2ue to perform Services in accordance with the requirements of this Agreement. - Provide materials, data, or information that T2ue may request that is reasonably necessary to carry out the Services in a timely manner and ensure that such materials, data, or information provided are complete and accurate in all material respects. - Comply with all applicable laws in relation to the Services before the date on which the Services are to start, including required licenses, permits, and consents to allow T2ue to perform Services. - Give prompt consideration and action to all communications, reports and other documents relating to the Services furnished by T2ue and inform T2ue in writing of decisions in reasonable time so as not to delay the Services. CLIENT'S ACTS OR OMISSIONS: If T2ue's performance of its obligations under this Agreement is prevented or delayed by any act or omission of Client or its agents, subcontractors, consultants or employees, T2ue shall not be deemed in breach of its obligations under this Agreement or otherwise liable for any costs, charges or losses sustained or incurred by Client, in each case, to the extent arising directly or indirectly from such prevention or delay. COMPENSATION AND PAYMENT: In consideration of the provision of the Services by T2ue under this Agreement, Compensation will be made as follows: - Payment: Invoices for T2ue's Services shall be submitted on a monthly basis and are payable within thirty (30) days after the invoice date. In the event that the Client disputes any portion of an invoice, client shall notify T2ue - of such disputed items within ten (10) days of invoice date. Retainers/deposits shall be credited on the final invoice. Interest will accrue on accounts overdue by 30 days at the lesser of 1.5 percent per month (18 percent per annum) or the maximum legal rate of interest allowable. - Failure to make any payment when due is a material breach of this Agreement. In the event any invoice has not been paid in full within ninety (90) days of the invoice date, T2ue shall have the right to immediately suspend all or any portion of the Services hereunder indefinitely, pending payment in full of such invoice(s). - Taxes: Client shall be responsible for all sales, use and excise taxes, and any other similar taxes, duties and charges of any kind imposed by any federal, state or local governmental entity on any amounts payable by Client hereunder. - Compensation: Client shall pay the agreed upon rates or amounts set forth in the Proposal. If the agreement extends across multiple years, the compensation paid to T2ue may be adjusted due to market conditions, underlying labor costs, overhead and pricing influences. CHANGE ORDERS: If either party wishes to change the scope or performance of the Services, it shall submit details in writing Learn more at T2ue.com I Page T2 Utility Engineers Scope of Work SH392/WCR37 Intersection Improvement Project of the requested change in a timely manner to the other party. T2ue shall, within a reasonable time after such request, provide a written estimate to Client of: - the likely time required to implement the change - any necessary variations to the compensation and other charges for the Services arising from the change - the likely effect of the change on the Services - any other impact the change might have on the performance of this Agreement Promptly after receipt of the written estimate, the parties shall negotiate in good faith and agree in writing on the terms of such change (a "Change Order"). Neither party shall be bound by any Change Order unless mutually agreed upon in writing. T2ue may charge for the time it spends assessing and documenting a request for a Change Order on a time and materials basis in accordance with the Proposal. DOCUMENTS: Unless otherwise agreed to by the parties in writing, all of the documents prepared by or on behalf of T2ue in connection with the Services (herein called the "Documents") will be considered Instruments of Service and will become the property of Client upon full and final payment of the Compensation. Any copyright of the Documents shall be retained by T2ue. T2ue grants to Client a non-exclusive right and license to use, disclose and reproduce the Documents solely for the purpose of the Project. DATA AND DOCUMENT RETENTION: T2ue will retain all data and Documents in accordance with the T2 Utility Engineers Data Retention Policy, unless otherwise agreed upon in writing. LIMITATION OF USE: Client shall not amend, alter or revise, reuse, permit the use of, disclose or reproduce any of the Documents for the completion of another project or work, without first obtaining the written consent of T2ue, and all reproductions shall include notice of this restriction. T2ue shall have no responsibility for any loss or damage suffered by Client or others resulting from any unauthorized use or modification of the Documents, errors in transmission of the Documents, changes to the Documents by others. The Documents may be relied upon by Client for design and construction work undertaken by other parties with respect to the Project provided such parties (TC-1) ISSUED 7.17.2024 Page 2 of 3 TERMS AND CONDITIONS T2 UES, INC. verify the accuracy and completeness of the Documents to their satisfaction. The Client agrees to defend, indemnify and hold T2ue harmless from and against all claims, demands, losses, damages, liability and costs associated therewith. In the event any of T2ue's work product documents are modified in any respect, without involvement and oversight of T2ue, Client agrees that any modification is at the Client's sole risk. In the event that Client is in default of its obligations under this Agreement, T2ue may terminate Client's right and license to use, disclose and reproduce the Documents upon providing written notice to Client. Client shall return to T2ue all Documents and that no residual copies of any part of any Documents are to be retained by the Client or other parties. STANDARD OF CARE: The standard of care for all Services performed under this Agreement will be the care and skill ordinarily used by members of the subject profession practicing under similar circumstances at the same time and in the same locality. T2ue makes no warranties or guarantees under this Agreement in connection with the Services. T2ue makes no warranty whatsoever with respect to the services, including any warranty of merchantability, warranty of fitness for a particular purpose, warranty of title, or warranty against infringement of intellectual property rights of a third party; whether express or implied by law, course of dealing, course of performance, usage of trade, or otherwise. CONFIDENTIALITY: Both parties shall use reasonable efforts to keep confidential all data and information which is marked confidential and furnished by the respective parties under this Agreement. Confidentiality obligations shall not apply if such data or information is within the public domain, was known to the Client or T2ue at the time of disclosure, or was rightfully obtained by Client or T2ue on a non - confidential basis from a third party. PERSONAL INFORMATION: Unless otherwise agreed to by the parties in writing, Client shall only collect and use individually identifiable information from or about T2ue employees if such collection and use is required. Client shall collect and use all Personal Information in accordance with applicable federal, state or personal information protection legislation. NON -SOLICITATION OF EMPLOYEES: Neither party shall knowingly solicit, recruit, hire or otherwise employ or retain the employees of the other party during the Term of Learn more at T2ue.com I Page T2 Utility Engineers Scope of Work SH392/WCR37 Intersection Improvement Project this Agreement and for one (1) year following the termination or expiration of this Agreement without the prior written consent of the other party. However, neither party shall be restricted from soliciting or recruiting generally in the media, or from hiring, without prior written consent, the other party's employees who answer any advertisement or otherwise voluntarily applies for hire without having been personally solicited. For a breach of Non -Solicitation, an amount equal to twice the base annual salary of the recruited employee at the time of their departure shall be paid by the hiring party to the other party. INDEMNIFICATION: To the fullest extent permitted by law, T2ue shall indemnify and hold harmless Client from and against any and all damages, liabilities, costs and expenses, including but not limited to reimbursement of reasonable attorney's fees arising out of damages or injuries to persons or property to the proportionate extent caused by the negligence, gross negligence or willful misconduct of T2ue or anyone acting under its direction or control or on its behalf in the course of its performance under this Agreement; provided that T2ue's aforesaid indemnity and hold harmless obligation shall not be applicable to any liability based upon the willful misconduct or negligence o' Client or upon use of or reliance on information supplied by Client or on behalf of Client to T2ue in preparation of any report, study or other written document. Client shall indemnify and hold harmless T2ue from and against any and all damages, liabilities, costs and expenses, including but not limited to reimbursement of reasonable attorney fees arsing out of (i) damages or injuries to persons or property caused by the negligence, gross negligence or willful misconduct by Client or anyone acting under its direction or control or on its behalf in connection with this Agreement and (ii) claims, actions or demands for environmental liability arising from, or in relation to, any condition, not caused by the negligence of T2ue or anyone acting under its authority; provided that Client's aforesaid indemnity and hold harmless obligation shall not be applicable to any liability based upon the willful misconduct or negligence of T2ue. The du:y to indemnify does not include the duty to pay for or to provide an upfront defense against unproven claims or allegations. Where any claim results from the joint negligence, gross negligence, or willful misconduct, by Client and T2ue, the amount of such damage for which Client or T2ue is liable shall equal the proportionate part that the amount of such claim attributable to indemnitor's negligence, gross negligence, willful misconduct, bears to the amount of the total claim attributable to the joint negligence, gross negligence, or willful misconduct, at issue. LIMITATION OF LIABILITIES: Notwithstanding any other provision in the Agreement, the Client agrees to limit T2ue's liability under the Agreement or arising from the performance or non-performance of the Services under any theory of law, including but not limited to claims for negligence, negligent misrepresentation and breach of contract, to the lesser of: (a) the fees paid to T2ue for Services or (b) the maximum of remaining available insurance provided. No claim may be brought against T2ue in contract or tort more than two (2) years after the cause of action arose. Any claim, suit, demand or action brought under the Agreement shall be directed and/or asserted only against T2ue and not against any of T2ue's employees shareholders, officers or directors. T2ue's liability with respect to any claims arising out of this Agreement shall be limited as provided herein to direct damages arising out of the performance of the Services and T2ue shall not be held responsible or liable whatsoever for any consequential damages, injury or damage incurred by the actions or inactions of the Client, including but not limited to claims for loss of use, loss of profits and loss of markets. FORCE MAJEURE: If performance of the Services is affected by causes beyond T2ue's reasonable control, the Project schedule and the Compensation shall be equitably adjusted by mutual agreement of the parties. T2ue shall not be liable or responsible to Client, nor be deemed to have defaulted or breached this Agreement, for any failure or delay in fulfilling or performing any term of this Agreement when and to the extent such failure or delay is caused by or results from acts or circumstances beyond the reasonable control of T2ue. These causes include, without limitation, inclement weather conditions, acts of God, flood, fire earthquake, explosion, governmental actions, war, invasion or hostilities (whether war is declared or not), terrorist threats or acts, riot, or other civil unrest, national emergency, revolution, insurrection, pandemic/epidemic, lock -outs, strikes or other Learn more at T2ue.com I Page T2 Utility Engineers Scope of Work SH392/WCR37 Intersection Improvement Project labor disputes (whether or not relating to either party's workforce), or restraints or delays affecting carriers or inability or delay in obtaining supplies of adequate or suitable materials, materials or telecommunication breakdown or power outage, or similar causes and without the fault or negligence of the delayed party. If the event in question continues for a period in excess of thirty (30) days, Client shall be entitled to give notice in writing to T2ue to terminate this Agreement. INSURANCE: T2ue shall maintain Insurance which it deems to be reasonable throughout the term of this Agreement. T2ue shall provide Client with certificates of insurance upon written request. Client assumes sole responsibility and waives all rights and claims against T2ue for all loss of or damage to property owned by or in the custody of Client and any items at the site or in transit thereto however such loss or damage shall occur, unless caused by the sole negligence of T2ue. Client agrees to maintain appropriate Property Insurance and shall require its insurers to waive all rights of subrogation against T2ue for claims covered under any Property Insurance that Client may carry. Such waivers shall survive termination or discharge of this Agreement. TERM AND TERMINATION: This Agreement will continue in effect unless terminated by either party with thirty (30) days written notice to the other party. In the event of any termination, T2ue shall be paid for all Services rendered and reimbursable costs incurred through the date of notice of termination. In the event of termination, the Client shall pay all additional compensation related to termination of the project. (TC-1) ISSUED 7.17.2024 Page 3 of 3 TERMS AND CONDITIONS T2 UES, INC. In addition to any remedies that are provided under this Agreement, T2ue may also terminate this Agreement with immediate effect upon written notice if the Client becomes insolvent, files a petition for bankruptcy or commences or has commenced against it proceedings relating to bankruptcy, receivership, reorganization, or assignment for the benefit of creditors. In the event of termination, T2ue shall be paid for all Services rendered and costs incurred by T2ue through the date of notice of termination. In the event of termination due to the termination of the Project, the Client shall pay all additional costs incurred by T2ue related to termination of the Project. DISPUTE RESOLUTION: If requested in writing by either the Client or T2ue, the Parties shall attempt to resolve any dispute between them arising out of or in connection with this Agreement by entering into a management/principal level meeting(s). The first such meeting shall occur within thirty (30) days from the first date of the written request for such meeting. - If a dispute cannot be settled informally between the Parties within a period of sixty (60) calendar days from the first date of the written request, the Parties shall enter structured non -binding negotiations with the assistance of a mediator. The mediator shall be appointed by agreement of the Parties. - If the Parties are unable to reach an acceptable resolution of the dispute, controversy, or claim through the mediation process, the Parties shall have any and all rights and remedies available to it under this Agreement and any and all rights and remedies at law or in equity. - Attorney Fee Provision: With respect to any dispute relating to this Agreement, or in the event that a lien, suit, action, arbitration, mediation, or other proceeding of any nature whatsoever is instituted to interpret or enforce the provisions of this Agreement, including, without limitation, any proceeding under the U.S. Bankruptcy Code and involving issues peculiar to federal bankruptcy law or any action, suit, arbitration, or proceeding seeking a declaration of rights or rescission, the prevailing party shall be entitled to recover from the losing party its reasonable attorney fees, paralegal fees, expert fees, and all other fees, costs, title reports, title guarantee reports, and expenses actually incurred and reasonably necessary in connection therewith, as determined by the judge or arbitrator at trial, arbitration, mediation, or other proceeding, or on any appeal or review, and all proceedings in U.S. Bankruptcy Court. T2ue shall also be entitled to reasonable attorney's fees and costs incurred in enforcing any award and/or judgment, in addition to all other amounts provided by law. ASSIGNMENT: Neither party to this Agreement shall, without the prior written consent of the other party, which shall not be unreasonably withheld, assign the benefit or in any way transfer any claim or obligation under this Agreement or any part hereof This Agreement shall inure to the benefit of and be binding upon the parties hereto, and except as otherwise provided herein, upon their executors, Learn more at T2ue.com I Page T2 Utility Engineers Scope of Work SH392/WCR37 Intersection Improvement Project administrators, successors, and assigns. NO THIRD -PARTY BENEFICIARY: This Agreement is for the sole benefit of the parties hereto and their respective successors and permitted assigns and nothing herein, express or implied, is intended to or shall confer upon any other person or entity any legal or equitable right, benefit or remedy of any nature whatsoever under or by reason of this Agreement. LEGAL CONSTRUCTION: In case any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid or unenforceable in any respect, such invalidity or unenforceability shall not affect any other provision hereof. This Agreement shall be construed as if such invalid or unenforceable provision had never been contained herein. ENTIRE AGREEMENT: This Agreement supersedes any and all other agreements, either oral or in writing, between the parties relating to the subject matter of this Agreement and is the entire understanding and agreement related thereto. This Agreement may be amended by mutual consent of the parties in writing to be attached hereto and incorporated herein, executed by T2ue's and the Client's respective representatives. WAIVER: Failure by one party to notify the other party of a breach of any provision of this Agreement shall not constitute a waiver of any continuing breach. Failure by one party to enforce any of its rights under this Agreement shall not constitute a waiver of those rights. The waiver by either party of a breach or violation of any provision of this Agreement shall not operate as, or be construed to be, a waiver of any subsequent breach of the same or any other provision hereof. SEVERABILITY: If any term or provision of this Agreement is invalid, illegal or unenforceable in any jurisdiction, such invalidity, illegality or unenforceability shall not affect any other term or provision of this Agreement or invalidate or render unenforceable such term or provision in any other jurisdiction. SURVIVAL OF PROVISIONS: The expiration or termination of this Agreement, or any Task Order shall not affect the provisions, and the rights and obligations set forth in which either by their terms state or evidence the intent of the Parties that the provisions survive the expiration or termination, or must survive to give effect to the provisions. GOVERNING LAW: The validity of the Agreement and any of its terms or provisions, as well as the rights and duties of the parties hereunder, shall be interpreted and governed by the laws of the state in which the Project is located. Specific state statutes and regulations will be adhered to under this contractual agreement through the use of Addendums, as appropriate. APPROVED AND ACCEPTED: Client: AtkinsRealis. By: Authorized Client Representative Name: Title: Learn more at T2ue.com I Page DARCY A. TIGLAS 5015 Swainsona Drive Loveland, Colorado 80537 970-635-9183 (H) 970-222-2151 (C) September 17, 2024 (Revised October 28, 2024) Mr Joseph Zufall Senior Project Director AtkinsRealis 4600 South Ulster Street, Suite 1100 Denver, Colorado 80237 RE: Environmental Task Proposal for the Proposed Intersection Improvement Project at Weld County Road 37 and SH 392 near Lucerne, Colorado in Weld County Dear Mr Zufall This lettei serves as a proposal for Envnonmental Clearances and Surveys foi a proposed intersection improvement project at SH 392 and Weld County Road 37 new Lucerne, Colorado in Weld County I understand that federal of state funding will be obtained for the project This pioject will involve oversight by the Colorado Department of Transportation (CDOT), Region 4 As part of the project, the completion of the CDOT Categorical Exclusion Checklist (CatX) will be iequii ed. Below please find the scope of work for each task identified on the CatX checklist Wetland Delineation- Fringe wetlands may be associated with the Greeley No 2 Ditch and the Graham Seep which occur very close to the intersection A Wetland Delineation will be completed to identify any wetlands within the proposed pioject area I understand the scope of work for the wetland delineation task would include. Ground reconnaissance of the pioject area, determination extent of wetlands at pioject area, including plant species lists, hydric soils determination, and wetland hydrology presence and other findings identified in the High Plains supplement m support of the 1987 Corps of Engineers Wetland Delineation Manual, photograph Waters of the United States, including wetland communities, if present, at the project area, and prepare report of results of the wetland delineation COST: $900.00 (12 hours x $75/hr) Sensitive Species Evaluation- I understand the scope of work for the sensitive species evaluation will include Obtain a sensitive species list fern the U S Fish and Wildlife Service's Information for Planning and Consultation website, the Colorado Department of Wildlife website, and the Natural Heritage Program list, Conduct an initial threatened and endangered species assessment for all Federal and State listed T&E species that could potentially occur in or be affected by the project, and Prepare a document with the results of the assessment of all Federal and State listed T&E species that may occur within the project area COST: $1,200.00 (16 hours x $75/hr) Historic Resources Assessment- A preliminary Colorado Office of Archaeology and Historic Preservation (OAHP) Compass database search on September 13, 2024, revealed that various field surveys have been conducted within three miles of the project area, but no surveys have been conducted within the proposed project area There are four historical resources located within the proposed project area SH 392, WCR 37, Greeley Number 2 Canal, and Graham Seep SH 392 has been assigned resource numbers (5LR 13197 for a segment in Larrmer County and 5WL 7004 for a segment in Weld County) and has been officially determined not eligible for listing in the National Register of Historic Places (NRHP) WCR 37 has not been inventoried or evaluated Greeley Number 2 Canal (5WL 842) and Graham Seep have segments that have been evaluated previously, but no segments that traverse the proposed project area have been evaluated Both canals have associated ditch rider's roads A review of online county assessor records indicated that no parcels within the APE contain buildings greater than 45 years old As a matter of due diligence, Ms Bibo proposes to research the histories of WCR 37, Greeley No 2 Canal, and Graham Seep Ms Bibo will survey segments of these linear resources, including the associated ditch rider's roads Ms Bibo will prepare OAHP forms for historical resources and will draft a Section 106 letter to provide to CDOT for consultation with the Colorado State Historic Preservation Office (SHPO) Ms Bibo will also complete 4(f) de minimis documentation for CDOT's submission to the Federal Highway Administration (FHWA) In order to meet federal compliance requirements for historic preservation, we understand the scope of work for the historic resources task will Include. Field reconnaissance to inventory the three historical resources, Define an APE with respect to both physical impacts and potential impacts to visual setting, Undertake historical research and evaluate segments of WCR 37, Greeley No 2 Canal, and Graham Seep, Prepare a draft letter and APE map for CDOT for their Section 106 SHPO consultation, Prepare GIS shapefiles for SHPO to obtain the resource numbers for the historical resources inventoried in the project area, Prepare the 4(f) de minrmrs documentation for CDOT to submit to the FHWA, and Meetings, edits, and correspondence with Weld County, SHPO, and CDOT, as needed COST: $13,685.00 (161 hours x $85/hr)Y* DO NOT EXCEED "*This cost assumes that CDOT will complete the archaeology and paleontology for the project. This cost assumes a standard inventory for the ditch rider roads and will be included in the inventory of the ditch and the seep. If the ditchrider roads require additional treatment, a new cost and scope of work will be prepared. This proposal does not include the completion of renderings for the crossings. Again, if renderings are requested, a new cost proposal for their preparation will be completed. 404 -Wetland Permit- The topographic map and Google Earth photographs show that one natural drainage and one canal lie close to the inteisection A 404 -Wetland Permit may be needed from the U S Aimy Corps of Engineers (COE) foi this project I understand the scope of work for this task would include © Prepare an Approved Jurisdictional Determination (AJD) request for the project area to include the Greeley No 2 Ditch and the Graham Seep, a Submit the AJD request to the COE for review and determination, ® If the features are jurisdictional, a permit request will be prepared once the impacts to wetlands and Waters of the United States are known, and e The request packet will be sent to the COE COST: $750.00 (10 hours x $75/hr) Wetland Finding Report- If wetlands occur within the project area, a Wetland Finding Report will be prepared for CDOT concurrence Additionally, if the temporary and permanent impacts to wetlands exceed 1,000 square feet, a Facultative Evaluation will be completed I understand the scope of work for this task would include Preparation of a Wetland Finding Report to identify the total permanent and temporary impacts to wetlands, Recommend suitable options for mitigating the impacts to wetlands foi the project to meet the "Zero Loss" policy, Contact the Wetland Bank, if needed, Potentially prepare a Facultative Evaluation, and Submittal to CDOT, Region 4 COST; $750.00 (10 hours x $75/hr) Noxious Weed Survey and Report- A list of all weedy species will be compiled and compared to the Colorado Department of Agriculture Noxious Weed Species Lists The Colorado Department of Agriculture has compiled several lists including List A Species, List B Species, List C Species, and Watch List Species I understand that the scope of work for the Noxious Weed Survey and Report task would include o Site Reconnaissance to identify any noxious plant species that occur within the project area, a Prepare a report detailing any noxious plant species that are found within the project area, © Prepare the CDOT Spec 217 foi Noxious Plants detailing where the species were located within the project area and how to treat them, and o Submit the documents to CDOT, Region 4 COST: $1,050.00 (14 hours x $75/hr) Initial Site Assessment- The purpose of this task is to identify and evaluate the potential for soil and/or groundwater contamination at the Site due to a release of hazardous substances or petroleum products I undeistand the scope of work for completion of the evaluation would include © ASTM Standard Environmental Record Search via ERIS to determine if any hazardous materials exist in the project area, e Giound reconnaissance of project area to determine if there are any potential envnonmental concerns on the immediate project area or directly adjacent to the project ai ea, o the completion of a letter report with the finding and synthesis of the records search, and o submission of the report to CDOT, Region 4 COST: $1,800.00 (24 hours x $75/hr) Birds -of -Prey and Migratory Bird Survey and Report- Large mature trees he near the project area Birds -of -prey and migratory birds may use these trees and the habitats within the proposed project area for nesting, roosting, and other activities Additionally, the bridge will be surveyed for swallow mud nests and, if observed, a timing iestriction will likely be implemented for the construction schedule I understand the scope of work for this task would include Three windshield surveys within one-half mile of the proposed bridge replacement site for buds -of -prey nest and roost sites, Survey of the bridge structure for mud nests of nesting swallows, Survey any trees within and directly adjacent to the proposed project area foi nest sites from migratory birds, Prepare the CDOT Spec 240 document foi migratory birds, and preparation of a survey report COST: $1,050.00 (14 hours x $75/hr) Air Quality and Noise Memorandum- As part of the CatX Checklist, au quality and noise resources must be considered It is not expected that air and noise surveys will be needed for this project If CDOT requires surveys and analysis, another contractor will be contracted to scope and perform this work Air and noise resources will be discussed at the Environmental Kick-off Meeting with CDOT It is likely that CDOT will request a memorandum clearing the an quality and noise resources I undeistand the scope of work foi completion of the au quality and noise memorandum would include m Consult with CDOT staff for the pieparation of the air quality and noise memorandum, ® Prepare the memorandum, and o Submission of the document to CDOT, Region 4 COST: $375.00 (5 hours x $75/hr) Environmental Justice- As pact of the CatX Checklist, an Environmental Justice memorandum must be prepared CDOT is required to take steps to identify and address disproportionately high and adverse human health or environmental effects of its programs, policies, and activities on minority and low -Income populations I understand the scope of work for this task would include Review of the most recent census information for the U S Census Bureau website for the appropriate Census Tract Block Group, Prepare a memorandum outlining and determining if the project will disproportionately impact low-income and minority groups, If an adverse impact is found, determine any mitigation that may offset the impact, and Submit the memorandum to CDOT, Region 4 COST: $450.00 (6 hours x $75/hr) Meetings/Consultation- I understand that scope of work for meetings and consultation with CDOT, Region 4, Weld County, and AtkinsRealis will be needed This proposal accounts for costs related to three meetings- an environmental kick-off meeting, a FIR meeting, and a FOR meeting. COST: $900.00°" (12 hours x $75/hr) This is a not to exceed cost and may not be used in its entirety. The total cost for this project for environmental and historic resources tasks is $22,910.00 Do Not Exceed. The cost estimates include the tasks outlined above and drafting, teview, and other direct costs If you have any questions, of require additional information, please feel flee to call me at 970-635-9183 or 970-222-2151 Sincerely, 40A-eqet 4tVcto— Darcy A Tiglas, Biologist Tiglas Ecological Services Yeh and Associates, Inc. At Geotechnical • Geological • Construction Services 11520 21st Street, Unit 6 Greeley, CO 80634 970-451-5026 • wwwyeh-eng corn Rev November 5, 2024 Proposal No 224-378 Joseph Zufall, P E Senior Project Director AtkinsRealis 4600 South Ulster Street, Suite 1100 Denver, Colorado 80237 Re. Cost Estimate Proposal for Geotechnical Investigation and Pavement Recommendations Weld County Road 37 at CDOT Highway 392 Mr Zufall, This proposal presents Yeh and Associates, Inc (Yeh) project understanding, proposed scope of services, estimated schedule, project cost, and fee schedule for providing geotechnical engineering and pavement design services for the proposed intersection improvements at the intersection of County Road 37 and Colorado State Highway 392 (CO 392) in Weld County, Colorado PROJECT OVERVIEW The proposed project will consist of constructing new turn lanes at the intersection of CO 392 and WCR 37 to improve traffic movement SCOPE OF SERVICES Field Investigation The field investigation for the project will be performed in accordance with Weld County and Colorado Department of Transportation (CDOT) criteria We propose to drill a total of 5 to 7 borings The borings will be drilled to depths of approximately 10 feet along the existing roads and widening areas The borings may be terminated at a shallower depth if auger refusal in cobbles and boulders, or bedrock, is encountered before the planned termination depth The boring locations will be marked in the field prior to drilling operations We will then contact Colorado One Call to arrange to have the underground utilities marked Our scope of service does not include contracting a private underground utility location service Our scope of service does not include surveying the boring locations However, in addition to recording handheld GPS coordinates of the boring locations we will coordinate with the project team to identify the locations in the field so that they can be surveyed by others Drilling permits will be obtained from Weld County and CDOT, as needed We have anticipated the drilling and sampling will take one day The drilling operations will be monitored by a Yeh geologist or engineer The field personnel will prepare a field log for each boring which will describe the subsurface conditions, groundwater levels, penetration test blow counts, sampling intervals, and types of samples obtained in addition to taking soil samples for • testing The field logs will be used by the project geotechnical engineer as an aid in the preparation of the final boring logs CR 37 at CO 392 Proposal No 224-378 Weld County, Colorado Rev November 5, 2024 The boreholes will then be backfilled with the auger spoils following drilling operations Borings taken through existing pavement will be patched using non -shrink grout Laboratory Testing The recovered samples will be classified by the project geotechnical engineer in accordance with the Unified Soil Classification System (USCS) and the American Association of State Highway Transportation Officials (AASHTO) A laboratory testing program will then be implemented to evaluate the pertinent engineering properties of the soil It is anticipated that the following tests will be performed as part of our evaluation • Moisture and Density • Dry Unit Weight • Grain Size Distribution • Atterberg Limits • AASHTO Classification • Swell / Consolidation • R -Value • Total Sulfates, Chlorides, pH, and Resistivity The actual amount and type of testing required will be a function of the conditions encountered at the boring locations Engineering Evaluation and Report The results of the field investigation, laboratory testing, and engineering analysis will be presented in a report prepared by an engineer registered in the State of Colorado The report will include the following information • Plan of borings, boring logs, and laboratory test results • Description of the soil and groundwater conditions at boring locations • Pavement design for hot mix asphalt (HMA) based on the Weld County and CDOT Standards • Earthwork recommendations, including site preparation, fill placement and compaction, and the suitability of the site soil for reuse as engineered fill Construction considerations, such as excavation, dewatering, and subgrade instability A draft report will be submitted for review and comment and the final report will be submitted after all comments on the draft report have been addressed The report will be stamped and sealed by a Professional Engineer licensed in the State of Colorado ASSUMPTIONS AND EXCLUSIONS • Design for this project will follow applicable Weld County and CDOT Standards • Survey of the boring locations will be provided by the team surveyor, if desired • Environmental sampling and testing are excluded If potentially hazardous materials are encountered, drilling operations will be stopped, and the project team will be notified TIME TO COMPLETION We anticipate that we can begin the field investigation for this project within six to eight weeks from receiving notice to proceed, access permits and utility clearances, weather permitting, with drill rig CR 37 at CO 392 Weld County, Colorado Proposal No. 224-378 Rev November 5, 2024 availability. The field investigation is expected to be completed in one day. The geotechnical investigation report will be available about four weeks after completion of the field investigation. FEES Our services for this project will be performed on a time and materials basis in accordance with the rates presented in our standard fee schedule. We estimate our fees for the geotechnical investigation and report for this project to be $19,750. The actual cost will be a function of the number of units required to complete the evaluation. The estimated budget will not be exceeded without prior written authorization. The following table summarizes our estimated cost to complete the project. Estimated Project Costs Item Cost Labor Cost Outside Services (Drilling and Traffic Control) Total Cost $13,886.50 $5,812.50 $19,699.00 We appreciate your consideration of Yeh and Associates 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 303-781-9590 if you have any questions or require any additional information. We look forward to working with you on this project. Respectfully Submitted, Review by, Robert F. LaForce, P.E. Samanth C. Sherwood, P.E. Senior Project Manager Senior Project Manager /A Yeh and Associates, Inc. Geotechnical • Geological • Construction Services COLORADO FRONT RANGE (Denver, Co Springs, Greeley) STANDARD FEE SCHEDULE EFFECTIVE JANUARY 2025 Professional Services: Classification Principal Senior Project Manager Senior Project Specialist Project Manager Senior Project Engineer or Geologist Project Engineer or Geologist Staff Engineer or Geologist Engineer or Geologist Intern Resident Construction Engineer Construction Manager Construction Observer III Construction Observer II Construction Observer I Technician Leader or Supervisor Laboratory Supervisor Technician III Technician II Technician I CAD Designer CAD Technician Project Controller Administrative Assistant **Overtime rates for Construction Inspection, Technicians and Office Staff is 1 5 x rates shown Basic Rate $240/hr $230/hr $215/hr $210/hr $180/hr $155/hr $140/hr $90/hr $225/hr $205/hr $165/hr $150/hr $135/hr $175/hr $155/hr $130/hr $115/hr $105/hr $160/hr $105/hr $170/hr $105/hr Laboratory tests are quoted on separate schedule or cost plus 10 percent for outside laboratory testing when applicable Fees for expert witness preparation, testimony, court appearances, or depositions will be billed at the rate of $350 per hour Rates do not include prevailing wage rates for field services Prevailing wages will be determined on a project -by - project basis Other Direct Charges: Subcontracted services, copying and rented equipment Rates Cost Plus 10% COST ESTIMATION WORKSHEET (CEW) FIRM NAME: Atkins PROPOSAL NUMBER: 224-378 PREPARED BY: RFL DATE: 10/28/24 PROJECT NAME: Weld CR 37 at SH 392 CONTRACT/TASK ORDER NUMBER: WORK ACTIVITY 1.0 Project Management 1.1 Contract Administration 1.2 Prepare and submit invoices for payment SUBTOTALS 2.0 Geotechnical Investigation 2.1 Field locate of borings, UNCC utility locates 2.2 Obtain traffic control plans and permits 2.3 Health & Safety Plan (HASP) 2.4 Conduct a subsurface exploration program 2.5 Perform soil tests SUBTOTALS 3.0 Geotechnical Design 3.1 Develop recommendations for foundations 3.2 Develop site grading recommendations 3.3 Pavement design analysis 3.4 Recommend surface and subsurface draina•e SUBTOTALS 4.0 Geotechnical Report _ 4.1 Provide recommendations 4.2 Compile boring logs, test result 4.3 Prepare and issue Draft Geotechnical Investigation Report 4.4 Prepare and issue Final Geotechnical Investigation Resort SUBTOTALS Principal 0 0 0 0 Sr. Project Manager 8 8 0 4 4 2 2 2 6 Sr. Project Engineer 0 0 0 0 Project Engineer 0 2 2 1 5 0 2 2 4 8 Staff Engineer 0 8 1 10 19 4 4 2 2 Lab Supervisor 0 4 4 0 0 Technician 1 0 28.3 28 0 0 CAD Designer 0 0 0 2 2 4 SUBTOTALS - HOURS 0 18 0 13 25 4 28 4 SALARY RATE, $ PER HOUR $240.00 $230.00 $180.00 a $155.00 $140.00 $155.00 $105.00 $160.00 SUBTOTALS - LABOR COSTS $ - $ 4,140.00 $ - $ 2,015.00 $ 3,500.00 a $ 620.00 $ 2,971.50 $ 640.00 TOTAL LABOR COST 13,886.50 TOTAL HOURS 8 0 8 10 2 2 10 32 56 TOTAL COST $1,840.00 $7,026.50 0 0 8 0 8 4 4 8 4 $1,480.00 20 92 $3,540.00 13,886.50 TRAVEL & PER DIEM COST Vehicle Mileage Lodging Per Diem Airfare TOTAL TRAVEL AND PER DIEM COST Estimated Units Unit Rate $ 0.655 Units mile each TOTAL COST DRILLING & OTHER SUBSURFACE INVESTIGATION COST Estimated Units Unit Rate Units Support Truck 1 I$ 300.00 day Compressor $ 600.00 day Core Boxes $ 15.00 each Exploration 9 $ 300.00 hour Traffic Control - DAY WORK 9 $ 312.50 hour Traffic Control - NIGHT WORK • $ 437.50 hour Instrumentation each Geophysics $ 6,000.00 day Other - hour TOTAL DRILLING & OTHER INVESTIGATION COST LABORATORY & FIELD TEST COST Atterberg Limits Classification Hydrometer Analysis Moisture Content Dry Density (CA liner) Sulfate Content Chloride Content Resistivity (laboratory Standard Proctor Modified Proctor R -Value (outside lab = $250) (internal hours = $50) UC Rock Testing (outside lab) Other TOTAL LABORATORY & FIELD TEST COST 5,812.50 Estimated Units Unit Rate $ 120.00 $ 200.00 $ 200.00 $ 25.00 $ 30.00 $ 50.00 $ 50.00 $ 80.00 $ 230.00 $ 260.00 $ 220.00 $ 400.00 TOTAL PROJECT COST $ 19,699.00 Testing addressed in Tech 1 Rates TOTAL COST $ 300.00 $ 2,700.00 $ 2,812.50 TOTAL COST 240.00 1,200.00 180.00 100.00 100.00 100.00 160.00 440.00 400.00 AC®R®® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDRYYY) 11/19/2024 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 polrcy(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 MARSH USA, LLC TWO ALLIANCE CENTER 3560 LENOX ROAD, SUITE 2400 ATLANTA, GA 30326 CN102421774 Atkin-GAWU-24.25 NOC CONTACT NAME (a0.7o, E. I (,vc, No) EMAIL ADDRESS INSURER(S) AFFORDING COVERAGE NAIL # INSURERA Starr Indemnity & Liability Company 38318 INSURED AtkinsR� . USA Inc 4030 West Boy Scout Blvd Suite 700 Tampa, FL 33607 INSURER B INSURER C INSURER D INSURER E INSURER F VERAGES CERTIFICATE NUMBER ATL-005936585-01 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 INS: TYPE OF INSURANCE LTR ADDL SUER INSD WVD POLICY NUMBER POLICY EFF (rallIS YYYY1 POLICY EXP IMMIDD/Y ,' LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE EI OCCUR 1000090872241 11/15/2024 10/15/2025 EACH OCCURRENCE $ 2,000,000 =AWE -sr WITgan. $ 1,000,000 MED EXP (Any one person) $ 50,000 PERSONAL & ADV INJURY $ 2,000,000 GENERAL AGGREGATE $ 4,000,000 GEN X L AGGREGATE LIMIT APPLIES PER POLICY ❑ jERe7 D LOC OTHER PRODUCTS COMP/OP AGG $ 4,000,000 A AUTOMOBILE X X LIABILITY ANY AUTO OWNEDONLY AUTOS HIRED AUTOS ONLY AUTOS SCHEDULED NONOWNED X AUTOS ONLY 1000679654241 11/15/2024 10/15/2025 COMBINdED SINGLE LIMIT (Ea arsaent) $ 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PRenEc YDAMAGE (Per accident) $ UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTIONS A WORKERS COMPENSATION AND EMPLOYERS LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED' (Mandatory In NH) If yes describe under DESCRIPTION OF OPERATIONS below NIA 1000003953 11/15/2024 10/15/2025 X I STATUTE I 1r E L EACH ACCIDENT $ 1,000,000 E L DISEASE - EA EMPLOYEE $ 1,000,000 E L DISEASE- POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS /LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached If more space Is required) Re B2400119 - SH392/WCR37 Intersection Improvements Project Weld County Government and State of Colorado employees 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 terns and conditions Contractual Liability is included in General Liability 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, Colorado, Owner SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Public Works Department THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn Mike Bedell, PE — Senior Engineer P O Box 758 ACCORDANCE WITH THE POLICY PROVISIONS Greeley, CO 80632 AUTHORIZED REPRESENTATIVE of Marsh USA LLC I ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION All rights reserved The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 1000090872241 COMMERCIAL GENERAL LIABILITY CG 02 2410 93 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 30 (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 D POLICY NUMBER: 1000679654241 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: 11/15/2024 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 STARK 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: $r HFntll 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.: Endorsement No.: Insured: Premium: Insurance Company: Countersigned by: WC 99 06 18 (Ed. 4-15) Copyright© Starr Indemnity & Liability Company. All rights reserved. Page 1 of 1 ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDNYY` ) tvts/2o2a 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 terns 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 MARSH USA, LLC. TWO ALLIANCE CENTER 3560 LENOX ROAD, SUITE 2400 ATLANTA, GA 30326 CN102421774-Atkin-EO-24-25 CONTACT NAME: P(MCNNo. Extl: I IA C, Nol: E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL a INSURER A: Lloyd Underwriters 32727 INSURED AtkinsRealis USA Inc. 4030 West Boy Scout Blvd. Suite 700 Tampa, FL 33607 INSURER B INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: ATL-005936586-01 REVISION NUMBER: 4 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. TVTVTYPE OF INSURANCE ADDL SUER INSD NND POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP IIIANDIYYY`n LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE D OCCUR EACH OCCURRENCE $ °CAVE Ee occurrence) I MED EXP (Any one person) $ PERSONAL 8. ADV INJURY $ GENERAL AGGREGATE $ GEM_ AGGREGATE LIMIT APPLIES PER: POLICY ❑ TCT ELOC OTHER: PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea acaden0 $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTYDAMAGE (Per accidenU $ $ UMBRELLA LIAR EXCESS .AS OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICR/MEOEM EREXCLUD D?ECUTIVE E (Mandatory In NH) If yes, describe 'OPERATIONS OF OPERATIONS below N / A I STATUTE I I ER"" E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A Professional Liability (claims made policy) B0509FINPA2450094 04130/2024 04/30/2025 Limit: Per Claim Annual Aggregate: 1,000,000 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: B2400119 - SH392IWCR37 Intersection Improvements Project CERTIFICATE HOLDER CANCELLATION Weld County, Colorado, Owner SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Public Works Department THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: Mike Bedell, PE — Senior Engineer ACCORDANCE WITH THE POLICY PROVISIONS. P.O. Box 758 Greeley, CO 80632 AUTHORIZED REPRESENTArvE of Marsh USA LLC I C pre s f44 iCE.otns.cs& ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CN102421774 LOC #: Atlanta ACORO® ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY MARSH USA, LLC. NAMED INSURED AtkinsRealis USA Inc. 4030 West Boy Scout Blvd. POLICY NUMBER Suite 700 Tampa, FL 33607 CARRIER NAIL 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 Contract Form Entity Information Entity Name* Entity ID* ATKINS REALIS USA INC @00030721 Q New Entity? Contract Name* Contract ID SH392/WCR37 INTERSECTION DESIGN SERVICES 8885 Contract Status CTB REVIEW Contract Lead * MBEDELL Contract Lead Email MBedell@weld.gov Parent Contract ID Requires Board Approval YES Department Project # GR-74 Contract Description* ENGINEERING DESIGN SERVICES ASSOCIATED THE THE SH392/WCR37 INTERSECTION IMPROVEMENTS PROJECT. Contract Description 2 Contract Type* Department AGREEMENT PUBLIC WORKS Amount* Department Email $1,076,601.00 CM- PublicWorks@weld.gov Renewable * NO Department Head Email CM-PublicWorks- Automatic Renewal DeptHead@weld.gov Grant County Attorney GENERAL COUNTY ATTORNEY EMAIL IGA County Attorney Email CM- COUNTYATTORNEY@WEL EY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Due Date Date* 11/28/2024 12/02/2024 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2400119 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 Termination Notice Period Contact Information Review Date* 12/31/2026 Committed Delivery Date Renewal Date Expiration Date* 12/31/2026 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 11/22/2024 Approval Process Department Head Finance Approver Legal Counsel .CURTIS HALL CHERYL PATTELLI BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 11/21/2024 11/21/2024 11/21/2024 Final Approval BOCC Approved Tyler Ref # AG 112724 BOCC Signed Date Originator MBEDELL BOCC Agenda Date 11/27/2024 MEMORANDUM Date: November 8, 2024 To: Toby Taylor, Purchasing Manager From: Michael Bedell, Senior Engineer RE: Engineering Services (RFP #B2400119) for SH392/WCR37 Intersection Improvements Public Works has conducted a Qualifications Based Selection (QBS) process to select a consultant to perform the Design Engineering Services for the SH392/WCR37 Intersection Improvements Project. A selection committee comprised of five (5) Public Works Department staff reviewed and scored the four (4) vendor proposals received on 9/27/24, using a pre -determined selection criterion. The highest scoring vendor was Atkins Realis, Denver office. Public Works Department has worked successfully with this vendor on past similar projects. A design fee amount of $1,076,601.00 has been submitted by Atkins Realis, along with their detailed scope of work. The primary scope of their proposed work is to perform design engineering services which will result in final bid documents to be used for construction. It is Public Works Department recommendation to award a professional services contract to Atkins Realis for a total amount of $1,076,601.00. This project is included as a line item in the 5 -year CIP and includes a Federal -Aid (CDOT oversight) grant not to exceed $2,000,000. The associated grant document (IGA) with CDOT has been completed and is dated 6/24/24. zoZ(1-2913 ECIO087_ WELD COUNTY PURCHASING 1301 N 17TH Avenue, Greeley, CO 80631 E-mail: reverett©weldgov.com E-mail: cgeisert(c�weldgov.com E-mail: ttaylor@weldgov.com Phone: (970) 400-4222, 4223, 4454 DATE OF BID: SEPTEMBER 27, 2024 REQUEST FOR: SH 392/ WCR 37 INTERSECTION IMPROVEMENTS DEPARTMENT: PUBLIC WORKS BID NO: B2400119 PRESENT: OCTOBER 2, 2024 APPROVAL DATE: (NOVEMBER 18, 2024) VENDORS SCE ENGINEERING 10728 WORTHINGTON CIRCLE PARKER CO 80134 JR ENGINEERING LLC 2900 S. COLLEGE AVE, SUITE 1A FORT COLLINS CO 80525 ATKIN REALIS 4600 S ULSTER ST, SUITE 1100 DENVER CO 80237 J -U -B ENGINEERS INC 2809 E HARMONY RD, SUITE 300 FORT COLLINS CO 80528 PUBLIC WORKS WILL BE REVIEWING THE PROPOSALS. 207* Z33 eCnOOK WELD COUNTY PURCHASING 1301 N 17TH Avenue, Greeley, CO 80631 E-mail: reverett(a�weldgov.com E-mail: cgeisert(a!weldgov.com E-mail: ttaylorCa)weldgov.com Phone: (970) 400-4222, 4223, 4454 DATE OF BID: SEPTEMBER 27, 2024 REQUEST FOR: SH 392/ WCR 37 INTERSECTION IMPROVEMENTS DEPARTMENT: PUBLIC WORKS BID NO: B2400119 PRESENT: OCTOBER 2, 2024 APPROVAL DATE: TBD VENDORS SCE ENGINEERING 10728 WORTHINGTON CIRCLE PARKER CO 80134 JR ENGINEERING LLC 2900 S. COLLEGE AVE, SUITE 1A FORT COLLINS CO 80525 ATKIN REALIS 4600 S ULSTER ST, SUITE 1100 DENVER CO 80237 J -U -B ENGINEERS INC 2809 E HARMONY RD, SUITE 300 FORT COLLINS CO 80528 PUBLIC WORKS WILL BE REVIEWING THE PROPOSALS. 2024-2593 oiZ Hello