Loading...
HomeMy WebLinkAbout20250384.tiffCon'kvack (b9Ci4 PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND ATKINSREALIS 5th day AGREEMENT is made and entered into this Sof ftbveuuYq , 2025, by and between the Board of Weld County Commissioners, on behalf of Nblic Works Department, hereinafter referred to as "County," and AtkinsRealis USA, Inc, 4600 South Ulster Street, Suite 1100, Denver, CO 80237, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Request for Request for Proposal (RFP) as set forth in Bid Package No. B2400145. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. On -Call Services Contract Procedures: The parties recognize the Work under this Agreement will only be provided pursuant to an appropriately executed Internal e blow?* 61.0)- z /5/ZS 1 CC: Otta' e (RC) 2025-0384 euu c1'u4U L5 z/5/z5 003 Accounting Form (IA) generated by the County. Any such IA shall be signed by the Director of the Public Works Department to be effective. In no event shall the total of all individual IA's exceed the amount described in Section 6 of this Agreement. Any appropriately executed IA shall be automatically incorporated herein and enforceable. Contractor, upon completing the Work described in the IA, shall submit an invoice to the County for payment. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. Annual Contract Renewal Procedures: The initial contract term shall be valid u ntil one year after the date which it has been signed by the Weld County Board of Commissioners. At the sole discretion of the County, a Contract Renewal may be utilized for no more than two additional one-year periods. If such Contract Renewal is negotiated, the Contractor's labor rates may not be increased greater than the local associated Consumer Price Index for the applicable year. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is u sing, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement u pon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 2 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties, and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $238,000.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith retum such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget 3 adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Any provisions in this Contract that may appear to give the County the right to direct contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records, and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant 4 document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with bid quantity errors resulting in change orders which must be approved by the Weld County Board of Commissioners, Contractor shall be financially liable for such increased costs. The Contractor 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, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those 5 stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A -VII. The County in no way warrants that the above -required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance - Occurrence Form Policy shall indude bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, trustees, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: General Aggregate $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance 6 Bodily Injury and Property Damage for any owned, hired, and non -owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 14. Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance "Weld County, its successors or assigns; its elected officials, employees, agents, al -Mated entities, and volunteers as Additional Insureds" for work that is being performed by the Contractor. On insurance policies where Weld County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the 7 Contractor even if those limits of liability are in excess of those required by this Contract. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. The County reserves the right to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 15. Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non - renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. 8 The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 16. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above -described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 17. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 18. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 19. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 20. Indemnity. The Contractor shall indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and 9 employees, from and against any and all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs, (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused in whole or in part by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation Law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration of award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. A failure of Contractor to comply with these indemnification provisions shall result in County's right but not the obligation to terminate this Agreement or to pursue any other lawful remedy. 21. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 22. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 23. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. 10 24. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other conceming the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Joseph P. Zufall, P.E. Position: Project Principal Address: 4600 South Ulster Street Address: Denver, CO 80237 E-mail: joseph.zufall@atkinsrealis.com Phone: 720-323-1252 TO COUNTY: Name: Michael Bedell, P.E. Position: Senior Engineer Address: Weld County Public Works Department Address: P.O. Box 758, Greeley, CO 80632 E-mail: mbedell@weld.gov Phone: 970-301-0780 25. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 26. Non -Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 27. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties 11 with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 28. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 29. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 30. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 31. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 32. Non -Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other immunities, rights, benefits, and protections, provided by the Colorado Governmental Immunity Act §§24-10-101 et seq., as from time to time amended, or otherwise available to the County, its subsidiary, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. 33. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 12 34 Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee 35 Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute 36 No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U S C A §1324a and (h)(3)), nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages 37 Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf 38 Binding Arbitration Prohibited Weld County does not agree to binding arbitration by any extra -judicial body or person Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms Both parties further agree that this 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 13 SIGNATURE PAGE CONTRACTOR: BY 6-ta 7L5) Name: Scott Reed, PE Title: Division Manager 1/30/2025 Date of Signature WELD COUNTY: ATTEST: J', • I 47-sliSti M , .• ,o- e Weld County Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board::, ''Pe�r�y �. Buck, Chair FEB 0 5 2025 Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80601 Professional Services - Request for Proposals (RFP) (QBS) Solicitation Number: B2400145 Title: Non -Project Specific (NPS) Engineering Services Issue Date: November 13, 2024 Pre -Proposal Meeting: December 4, 2024, at 1:00 PM Vendor Questions Due: December 13, 2024, at 1:00 PM Proposal Due Date: December 20, 2024, at 1:00 PM Proposal Delivery Method: Preferred email to bids@weld.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) (QBS) 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 4 Cooperative Purchasing 5 Schedule B - Scope of Work 6 Project Overview and Scope 6 Method of Procurement 6 Contract Pricing Method 6 Schedule C - Project Schedule 7 Schedule 7 Schedule D — RFP Response Criteria 8 RFP Response Submittal and Format 8 RFP Response Scoring Criteria 8 Schedule E - Proposal Required Forms 10 Proposal Submittal Instructions 10 Attestation 10 Schedule F — Insurance 12 Insurance 12 Insurance Mailing Information 13 Schedule G - Weld County Contract 14 Contractual Obligations 14 Weld County Contract (Example) 14 Solicitation #B2400145 Page 2 Schedule A - Proposal Instructions P urpose/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 services associated with Non -Project Specific (NPS) Engineering P ervices to be provided to the Public Works Department. A Mandatory Pre -Proposal Meeting will be held on December 4, 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: December 20, 2024, at 1:00 PM (Weld County Purchasing Time Clock). The submitted proposals will be read over a Microsoft Teams Conference Call on December 20, 2024 at 1:30 PM. 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 P urchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 708715806# P roposal 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. P roposal Submission P REFERRED: E-mail Proposals to bids@weld.gov. If your Proposal exceeds 25MB please upload your Proposal to https://www.bidnetdirect.com. The maximum file size to upload to Bid Net Direct is 500MB. If vendor does not desire electronic submission, sealed Proposals will be received at the Office of the Weld County Purchasing Division in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the Proposal due date and time. PDF format is required. E -mailed Proposals must include the following statement on the E-mail: "I hereby waive my right to a sealed Proposal". An E-mail confirmation will be sent when your Proposal has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. In addition to the Proposal submission and deadline identified above, Proposer shall submit 5 hard copies to the Purchasing Division. These copies will be used by the selection committee and must be received at Purchasing Division located at North 17th Avenue on December 20, 2024, by 5:00 PM. Solicitation #B2400145 Page 3 Introductory Information 1. Proposals shall be typewritten or written in ink on forms prepared by the Weld County P urchasing Division. Each Proposal must give the full business address of Proposer and be signed by them with their usual signature. Proposals by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Proposals by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A Proposal by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the Proposal of the individual signing. When requested by the Weld County Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Proposer. All corrections or erasures shall be initialed by the person signing the Proposal. All Proposers shall agree to comply with all the conditions, requirements, specifications, and/or instructions of this P roposal 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 P roposal Forms. The Proposal must be filled out completely, in detail, and signed by the P roposer. 2. Late or unsigned Proposals shall not be accepted or considered. It is the responsibility of the P roposer 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 P roposer 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 all Proposals, to waive any informality in the Proposals, to award the Proposal to multiple vendors, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Solicitation #B2400145 Page 4 Cooperative Purchasing Weld County encourages cooperative purchasing to assist other agencies to reduce their cost of solicitations and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation #B2400145 Page 5 Schedule B - Scope of Work Project Overview and Scope Weld County is seeking Proposals for a Contract Professional to provide non -project specific professional engineering services to assist and supplement the Public Works Department. The current budgeted amount for the annual contract period is $350,000. If more than one firm is selected, the contracted amount will be divided between the firms in an amount chosen by the County. The Contract will be valid for one year from the initial date it is fully signed and may be extended for up to two additional one-year renewals. Contract award does not guarantee any minimum amount of specific work will be requested by the County. The engineering services to be provided will generally consist of the following: • Surveying for all aspects of design, including Right -Of -Way Plans, parcel legal descriptions, parcel exhibits and obtaining permission to enter forms. • Drainage, hydraulic, hydrology, and floodplain modeling and reports. • Earthwork grading plans. • Traffic studies, including traffic signal warrant studies and obtaining traffic counts. • Various sections for road and bridge design plans. • Design of irrigation structures, pipes, crossings, and concrete lined ditches. • Utilities relocation planning, design, and coordination including relocation agreements, on -site meetings, incorporation of the utility's relocation design into road and bridge design plans. • The consultant may be requested to attend various meetings with County staff and provide exhibits and presentations for such meetings. • Possible construction phase engineering services including project management, inspection, shop drawing reviews, fabrication inspections, requests for information, and testing activities. 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. Solicitation #B2400145 Page 6 Schedule C - Project Schedule Schedule Below is the anticipated approximate schedule for this project: RFP Advertisement Pre -Proposal Meeting Proposals Due Contract Awarded November 13, 2024 December 4, 2024 December 20, 2024 to be determined Solicitation #B2400145 Page 7 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 %/2" x 11" paper. a. 11" x 17" paper shall be used for presenting large tables or drawings. This size paper will be counted as two pages towards the 25 -page size limit. b. Text font sizes shall be 11 point or larger for readability. c. In addition to the Proposal submission instructions and deadline identified above, Proposer shall submit 5 hard copies to the Purchasing Division. These copies will be used by the selection committee and must be received at Purchasing Division located at 1301 North 17th Avenue on November 22, 2024, by 5:00 PM. 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. Solicitation #B2400145 Page 8 Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80601 Table 1 - Proposal Scoring Criteria Criteria Standard Scoring Weighting Factors Scoring Range % Evaluation Evaluation Scope Proposal of The understanding The desired proposal proposed goals clearly of of methodology the the County. shows project an objectives. meets the 1 to 5 5.0 5% - 25% Critical Issues The clearly associated offers proposal solutions understands with demonstrates to the the the project. critical major that issues the proposal team 1 to 5 5.0 5% - 25 % The issues. Project Control The controlled. quality proposal of process the describes product. team in place has how demonstrated to manage costs will the be a 1 to 5 3.0 3% - 15% QA/QC The Location/ Familiarity The the coordination team's policies location team and of the is construction familiar does project not with with affect criteria. the Weld 1 to 5 3.0 3% - 15% County. County The Schedule The ensure project personnel schedule the team project have has contains adequate demonstrated goals sufficient are availability. met. the detail key to 1 to 5 4.0 4% - 20% The Table 2 - Interview Scoring Criteria Evaluation Standards Evaluation Criteria Work Approach Team project. work approach proposed The team is and appropriate offered clearly innovative described for the size ideas their and approach for scope the project. of for the completing project. The team's the Project Qualifications Manager The proven The team's team's track project project record manager manager to complete demonstrates has projects adequate of effective this qualifications scope communication and and complexity. a Quality of Presentation The being use team's of interviewed audio-visual presentation displayed aids was was effective effective. clear and communication easy to understand. skills. The The people team's Question/Answer Session The selection a clear team understanding committee. provided good The of the answers answers project to provided and the the questions by project the asked team goals. demonstrated by the All Scoring Criteria Must Be Met 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. #B2400145. 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 #B2400145 Page 10 CONTRACT PROFESSIONAL By Name Title Date of Signature Solicitation #B2400145 Rage 11 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 Contract Professional's 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 and Automobile Liability policies and certificates of insurance shall list Weld County Government employees 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. c. Any deductibles contained in any insurance policy shall be assumed by and at the sole risk of the Contract Professional. Solicitation #B2400145 Page 12 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 insurance coverage certificates to the County 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. 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 #B2400145 Page 13 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 u ntil 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 u nderstanding 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 e nter 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 #B2400145 Page 14 NOW, THEREFORE, in consideration of the herein, the parties hereto agree as follows mutual promises and covenants contained 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 B2400145 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 td 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 Internal Accounting Form Contract: The parties recognize the Work under this Agreement will only be provided pursuant to an appropriately executed Internal Accounting Form generated by the County Any such Internal Accounting Form shall be signed by the Director of Public Works Department to be effective In no event shall the total of all the individual Internal Accounting Forms exceed the amount described in Section 6 of this Agreement Any appropriately executed Internal Accounting Form shall be automatically incorporated herein and enforceable 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 This Agreement may be extended upon mutual written agreement of the parties 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 Solicitation #B2400145 Page 15 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 stall 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 acknowledgmeiht 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, cha lacter, 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, ah 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 $ 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 epiration 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, Contr ct 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 Solicitation #B2400145 Page 16 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 toi, 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 sihall 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 that1the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the Solicitation #B2400145 Page 17 provisions of this Agreement Contract Professional further represents and warrants that all Work shall be ierformed by qualified personnel in a professional manner, consistent with industry stand rds, 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 expenences additional costs during project construction winch 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 f►nanc►ally 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 tie 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 nghts 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 min mum limits as follows Each Occurrence $1,000,000 General Aggregate $1,000,000 Personal Injury $5,000 Medical Payment 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 Solicitation #B2400145 Page 18 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 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 L ability and Automobile Liability policies and certificates of insurance shall be issued to include Weld County Government employees as "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 certifcates 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 Solicitation #B2400145 Page 19 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 autF onzed 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 when 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) electronig 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 #B2400145 Page 20 TO COUNTY: Name: Position: Address: Address: E-mail: Phone: Michael Bedell, P.E Senior Engineer Public Works Department P.O. Box 758, Greeley, CO 80632 mbedell©weld.gov 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 u se 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 n egotiations, 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 n ature 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 u nenforceable 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 #B2400145 Page 21 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 identification required by federal law prior to the effective date of the contract Solicitation #B2400145 ' Page 22 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 #B2400145 Page 23 E Hi T. El grAtkinsRealis Non -Project Specific (N PS) Engineering Services Response to Request for Proposals (RFP) #B2400145 WELD COUNTY, COLORADO December 20, 2024 WELD COUNTY WELD COUNTY ROAD 49 The Board of County Cernrnitsiemtrs dedicated this project November 19:2017. Wake kle Stale Sine Saw ftvr7u1 INtd rat rerrr ILu,rip Lenny I.• n!'. gr w*Q.." WWI sal stripe -le Mary Yeast OM 'Info eras too m e.Ae.M.►.nt Wet/ Seer nallm nee^..t M•P!tart ups • w..r lam ere a..ar r M1ipme abeam a. ~NM InSu . Vcat .Vans w w lea l.. welt .r ntel...a •a:iv. MP. a:.l.r rr a!y. a►.a ...u. Pemie...lt ere..dsinslim e MIIL earressearem ass ma sae se ▪ Cm. .�+" `eserem..s sea • el Se aema- era ✓ • e. . CONTE REQUIRED FORMS 1 1 COVER LETTER 2 I. SCOPE OF PRO130SAL 3 Understanding of - es AtkinsRealis Methodology II. CRITICAL ISSUES Railroad Coordination/Agreements/PUC Applications Irrigation .cility Coordination Utility Relocation/Coordination I.CDOT Local A ency Construction Cost• • III. LOCATION/FAMILIARITY 11 Overview of - Firm AtkinsRealis and VVeld County Similar ' • Contracts Similar NPS/On-Call Projects IV. FIRM CAPACITY/TEAM AVAILABILITY 16 Organizational Chart/Denver Ofhce Availibility Key Staff i •s 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 VV9 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: P910261DEN I AR 1. The Proposal proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Proposal for Request No. #B2400145. 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: AtkinsRealis USA, Inc. Address: 4600 S Ulster St., Suite 1100, Denver, CO 8023 Phone 303.214.0844 Email: Joseph.zufall@atkinsrealis.com FEIN/Federal Tax ID #: 59-0896138 7 Solicitation #B2400145 Page 10 Weld County I NPS Eng-neering Services CONTRACT PROFESSIONAL: P01026 I DEN I AR By: 96-a"S" i T!atti Name: Joseph P. Zufall Title: Sr. Project Director December 19, 2024 Date of Signature Solicitation #B2400145 Page 11 Weld County I NPS Engineering Services / AtkinsRealis 4600 S Ulster St., Suite 1100 Denver, CO 80237 December 20, 2024 ATTN: Mike Bedell, PE Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, CO 80601 Subject: Solicitation Number B2400145 - Non -Project Specific (NPS) Engineering Services Dear Mr. Bedell and Members of the Selection Committee, On behalf of AtkinsRealis, I am excited to submit the enclosed proposal for NPS Engineering Services. For more than 20 years, AtkinsRealis and the County have successfully partnered under some of the most unique circumstances. Our firm has continuously adapted to your needs, whether it be owner's representative services on the County's largest design -build project (WCR 49) or serving as the design engineer of record for transportation improvements. Additionally, we have operated as a trusted extension of your staff delivering NPS services since 2018 for a wide array of needs including engineering criteria manual updates, lighting design/checks, independent structures design reviews, intersection safety improvements, and much more. Our team is excited for this partnership to continue under this contract and offers the following unique benefits: 0 One of Colorado's premier engineering firms. Our Denver office is home to more than 250 professionals specializing in civil, traffic, structural, utility, and drainage design and engineering. Since 1996, our team has provided consultant services for the Colorado Department of Transportation (CDOT) and more than 30 local agencies, counties, and municipalities across Colorado, including Weld County since 2001. Proven, responsive, and motivated team. Our key team members are proven work order managers, experienced in all facets of project delivery. With a bench of 80+ local Colorado licensed professional engineers, our well-rounded team is prepared to support any project, no matter the scale, complexity, or number of concurrent assignments. Additionally, we are supported by two trusted subconsultants, HCL Engineering and Land Surveying, who will provide topographic survey and ROW plan development services, and Clanton & Associates, who will provide lighting and electrical design. CDOT Region 4/Local Agency experience. As a CDOT prequalified firm since 1996, AtkinsRealis has an unparalleled scale of work experience delivering local agency projects within the CDOT Region 4 boundary. We understand the processes, tools, forms, requirements, and nuances involved with these projects. This familiarity allows us to build federally compliant teams, incorporate reliable delivery schedules, and develop high quality deliverables. We are confident you will find us exceptionally qualified to perform the services you have requested for this contract. AtkinsRealis is willing to enter into the Weld County Standard Contract Agreement without exception. If you have any questions, please contact me at 303.214.0844 or joseph.zufall@atkinsrealis. com. We thank you for your consideration and look forward to the opportunity to serve Weld County again. Respectfully submitted, 9cacr Thetid Joseph P. Zufall, PE Project Principal/ Sr. Project Director 2 P910261 DEN I AR I. SCOPE OF PROPOSAL Understanding of Objectives NPS contracts are a mechanism to provide the agencies with an enhanced support network of professional resources capable of delivering a wide array of engineering services. Having held this contract with the County since 2018, AtkinsRealis understands that discipline and task -specific services will be procured to supplement ongoing County -led engineering/design activities for its projects. AtkinsRealis Advantage Our contract manager/principal, Joe Zufall, PE, has served the County on this NPS contract since 2019, having having successfully staffed and delivered 11 work orders for a wide variety of engineering services. Joe has built his career serving cities, counties, municipalities, and DOTs in the delivery of their capital programs and projects. He serves as the AtkinsRealis client manager for numerous Colorado clients, including Weld County. He is passionate in serving as an advisor and advocate in support of improving the safety and sustainability of capital infrastructure. As outlined in Section IV, Joe is supported by a diverse group of discipline/ project managers matched specifically to the needs of this contract. NPS Contract Manager since 2019 AtkinsRealis Methodology Exceptional client service is achieved through quality delivery and performance excellence. As such, we have found the most effective way to ensure smooth and operational control of NPS contracts is to have an organized and consistent model for our work order managers to follow. All work orders awarded will be delivered in the following steps. Project Initiation The County identifies a need and requests for AtkinsRealis to develop a scope and fee for the required work order. Joe will organize a formal scoping meeting with the County project manager to review a draft proposal for services to align scope/schedule expectations, introduce the proposed AtkinsRealis work order manager, and ensure assigned staff match the applicable skillsets required to fulfill the scope of work. Once finalized, the County will execute a work order and issue a notice to proceed (NTP) for AtkinsRealis to begin work. Project Planning, Management, and Administration Quality project delivery is a core value at AtkinsRealis and through the implementation of a holistic project execution plan (PEP), our work order managers clearly define project team roles, responsibilities, communication protocols, accountability, and schedule/budget expectations for all AtkinsRealis team members, including our subconsultant partners. o Project Description, Critical Risks Goals & Scope &Assumptions • Scope, Schedule, Budget • Communications Plan • Quality Assurance Plan Contract/Project Controls Project Meetings K Ocipi Jgi Work Order Closeout) Figure 1: AtkinsRealis PEP NM IN Weld County I NPS Engineering Services 3 P91026 I DEN I AR O Project Description, Goals, and Scope. Contains the project description, goals, and scope as defined by the County and the executed work order. Upon completion of final scoping, the executed work order is added to this portion of the document. Q Critical Risks & Assumptions. While its not expected that work orders under this contract will carry much technical risk, AtkinsRealis will still employ the best practice of creating a risk register with identified ownership and mitigation measures to minimize impacts to schedule and budget. Q Contract/Project Controls. AtkinsRealis will employ management controls for scope/schedule/budget, communications, and quality assurance (Figure 2). Quality Assurance Plan CONTRACT/ PROJECT CONTROLS Scope, Schedule & Budget Controls Communications Plan Figure 2: AtkinsRealis' Contract/Project Controls Scope, Schedule & Budget Controls Our work order managers will employ a work breakdown structure (WBS) aligned with the project scope task/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. If a schedule/budget deficiency is identified, our work order managers will communicate an action/recovery plan with the County PM and document it as part of their monthly report. Communications Plan Effective communication is key to project leadership. In coordination with the County, work order managers will develop a communication plan that manages project information between the AtkinsRealis team, the County, and stakeholders. Work order managers will control the flow of communication and coordination activities to ensure all members of the team are moving the project forward under the same assumptions. For consistent communication, coordination, and messaging throughout full project delivery, our team routinely leverages the following tools: s Progress/coordination meetings supported by agendas/minutes to document progress and action items. The cadence for these meetings will be coordinated between our work order managers and the County PM. Our Team is prepared to support both in -person and virtual (MS Teams) meeting formats for the County. • MS Outlook for email coordination records a MS PowerPoint for presentations to the Board of County commissioners, stakeholders, etc. • Decision Record to track and document project decisions as coordinated with/directed by the County c1" Weld County I NPS Engineering Services 4 P910261DEN I AR Quality Assurance Plan (QAP) AtkinsRealis proactively plans for quality and auditing processes on project through the development of a QAP. Frank Schultz, PE, PMP, LEED AP, 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. Client Check -ins Key Staff Commitment External Deliverable Reviews Independent Quality Reviews Figure 3: Elements of AtkinsRealis' QAP Key elements of AtkinsRealis' QAP include: Key Staff 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 quality control (QC) process (Figure 4) 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 will generate a comment resolution matrix at each submittal. Our work order PMs will organize, schedule, and lead deliverable review meetings at the conclusion of County/Stakeholder reviews to address comments and align solutions to be applied in subsequent phases of delivery. Should a work order include CDOT as a stakeholder, AtkinsRealis will comply with Local Agency requirements through submitting 30% field inspection review (FIR), 90% field office review (FOR), and final right-of-way (ROW) plan packages to CDOT. Value-added Client Check -ins. At no cost to the County, Joe will organize periodic check -ins with the County PM to discuss AtkinsRealis' delivery performance, what is going well, and opportunities for improvement. While it is rare for our performance to not meet our client's expectations, we believe our reputation is judged by how our leadership responds when issues arise. Joe is committed to client satisfaction in recovery efforts if delivery performance and quality are identified as issues. QA CERTIFIED Step 5 VERIFY Step 4 CHANGES MADE Step 3 RESOLVE COMMENTS Step 2 REVIEW Step 1 READY FOR REVIEW Figure 4: AtkinsRealis five -step QC Process Cia Weld County I NPS Engineering Services 5 AtkinsRealis Advantage: Streamlined Review Process Unique Approach. In addition to early involvement of the key decision makers, AtkinsRealis uses technology to help streamline the review process of major deliverables. By using tools like BlueBeam, feedback from all stakeholders can be gathered in an organized way, enabling reviewers to view each other's comments and avoid duplication. Benefit to Weld County. Tracking comments from multiple reviews across multiple agencies in a single location will help reduce confusion, allow for quick responses, facilitate consensus on changes, and allow for better resolution of conflicting comments. P910261DENI Project Meetings. As part of the communication plan, project meetings will be identified and supported by agendas/minutes to document project decision that impact the development of engineering plans/reports. Examples of project meetings may include: Scoping meetings and project kick-off meetings These meetings are utilized to present the PEP and align project team expectations for delivery and performance. Project team/coordination meetings Our work order managers and the County's PM will establish a cadence for these meetings as part of final scoping. AtkinsRealis will create meeting agendas with input from the County, with participating AtkinsRealis team members, and any contributing stakeholders. Meeting minutes with an action item register will be created/updated with each meeting. Deliverable review meetings Upon completion of the County and stakeholder review process, AtkinsRealis will schedule a deliverable review meeting to discuss and resolve all comments prior to moving into the next phase of design. Stakeholder engagement The timing of stakeholder coordination meetings will be determined by the work order manager and the County PM. Board/public meetings. If necessary and as part of the overall project progression, AtkinsRealis can participate in board/public meetings to present project progress, receive feedback on developed concepts, and inform the public of design decisions and the anticipated project schedule. 8 One -on -ones. AtkinsRealis will lead and support the County in the coordination of the project with stakeholders including: CDOT, utility providers, irrigation facility owners, and private property owners. 0 Work Order Closeout. Project document and financial closeout requirements and procedures are followed as defined in the executed work order. - - Weld County I NPS Engineering Services 6 II. CRITICAL ISSUES 1. Railroad Coordination/Agreements/PUC Applications C U- r.. 1.7 When a project impacts a railroad crossing (e.g., new roadway crossings, grade separations, roadway widenings, etc.), it is critical that the County has the support necessary to navigate this process. The County is required to enter into a Construction and Maintenance Agreement (C&MA) with the railroad as well as complete the Public Utilities Commission (PUC) application/approval process. AtkinsRealis' keys to success are illustrated in Figure 5. The AtkinsRealis team fully understands the scheduled ENGINEERING Engineering plan development consistent with Weld County goals and Railroad engineering requirements C&MA Provides license and permission for Weld County to perform work on Railroad property �<o,;Lj RAILROAD KEYS TO SUCCESS PUC APPLICATION risks associated with railroads and what it represents to projects. Our work order managers will organize and conduct on -site diagnostic meetings immediately following concept level design development to discuss any initial comments and concerns from the railroad, PUC, and County. Utilizing the advertisement package, we will create and submit a crossing application along with the railroad engineering approval documents to the PUC for review and approval. Required to alter existing or propose new crossings of railroad facilities Engineering Approval ▪ Railroad engineering approval • Draft PUC application development • PUC Application Submittal Figure 5: AtkinsRealis' Railroad/PUC Keys to Success Engineering Development • Early and continuous communication with Railroad regarding proposed improvement, project schedule, and construction sequencing • Minimizes construction impacts to rail operations • Complies with clearances from track centerline • Addresses updates to hydrologic/hydraulic analyses • Protects utilities within Railroad ROW • Project Advertisement • Executed C&MA • PUC Commission Meeting and Approval Weld County I NPS Engineering Services 7 2. Irrigation Facility Coordination z Ui O 0 a Weld County is home to many of Colorado's rural/ farming communities. When capital improvement projects impact irrigation facilities, the County must reach an agreement with the ditch company/ private property owner on any proposed alignment/ improvement changes to their facilities. In many cases coordination and execution of an Ownership, Use, and Maintenance/License Agreement will be necessary for proposed improvements impacting irrigation facilities to be constructed. As part of our efforts, AtkinsRealis will coordinate: Hydraulic design information consistent with established flow decrees, required freeboard (if required at roadway crossings), and additional design requirements. Ditch operation/flow periods that may need to be considered for project special provisions and construction schedules. Facility realignment alternatives and final design solutions. Additionally, we recognize these facilities may be historical as a cultural resource. AtkinsRealis will coordinate with the County's on -call environmental firm (Tiglas Ecological Services) to provide this AtkinsRealis Advantage Our Contract Manager/Principal, Joe Zufall, possesses significant experience in leading and facilitating design approvals and irrigation facility license agreements. As part of the US 36 Phase I and II design -build project, Joe led the coordination and approvals for 9 major and 10 minor lateral irrigation facility crossings of the US 36 ROW. resource documentation in addition to wetlands and other waters (e.g., open water) within and abutting the ditch, to facilitate any required Section 404 permitting of the Clean Water Act (CWA). If a Section 404 permit is required due to the facility falling under jurisdiction of the CWA, then we will support in submitting a pre -construction notification to the United States Army Corps of Engineers (USACE) for a Regional General Permit #5 Ditch Related Activities in the State of Colorado. This can be used for irrigation ditches and canals to permit the work on the ditch, depending on the mitigation necessary for converting a ditch to a pipe or realigning a ditch. 3. Utility Relocation/Coordination Daniel Schrader, PMP (Dan), will engage with utility companies early in the design development phase. By having one-on-one and group meetings with utility companies throughout the project, he will promote communication and collaboration to identify existing utilities and utilize subsurface utility engineering (SUE) plans/data to coordinate impacts to owners. If utilities cannot remain in place, Dan will develop relocation plans with the utility owner according to the project design elements. AtkinsRealis Advantage Dan Schrader, PMP is local to Colorado and his utility team routinely supports coordination and relocation efforts all over the US, serving DOT, municipal, and county clients. Weld County I NPS Engineering Services 8 4. CDOT Local Agency P910261DEN1 For project's involving CDOT as a stakeholder, the final engineering and design will follow CDOT's Local Agency delivery for FIR, FOR, and advertisement PS&E packages (see Figure 6). O Conceptual Engineering • Project Kick-off Meeting • Topographic & Boundary Control Survey • ROW Impacts & Ownership Research • Traffic Data Collection • Traffic Studies/Operational Analysis • Geotechnical Engineering & Pavement Design • Structure Selection • Alternatives Evaluations and Feasibility Reports • Subsurface Utility Engineering (SUE) and Coordination • NEPA (if applicable) & Environmental Permitting/Clearances • Major H&H, Stormwater Drainage/Quality, and MS4 • Cost Estimating and Value Engineering • Alternative Project Delivery Method Analysis (if applicable) © Field Inspection Review (FIR) • Preliminary layout and design based on pre -design alternative analyses and recommendations • ROW plans • Coordination with utilities and impacted stakeholders • Preliminary technical reports • Preliminary traffic engineering, signal design, signage and striping • FIR submittal, including technical discipline reports and FIR PS&E • FIR deliverable comment resolution matrix Q Final Office Review (FOR) • Incorporate comments from FIR plan review • Finalize coordination with utilities and impacted stakeholders • Finalize ROW requirements, acquisitions, and CDOT clearances (if applicable) • Finalize utility coordination, SUE investigations, and obtain utility clearance letters • Complete environmental permitting/clearances (including NEPA, if applicable) • Complete final drainage analyses, reports, design, and SWMP • Complete roadway and traffic design, construction phasing and traffic control plans • Complete lighting design • Final project quantities, bid tabulations, specifications, and cost estimate • Develop construction schedule with City staff • FOR, including all final technical discipline reports and FOR PS&E • FOR deliverable comment resolution matrix Our team is highly experienced in delivering projects of this type. This insight allows us to properly plan and execute our scopes of work within reliable and achievable schedules for our clients. 0 f _ aaa IMP a aaal 1 Figure 6: Five -Step Final Design Process Advertisement 4 • Attend a pre -bid coordination meeting • Respond to contractor questions and issue addenda, as needed • Update construction plans, as needed • Assist City staff with review of bids and selection of contractor, if requested © Post Design/Construction ▪ Attend a pre -construction meeting • Review contractor submittals, shop/working drawings, etc. • Attend construction progress meetings • Perform periodic field observations documenting construction progress • Review contractor as-builts • Final "as constructed" plans upon project completion • Respond to requests for information (RFIs) • Provide support on change orders • Update construction documents, as needed • Construction management and materials testing services cc Weld County I NPS Engineering Services 9 5. Construction Cost Control P91026 I DEN I A P The ability to implement desired improvements within an established budget is critical for project implementation. AtkinsRealis routinely generates engineer's and independent cost estimates at milestone engineering deliverables and as part of capital program planning activities with our clients. Our teams leverage historical construction data and software tools, such as HeavyBid, to generate cost estimates in accordance with the ASCE 18R-97 Estimate Classification Matrix (Table 1). AtkinsRealis Advantage As part of our Quality Assurance Plan, AtkinsRealis incorporates value engineering and constructabillity reviews to ensure scalable, sustainable, and cost-effective solutions are being utilized to maximize improvements within a project's implementation budget. Table 1: ASCE 18R-97 Estimate Classification Matrix based on project definition Estimate Class Level of Project End of Definition Usage Expected Contingency Class 5 0to2% Concept Screening 50%+ Class4 1 t 15% Study or Feasibility 35 to 50% Class 3 10 to 40% Budget, Authorization, or Control 25 to 30% Class2 30to70% Control or Bid/Tender 20% Class 1 50 to 100% Check Estimate or Bid/Tender 15 to 20% From our experience, 75%-85% of a project's construction cost is typically attributed to a handful of pay items. Through thoughtful planning, evaluation of engineering solutions, and efficient design, our teams create value through the effective optimization of these higher risk/cost items. vi Weld County I NPS Engineering Services 10 P91026 I DEN I AR III. LOCATION/FAMILIARITY Overview of the Firm 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, including Weld County. Our office is located in the Denver Tech Center at: AtkinsRealis USA, Inc. 4600 South Ulster Street, Suite 1100 Denver, CO 80237 Our Colorado office has successfully executed nearly 1200 work/task orders, totaling tens of millions of dollars in contract value for on - call contracts. This achievement highlights our unmatched expertise in this type of work (see Table 2). Experience has taught us that efficient coordination, strong communication, consistent deliverables, and quality services are the expectations of our clients that lead to repeat work. Additionally, our teams have completed hundreds of projects within CDOT Region 4, including 222 task/work orders as part of on-call/non-project specific (NPS) contracts for both CDOT and local agencies/municipalities. Table 2: AtkinsRealis' On -Call Contracts in Colorado Client Name Task Orders Contract Dates Boulder County 10 2017 -Ongoing City of Longmont 21 2013 -Ongoing City and County of Denver 175 2007 -Ongoing Denver International Airport 56 2017 -Ongoing City of Colorado Springs 20 2003 -Ongoing City of Lone Tree 10 2000-2009 Town of Castle Rock 16 2003 -Ongoing City of Commerce City 25 2013-2020 Weld County 21 2013 -Ongoing City of Fort Collins 28 2003-2021 CDOT HQ 120 2007 -Ongoing 25 Colorado Employees • . . . . . • • • 9 a 80+ Consulting in Colorado PEs in Colorado Figure 8: AtkinsRealis by the Numbers AtkinsRealis and Weld County 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 more than 28 projects (21 NPS work orders), including the County's first design -build project for the WCR 49 Extension and updating the County's Engineering Design Guide. AtkinsRealis served as a trusted consultant on emergency services related to the 2013 flood recovery projects and has held this NPS contract since 2018. We possess unparalleled knowledge of the County, its processes/procedures, and delivery expectations. Client Name Task Orders Contract Dates CDOT Region 1 150 2001 -Ongoing CDOT Region 2 95 2008 -Ongoing CDOT Region 3 48 2003-2008 CDOT Region 4 135 2001 -Ongoing CDOT Region 5 12 2003-2006 FHWA CFLHD 133 2004 -Ongoing FHWA WFLHD 24 2005 -Ongoing Nation Park Service 114 1998 -Ongoing City of Boulder 7 2014 -Ongoing Douglas County 50 2010 -Ongoing City of Thornton 13 2016 -Ongoing cr Weld County I NPS Ergineering Services 11 Similar NPS/On-Call Contracts The following are just a few of our active on -call accounts demonstrating our applicable experience. P910261 DEN I AP -.41/S LONGMONT C O L O R a DOUGLAS COUNTY COLORADO Weld County, CO I Non -project Specific (NPS) Engineering Services Since 2004, AtkinsRealis has been supporting Weld County with engineering services. We have engaged in 21 task orders totaling approximately $1.7 million in contract value, delivering a broad range of engineering services. Additionally, since 2013 AtkinsRealis has provided more than $4.3 million in major roadway/bridge design consulting services for the County. CDOT Region 41 CDOT Region 4 NPS Since 2001, AtkinsRealis has provided full -service engineering and construction management services to CDOT R4 as part of their non -project specific (NPS) cortracts. During this time AtkinsRealis has executed 135 projects totaling approximately $72 million in contract value. Boulder County, CO I On -Call Transportation Services Since 2018, AtkinsRealis has been providing on -call support services for Boulder County for both general engineering/transportation services and emergency response services. We have engaged in 10 task orders, totaling approximately $2.2 million in contract value supporting the delivery of some of the County's most critical capital improvements. City of Longmont, CO I On -Call Transportation Services Since 2013, AtkinsRealis has provided the City of Longmont with on -call transportation services for capital infrastructure improvements. We have engaged in 21 task orders, totaling approximately $4.1 million in contract value in the delivery of engineering services for the City. City and County of Denver, CO 12020 On -Call Professional Services & 2O22 DBE On -Call Since 2013, AtkinsRealis has been providing on -call services for transportation and infrastructure improvement projects for the City and County of Denver (CCD). Over the past several years, we have engaged in more than 175 task orders, totaling approximately $90 million in contract value, with 10 to 15 active projects at any given time. More importantly, we have become CCD's trusted partner, working side by side with staff daily. Douglas County, CO I Douglas County Engineering Consultant Shortlist Since 2010, AtkinsRealis has provided full -service engineering, traffic, right-of-way, structures, and construction management services to Douglas County. We have executed 50 projects totaling approximately $9.1 million in contract value. ota Weld County I NPS Engineering Services 12 P91026 I DEN I A P Similar NPS/ On -Call Projects Weld County Weld County Intersection Safety Improvements S I ev 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 (SH 392 & WCR 43 and WCR 38 & WCR 17). 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. WCR 6/13 and WCR 54/13 Lighting Design The AtkinsRealis team performed a peer review/ criteria compliance check for the lighting designs and photometrics associated with the WCR 6/13 and WCR 54/13 roundabout intersections. Our team's check included the following activities: • Conformance checks on proposed lighting equipment with applicable standards ® Conformation of lighting criteria targets per Illuminating Engineering Society of North America (IESNA) Recommended Practice for Roundabout Lighting • Performed photometric calculations per IESNA standards to demonstrate conformance with criteria targets • Prepared written findings and recommendations memo documenting the review. Engineering and Criteria Guidelines Update Weld County Engineering and Construction Criteria AtkinsRealis executed two separate work orders with the Weld County's Public Works Department to provide engineering criteria updates to the County's Engineering and Construction Guidelines. AtkinsRealis worked closely with County staff to incorporate change to the Weld County Code, specifically to the oil and gas department, drainage criteria, MS4 criteria, traffic impact study checklists, construction requirements, access criteria, and related graphics. Bridge WCR 22 over WCR 49 Independent Structures Review AtkinsRealis performed an independent structural review of the bridge design for the WCR 22 over WCR 49 Bridge project. Our structures team checked the bridge plans, details and design against the CDOT Bridge Design Manual and American Association of State Highway and Transportation Officials (AASHTO) code requirements. Specific checks were made on the bridge girders, the concrete deck and the foundations. A summary report was provided including a list of concerns or comments and a set of plan markups for the design engineer to review. a" 1� Weld County I NPS Engineering Services 13 Boulder County P91026 I DEN I A 1? a I - --T -- — • • East County Line Road (ECLR) Widening & Resiliency - Quicksilver to Pike • --- w -- -- j• t-' '= n v • •} • °I.' ...a -- f� • "wa .a. .-. •• • ./ r , . ..P . •__.r j 6 1.•. a 11/4 Z • . r r- • A. \. •_ •� te4P\ 1� -11:\C71 _ N.•-• 7- r - • a • rr J •'t • ... ••• a r . .• • • - 1ae. 1 -•C ►S . -- ,,. _ t -• a SO T . • "[tea —w- •••••— -- 1•r--a • • St_ ._»• • —s T^ IS • - - -•-t• . 4 ...• a -es am Z � • C. .'--,'. .• - 1•s r • S. y --e-. • te gliPlerliemse S - t • • r �.• •-- _. UN r r In a 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 within the Dry Creek No.2 and St. Vrain Creek Floodplains. The project's primary goal is to increase floodplain resiliency of ECLR through elimination of overtopping during the 100 -year storm event. The project will also improve traffic operations and safety through the incorporation of a roundabout at the intersection of ECLR/Pike Road and shoulder widening improvements. Key issues addressed by the AtkinsRealis team included stakeholder coordination with Legget Ditch Company and five impacted property owners, construction phasing to maintain emergency response access for the Mountain View Fire District, and environmental clearances. City and County of Denver Broadway Station at I-25 Multimodal and Safety Improvements Hygiene Road Culvert Replacement & Roadway Improvements • I. i-atil '--'-''-?cr ATE!!` sr- AtkinsRealis provided preliminary and final design services to replace the irrigation culvert crossing at the Foothills inlet. AtkinsRealis utilized the CDOT M -Standard plans for the 16'x6' precast culvert design, including headwalls and wingwalls. Additionally, the project included safety improvements, improving horizontal geometry, sight distance, and cross-sectional elements for approximately 1,000 -feet of Hygiene Road. AtkinsRealis provided project management/owner's representative support for this $75 million CDOT local agency transportation improvement project with the City and County of Denver. Operating as an extension of staff, AtkinsRealis managed/supported activities for alternative delivery selection resulting in CM/GC selection, 1601 IAR process, Project Risk Management/P80 Scheduling, Independent Cost Estimation, and Project Funding & Cash Flow Analyses. Additionally, AtkinsRealis is delivering construction management and materials testing services for all construction elements. 1� Weld County I NPS Engineering Services 14 P91026 I DEN I AR City of Longmont Boston Avenue Bridge Over St. Vrain Creek As part of the City's Resilient St. Vrain Project, AtkinsRealis is providing engineering design services for the Boston Avenue bridge replacement over the St. Vrain Creek. AtkinsRealis is responsible for the engineering design, construction packages, and construction support for this municipal project requiring coordination with the City of Longmont, USACE, and an adjacent channel project. The project includes lengthening the creek crossing structure to improve hydraulic function, water and sanitary sewer relocations, roadway realignment, trail design, and a water quality feature to meet MS4 requirements with implemented solutions offering added resiliency for future flood events. Douglas County Bayou Gulch Road, Prader Parkway to Scott Avenue, Construction Management (CM) Services AtkinsRealis provided CM & materials testing services for the construction of a $3.8 million roadway construction project with Douglas County. The project consisted of reconfiguration of Bayou Gulch Road between Pradera Parkway and Scott Avenue and required construction of a large embankment of 25 feet in height plus more than 100,000 cubic yards of fill material, as well as storm sewer improvements and extension of an existing concrete box culvert. Construction also included new HMA pavement, a mill and overlay section, and concrete sidewalks for improved pedestrian and bike access. Pike Road Improvements On behalf of City of Longmont, AtkinsRealis provided engineering design and environmental services for the Pike Road Improvements between US Highway 287 and South Sunset Street in the southern part of the city. We conducted an environmental resources review of the entire corridor and delineated the presence of wetlands; coordinated with the City and USACE to verify compliance with the Clean Water Act, and provided design engineering services, including design of a new traffic signal at Pike Road and Coffman Street, modify existing traffic signals at US 287 and Pike Road, and at Pike Road and Sunset Street. In addition, AtkinsRealis provided ROW/surveying and SUE services. C-470 Trail over Yosemite CM Services AtkinsRealis provided CM and materials testing services for the construction of a $5.5 million pedestrian bridge and trail improvement project for Douglas County. The project included the construction of approximately 1,000 feet of the C-470 multiuse trail with more than 12,600 square feet of mechanically stabilized earth (MSE) retaining walls and two bridge structures crossing Yosemite St and the WB C470 on ramp. The AtkinsRealis CM team coordinated input and approval from multiple stakeholders (CDOT, Douglas County, City of Lone Tree, and Park Meadows Metro District) on items from selection of the stone veneer to approval of an alternate MSE wall design. Weld County I NPS Engineering Services 15 w D 0 ri a IV. FIRM CAPACITY/ TEAM AVAILABILITY 1 i CONTRACT MANAGER/PRINCIPAL Joseph Zufall, PE Present/Committed Workload 65% ROADWAY/GENERAL CIVIL ENGINEERING QUALITY MANAGER Frank Schultz, PE, PMP, LEED AP Present/Committed Workload 30% DISCIPLINE/PROJECT MANAGER POOL Loren Lauvray, PE Present/Committed Workload 65% Brian McGregor, PE Present/Committed Workload 65% Jonathan Kiefer, PE Present/Committed Workload 45% H&H, DRAINAGE, IRRIGATION Jordan Falzatti, PE, CFM Present/Committed Workload 50% Hannah Atkinson, PE, CFM Present/Committed Workload 35% BRIDGE Paul Greco, PE Present/Committed Workload 70% Lina Lawrence, PE, SE Present/Committed Workload 40% Naadia Bhatti, PE Present/Committed Workload 40% CONSTRUCTION MGMT & INSPECTIONS Cody Catron, PE Present/Committed Workload 60% Erik Guberud, PE Present/Committed Workload 45% Leanne Stember, PE Present/Committed Workload 65% TRAFFIC & PLANNING Karol Miodonski, PE Present/Committed Workload 60% David Sprague, PE Present/Committed Workload 40% Anna Ericson, PE Present/Committed Workload 55% UTILITY COORDINATION & RELOCATION Daniel Schrader, PMP Present/Committed Workload 50% Figure 6: Organizational Chart • LIGHTING & ELECTRICAL DESIGN -Clanton & Assoc. SURVEY/ROW MAPPING -HCL Figure 7: AtkinsRealis Denver Office Workload Available Capacity Weld County I NPS Engineering Services 16 P910261 DEN ! AR Joseph Zufall, PE Contract Manager/ Principal • B.S., Civil and Mechanical Engineering • 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 contract manager/ principal, he will focus on enhancing client service through performance excellence, timely communication, team effectiveness, and continuous improvement. Joe has a proven track record for effective project management and delivering exceptional client service. Contract Manager/Principal on Contracts • Non -Project Specific (NPS) Engineering Services, Weld County, CO. • On -Call Professional Services, Town of Castle Rock, CO. • 2020 On -Call Professional Services, General Civil/ Roadway Design, City and County of Denver, CO. • On -Call Transportation Services, Boulder County, CO. ▪ On -Call Emergency Services, Boulder County, CO. • On -Call Transportation Services, City of Longmont, CO. • Douglas County Engineering Shortlist - Major Roadway, ROW & Appraisal Services, and Construction Management & Inspections. • Job Order Engineering (JOE) Traffic & Transportation, City of Aurora, CO. • On -Call Land Agent, City of Longmont Acquisition & Relocation Services. • On -Call, City of Fort Collins, CO. • On -Call Real Estate Services, City of Colorado Springs, CO. Frank Schultz, PE, PMP, LEED AP Quality Manager • B.S., Civil Engineering • Registration: CO PE 37339 Frank has 29 years experience in all types and sizes of transportation projects. His technical expertise includes drainage, grading, roadway design, utility design and coordination, project scheduling, cost estimating, project management, and ROW coordination. Additionally, he has managed the quality processes for a staff of 50 in over 4 states, ensuring quality procedures are followed for all deliverables, including those of our subconsultant partners. Frank will implement a robust quality assurance plan. He will help establish quality review time frames in the project schedule and make sure the AtkinsRealis five -step quality process is followed for each deliverable. Key Project Experience • County Line Road (9th to 17th Avenue) Widening, City of Longmont, CO. Project manager. • Boston Avenue Bridge over Saint Vrain Creek Design Services, Longmont, CO. Project manager. • Jay Road Overlay, Striping, and Concrete Improvements, Boulder County, CO. Project manager. • US 287 (Federal Boulevard) at 69th Avenue Bridge Replacement, CDOT Region 1, CO. Roadway design lead. Project Bronco, The Dennis Group, Longmont, CO. Project Manager. • Colorado Boulevard (I-70 Business) Phases 1 and 2, CDOT Region 1, Idaho Springs, CO. Project manager for Phase 2. • South Street, Burlington Northern Santa Fe Railroad Pedestrian Underpass Design, Louisville, CO. Project manager. Os Weld County I NPS Engineering Services 17 ROADWAY/GENERAL CIVIL ENGINEERING P9]n26IDEN IA0 Loren Lauvray, PE • B.S., Civil Engineering ▪ Registration: CO PE 44342 Loren has 21 years of experience including roadway design, traffic engineering, signal layout and design, transportation planning, water resources, utility design/ coordination, and public involvement. He has completed more than 160 project for 26 agencies and municipalities from planning/conceptual efforts to final design. Having worked on numerous projects for the County, he is knowledgeable of design standards, expectations, and approval processes. Relevant experience: • Weld County Road 47 and SH 392 and Intersection Improvements, Weld County, CO. Roadway engineer. • 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. Brian McGregor, PE • B.S., Civil Engineering • Registration: CO PE 47172 Brian has 19 years of civil and project engineering experience. He has served as a roadway design lead on multiple roadway projects in Colorado and has previously contributed to the design of commuter and light rail transit corridors in the Denver Metro area. He also has previous experience performing civil engineering design for site development. Brian has working knowledge of different procedures for local agencies and CDOT, successfully coordinating initiatives for and between multiple entities. Relevant experience: • US 285/Broadway Interchange, City of Englewood, CO. Roadway lead. Boston Avenue Bridge over Saint Vrain Creek Design Services, Longmont, CO. Roadway lead. • Pike Road Improvements, City of Longmont, CO. Roadway engineer. • I-25 North Corridor, CDOT, Region 4, CO. Project engineer. • I-70 East E -17-Z/ UPRR Bridge Replacement Design Services (TO 11), CDOT, Region 1, Denver, CO. Project engineer. Jonathan Kiefer, PE • B.S., Civil Engineering . Registration: CO PE 42723 Jonathan has 21 years of experience in roadway design. He served as the project manager and roadway lead on several projects including the CDOT Region 3 ADA Ramp Improvements Program. Jonathan's work on the program included a project along the US 40 corridor through the Fraser and Winter Park area. His experience with roadway design elements on multiple CDOT Region 3 projects, combined with his knowledge of federal and state design standards, provides a solid foundation for design development tasks in preparing construction documents. Relevant experience: e ADA Ramp Improvements Program, CDOT Region 1, Denver, CO and CDOT Region 3, Western CO. Project manager/roadway engineer. • SH 13 Widening and Safety Improvements, Rifle to Rio, CDOT Region 3, Blanco County, CO. Project manager/roadway engineer. I-70 Dowd Junction, CDOT Region 3, CO. Roadway engineer. B US 36 Managed Lanes Design - Build Phase I, CDOT Region 1. Roadway task/segment lead. Weld County I NPS Engineering Services 18 BRIDGE P010261DENIAR CI pea* 4,.... tlfr Paul Greco, PE • B.S., • Registration: CO PE 32096 Paul has 32 years of experience on transportation projects, including roadway, highway, transit, pedestrian, and building projects. He has extensive experience with bridges, retaining walls, and concrete culverts and the design of transit, highway, roadway, and pedestrian facilities. He has worked in all types of construction materials and methods including pre -stressed and post -tensioned concrete and straight and curved steel plate girders. Paul has completed design of unique structure types including steel -tied arch bridges, steel deck arch bridge, steel trusses, spliced I girders, and spliced concrete tub and box girders. Relevant experience: • US 285/Broadway Interchange, City of Englewood, CO. Bridge lead. • I-70 (Floyd Hill to VMTs) CDOT Region 1, CO. Structures engineer. • National Western Center River Bridges Design, City and County of Denver, CO. Bridge lead. • LOBO Trail and Overlay Improvements, Boulder County, CO. Structures lead. Lina Lawrence, PE, SE • M.S., Oceanography • B.S., Civil Engineering (Minor, Architecture) • Registration: CO PE 50988 Lina has 13 years of experience specializing in structural design for bridge and roadway structures. She has a proven track record in modeling complex structural challenges with finite element software, providing comprehensive calculations, detailing bridges and roadway structures, and ensuring compliance with current standards. Her structural experience includes highway, pedestrian, railroad, and light rail bridge and related structures. She is adept in a wide variety of software programs and material design types including prestressed concrete design, post -tensioned concrete, steel, and reinforced concrete. Relevant experience: • Weld County Road 53 Bridge Replacement Design Services, Weld County, CO. Structural engineer. • Elevate Bond Program, City and County of Denver, CO. Project coordinator and bridge subject matter expert. • 15th Street over Left -Hand Ditch Concrete Box Culvert Replacement Design Services, City of Boulder, CO. Structural engineer. Naadia Bhatti, PE • B.S., Civil Engineering • Registration: CO PE 52399 Naadia brings 12 years of experience in structural engineering, involving all aspects of bridge design and ratings, as well as superstructure and substructure design (e.g., prestressed and post -tensioned girder design and computer modeling). Relevant experience: ▪ Blake Street Bridge Rehabilitation over Cherry Creek, City and County of Denver, CO. Structural engineer. • US 50B and I-25 Interchange, CDOT, Pueblo, CO. Structural engineer. • Rocky Flats Refuge Trails and Pedestrian Bridges, FHWA Central Federal Lands Highway Division, Jefferson County, CO. Structural engineer. • Rocky Mountain Arsenal National Wildlife Refuge Trails and Pedestrian Bridges, FHWA- CFLHD, Commerce City, CO. Structural engineer. • Boston Avenue Bridge over St. Vrain Creek Design Services, Longmont, CO. Bridge lead. cr Weld County I NPS Engineering Services 19 TRAFFIC & PLANNING '91026 I DE Karol Miodonski, PE, LEED AP, CFM • 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. Relevant experience: • Weld County Conflict Warning System, Weld County, CO. Project manager. • Weld County Engineering and Construction Criteria Manual Updates, Weld County, CO. Quality control reviewer. • West Dartmouth Avenue Multimodal & Safety Improvements, City of Englewood, CO. Project manager. • Intersection Control Assessment Tool (ICAT), CDOT Statewide, CO. Project manager. • East 17th Avenue and East County Line Road Intersection Control Evaluation, City of Longmont, CO. Project manager. David Sprague, PE • m.s., Civil Engineering • B.S., Aeospace Engineering • Registration: CO PE 33856 David has 30 years of experience in traffic engineering as a project engineer and/or manager on projects ranging in size and complexity from basic traffic operation analyses to managing traffic elements of a multi -year environmental impact statement. David has extensive experience conducting intersection feasibility studies and intersection control evaluations that include completion of cost -benefit analysis to assist agencies making informed and fiscally responsible decisions regarding roadway improvements. He also has extensive experience using traffic operational tools to complete microscopic and mesoscopic (including use of dynamic traffic assignment) to comply with and full satisfy FHWA and CDOT requirements on NEPA and corridor alternative analyses. Relevant experience: US 285/Broadway Interchange, City of Englewood, CO. Traffic analysis/1601 IAR. ▪ SH 9 and US 285 Final Design Services, CDOT Region 2, CO. Project manager. • I-70 (Floyd Hill to VMTs) CDOT Region 1, CO. Traffic lead/analysis. • Pike Road Improvements, City of Longmont, CO, Traffic engineer. Anna Ericson, PE • 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. Anna has diverse experience with projects from the planning level to their implementation. She is adept at project management, coordinating stakeholder engagement, leading multi -disciplinary groups for road safety audits and coordinating open houses and public presentations. 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. 1� Weld County I NPS Engineering Services 20 H&H, DRAINAGE, IRRIGATION UTILITIES n),1026 I DEN I AR Jordan Falzetti, PE, CFM • B.S., Civil Engineering • Registration: CO PE 54384 Jordan has 11 years of experience leading engineering activities for water resources and stormwater drainage on complex major/ minor transportation projects. His experience includes design, post -design, and preliminary design studies in utility, roadway, and stormwater projects for municipal clients. Jordan's strengths include plans production, design calculations, and environmental permitting for proposed improvements as well as processing post -design items such as contractor RFIs, shop drawings, and revisions. Key Project Experience: • US 285/Broadway Interchange, City of Englewood, CO. Drainage lead. • I-70 (Floyd Hill to Veterans Memorial Tunnels) CDOT Region 1, CO. Drainage engineer. • Boston Avenue Bridge over St .Vrain Creek Design Services, Longmont, CO. H&H and drainage lead. • Hygiene Road Culvert Replacement and Roadway Improvements, Boulder County, CO. Drainage lead. Hannah Atkinson, PE, CFM • M.S., Environmental Engineering • B.S., Environmental Science • Registration: CO PE 65581 Hannah has 6 years of experience involving stream restoration, storm sewer design, hydraulic modeling, drafting, and floodplain modeling. Her responsibilities have included pre -construction documentation, earth quantity estimation, inspection reporting, data management, design, permitting, and preparation of plan sets. She also has experience in project management and data analysis. Key Project Experience: • I-70 Floyd Hill to VMTs, Ts, CDOT Region 1. Water Resource Engineer. m US 50 over I-25 Pueblo Interchange Bridge Design Services, Pueblo, CO, CDOT Region 2. Water Resource Engineer. • Low Impact Bridge Program, Georgia Department of Transportation (GDOT), GA. Hydraulic Modeler. a SR 520, GDOT, Columbus, GA. Water Resource Engineer. • Rocky Flats NWR Trails, Jefferson County, CO, Federal Highway Administration (FHA). Water Resource Engineer. Daniel Schrader, PMP • B.S., Occupational Education Daniel has 17+ years of utility coordination experience that includes project management, contract administration, utility agreements, reimbursement procedures, planning, inspection, Buy America verification, estimating, scheduling, and construction. He has worked on water/wastewater, highways, plants, storm sewer, telecommunications, petroleum products, and electric projects. He was responsible for utility oversight on four major alternative delivery transportation projects in Texas, where his duties included RFP and programmatic language modifications, SUE review and comment, ROW map and property interest reviews, ROW and utility cost estimating, and stakeholder communications. Relevant experience: a North Houston Highway Improvement Project (NHHIP) Segment 3 Corridor, Texas Department of Transportation (TxDOT). Utilities coordination lead and utilities SME. • SH99 Grand Parkway Segments H, I1 and I2, Houston, TX, TxDOT. Project manager. • I -11/I-215 Interchange, Henderson, NV, Nevada Department of Transportation (NDOT). Utilities SME. • IH-69 NHHIP Segment 3a, TxDOT, Houston, TX. Utilities coordination lead. Weld County I NPS Engineering Services 21 CONSTRUCTION MANAGEMENT &INSPECTIONS P910261DEN are 440 Cody Catron, PE • B.S., Civil Engineering • Registration: CO PE 58289 Cody brings 9 years of experience in design and construction. He has experience ensuring construction proceeds in accordance with plars, specifications, and industry -accepted standards. He has worked night operations, coordinating with various stakeholders for required permits, maintaining traffic flow through a tunnel during emergency repairs, overlay of a reflexive crack interlayer, and sign asset inventory and verification of placement of the signs in accordance with the Manual on Uniform Traffic Control Devices (MUTCD). Additionally, Cody has provided CM and inspection services on various task orders and is experienced in reviewing plans for constructability, contractor requests for information, contractor payments, and contract management. Key Project Experience: ▪ SH 52 & CR 37 Reconstruction and Resurfacing, CDOT Region 4, Hudson, CO. Project engineer. • FY2022 Signal Replacement, CDOT, Region 4, Longmont/ Boulder, CO. Project engineer. • US 85 Resurfacing Platteville South, CDOT, Region 4, Greeley, CO. Project engineer. • US 36 Flood Project at MP 8 CM Services, CDOT Region 4, Boulder, CO. Project engineer. lot 4rib Erik Guberud, PE • B.S., Civil Engineering • Registration: CO PE 49217 Erik brings 9 years of experience in CM and inspection, alternative delivery, QA/QC, and traffic engineering plans preparation. He is proficient in QA inspections and all associated CDOT documentation procedures. He has a strong background in project management, building design coordination, execution of QA/ QC programs, and engineering experience in design, scheduling, cost analyses, QA/QC, materials testing, paving maintenance, GIS, and field surveys. His past experience includes storm sewer and waste management modeling, fuel management modeling, structure testing to analyze impacts of earthquakes on structures, and surveying and modeling for a water basin project. Key Project Experience: • I-25 Segments 5 & 6 Widening CM Services, CDOT Region 4, Berthoud, CO. Construction QA inspector. • Traffic Signal Pole Replacement CM Services, CDOT Region 4, CO. Project engineer/inspector. US 287 SH 1 to LaPorte Bypass, CDOT Region 4, Fort Collins, CO. Construction QA inspector. Leanne Stember, PE • B.S., Geological Engineering • Registration: CO PE 59379 Leanne has 13 years of experience in construction materials testing and inspections on highway transportation projects, municipal infrastructure improvements, commercial and residential developments, and subdivisions. She brings a strong background in administering CDOT specifications. Leanne is well -versed in preparing monthly quantity reports for pay estimates and reviewing materials documentation to confirm compliance with specifications prior to payment. She has also has experience conducting environmental compliance and SWMP reviews with the contractor. Key Project Experience: • Broadway Station at I-25 Construction Management and Materials Testing Services, City and County of Denver, CO. Project engineer/inspector. • Genesee Wildlife Underpass, CDOT Region 1, Genesee, CO. Assistant project engineer/ inspector. • SH 149 Creede to Lake City Construction Management, CDOT Region 5. Inspector. a SH 14 MP 84.5 Embankment Repair, CDOT Region 4. Head tester. • SH 14 and US 287 Flood Repairs, CDOT Region 4. Head tester. IS SI Weld County I NPS Engineering Services 22 P910261DENI 1999-2019 EN GI NE ER S• SURVEYORS SUBCONSULTANT PARTNER HCL Engineering & Surveying, LLC, DBE (HCL) Role: Survey/ ROW Mapping Firm Bio HCL Engineering & Surveying (HCL) brings specialized experience in surveying, mapping, and CDOT-compliant ROW Plans. HCL's experienced survey staff utilizes state-of-the-art computer technology throughout the surveying process, from electronic total stations for field data collection through deed research and analysis to CAD -drafted plans to produce an efficient and accurate final survey. HCL is an AtkinsRealis prot�g� firm in the CDOT Emerging Small Business (ESB) Mentor -Prot�g� Program. 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. AA Ski AI aatliir\N All' Julian Sisneros, PLS 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. Key Project 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. Notable Projects with AtkinsRealis • US 285/Broadway Interchange, City of Englewood. Boundary/Topographic Survey, ROW Plans. • Hygiene Road Culvert Replacement and Roadway Improvements, Boulder County. Boundary/Topographic Survey, ROW Plans, and SUE. • West Dartmouth Avenue Multimodal and Safety Improvements Project, City of Englewood. Boundary/Topographic Survey and ROW Plans. • Community Center Drive over I-25 Bridge Rehabilitation, City and County of Denver - Boundary/Topographic Survey. ▪ SH 392/WCR 37 Intersection Improvements, Weld County. Boundary/Topographic Survey and ROW plans. Jon Sprik, PLS Jon has 24 years of experience in land surveying and has developed an extensive knowledge researching record documents in various cities and counties throughout Colorado. He works closely with clients to evaluate challenges and determine the best solutions. Jon has performed survey work on more than 20 federally funded projects. Key Project Experience • 21st & Main Intersection Multimodal Improvemen Design Services, City of Longmont, CO. Survey manager. ▪ East County Line Road, Boulder County, CO. Survey manager. • Jay Road Trail, Boulder County, CO. Survey manager. • Zuni and W 70th Avenue, Adams County, CO. Survey manager. Weld County I NPS Engineering Services 23 linaN & ASSAM SUBCONSULTANT PARTNER IGHTING DESIGN AND ENGINEERIN(, Clanton & Associates PJ10261 DEN I AR Role: Lighting and Electrical Firm Bio Clanton & Associates, Inc. is an award -winning design firm that specializes in sustainable lighting design. Based in Boulder, Colorado, the firm has been committed to environmentally sensitive design since 1981. Clanton & Associates employs 23 people including four professional engineers and five senior designers. Three design staff members are LEED Accredited Professionals. Since being founded, Clanton & Associates has participated in over 3,000 design projects of all types and sizes. The firm's diverse portfolio of work includes: interior and exterior lighting design projects and the development of local and national lighting standards. The firm has successfully designed and Travis Babcock ay AAS, Architectural Engineering g g Technology A Travis has experience in producing construction documents for lighting and architectural building of various types and sizes including offices and universities; he has developed exterior lighting and electrical plans for large transportation projects, roundabouts, bridges, pedestrian areas, and streetscapes. Travis utilizes his experience with CADD and GIS to analyze existing and proposed light levels, along with light trespass in environmentally sensitive areas where ambient lighting levels are a concern. Travis's experience developing details, providing field measurements, and coordinating final design details with other design disciplines allows him to develop constructable lighting and electrical plan sets. Key Project Experience • I-25 South Academy Bridge Replacement, Colorado Springs, CO. • US160 & CR225A Roundabout, Durango, CO. • Academy Boulevard Reconstruction, Colorado Springs, CO. • I-70 Emergency Escape Ramp, Golden, CO. engineered lighting designs to illuminate roadways, interstates, bridges, and pedestrian tunnels and areas. Clanton & Associates' design process focuses on creating nighttime environments of the highest quality. By using this process and focusing on ensuring all stakeholder needs are met through robust public engagement, unwanted glare, light pollution, and light trespass are minimized. The firm collaborates with the client and design team to satisfy the unique goals of each individual project. Firm members participate in the research and development of new lighting standards and apply the most current visibility criteria to each project. By aligning projects with future technology, ongoing research, and community needs Clanton & Associates provides beautifully integrated design solutions which save energy, lower maintenance costs, and enhance visibility and safety. Annie Kuczkowski, PE B.S., Architectural Engineering/ Illumination Annie joined Clanton & Associates Inc. in 2013 and provides engineering, management, design, analysis, and support through all phases of the project. Annie has always been drawn to the emotion that lighting creates, from architectural emphasis to the health benefits that come from daylighting and appropriate electrical lighting. Annie is a project manager with experience in developing lighting guidelines and energy codes, designing public service lighting, along with lighting for streetscapes, transportation facilities, and office buildings. She is adept at working with city officials, stakeholders and manufacturers in a collaborative way to analyze and balance needs of each party, often with conflicting desires. Key Project Experience • St. Vrain Greenway Trail, Otak, Longmont, CO. • Coffman Street Busway, Otak, Longmont, CO. • Central 70, Denver, CO. Weld County I NPS Engineering Services 24 AtkinsRealis 4600 S Ulster St., Suite 1100 Denver-, • 80237 atkinsrealis.com ACC) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 01 /1 512 0 2 5 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 pollcy(les) 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 heu of such endorsement(s) PRODUCER MARSH USA, LLC TWO ALLIANCE CENTER 3560 LENOX ROAD, SUITE 2400 ATLANTA, GA 30326 CN102421774 Atkin-GAWU-24-25 CONTACT NAME A/ t. E. I (aC, Not Mail ADDRESS INSURER(S) AFFORDING COVERAGE NAIL # INSURER Starr Indemnity & Liability Company 38318 INSURED AUunsReahs USA Inc 4030 West Boy Scout Blvd Suite 700 Tampa, FL 33607 INSURER B INSURER C INSURER D INSURER E INSURER F ERTIFICATE NUMBER ATL-005952747 01 REVISION NUMBER 3 THIS is TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE'BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED I 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 TV TYPE OF INSURANCE UBR IANSD DDL SN/VD POLICY NUMBER I POLCY EFF (MMIDID//YYYY) POLICY EXP (MM ODNYY, LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X� OCCUR 1000090672241 11/15/2024 10/15/2025 EACH OCCURRENCE $ 2,000 000 PRE, SES (Ea occurrence) $ 1,000 000 MED EXP (Any one person) $ 50,000 PERSONAL & ADV INJURY $ 2,000,000 GENERAL AGGREGATE $ 4,000,000 GEN L AGGREGATE LIMIT APPLIES PER X POLICY � PRO ❑ LOC JECT OTHER PRODUCTS - COMP/OP AGG $ 4,000,000 $ A AUTOMOBILEumaiLITY X ANY AUTO OWNED _ =ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON OWNED X AUTOS ONLY 1000679654241 11/15/2024 10/15/2025 COM NeWINGLELIMIT (Ea accdent) $ 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) INJURY $ PROPY AGE(Per (Per accident) $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS LIABILITY ANYPROPRIETORIPARTNER/EXECUTIVE Y/ N EREXCLUDE0� (Mandatory in NH) (Mandatory E describe under DESCRIPTION OF OPERATIONS below DEW N. 1000003953 11/15/2024 10/15/2025 X I STATUTE I I ERH 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 /VEHICLES (ACORD 101 Additional Remarks Schedule, may be attached If more space is required) RE B2400145 — Non Project Specific Engineering Services Weld County Government employees are included as additional insured where required by wntten contract with respect to general liability and auto liability coverages Waiver of subrogation is applicable where required by wntten contract and subject to policy terms and conditions Contractual Liability is induded 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 ANCELLATION Weld County Public Works Department SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Attu Michael Bedell, P E THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN P O Box 758 ACCORDANCE WITH THE POLICY PROVISIONS Greeley, CO 80632 AUTHORIZED REPRESENTATIVE of Marsh USA LLC © 1988-2016 ACORD CORPORATION All rights reserve ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AC®R®® CERTIFICATE OF LIABILITY INSURANCE DATE (M/DD/YYYY) 0111 512 0 2 5 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 rs an ADDITIONAL INSURED, the pohcy(res) 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-EO-24 25 CONTACT NAME Mat, E. I (a , No) E MAIL ADDRESS INSURER(S) AFFORDING COVERAGE NAIL # INSURER Lloyd Underwnters 32727 INSURED AtkmsRealis 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 005952748-01 REVISION NUMBER 3 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL SUBR INSD VWD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DDIYYYI� LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCC R EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN L AGGREGATE LIMIT APPLIES PER POLICY ❑ PE° LOC OTHER I PRODUCTS COMP/OPAGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED _ AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS LIABILITY OFF CER/MEMBEREXCLUDED�ECUTIVE (Mandatory m NH) If yes descnbe under DESCRIPTION OF OPERATIONS below / N b N/ A I STATUTE I I RV E L EACH ACCIDENT $ E L DISEASE - EA EMPLOYEE $ E L DISEASE POLICY LIMIT $ A Professional Liability (claims made policy) 80509FINPA2450094 04/30/2024 04/30/2025 Limit Per Claim Annual Aggregate 1,000,000 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS RE 82400145 — Non Project Specific Engmeenng /VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached d more space Is required) Services CERTIFICATE HOLDER CANCELLATION Weld County Public Works Department SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Attn Michael Bedell, P E THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN P O Box 758 ACCORDANCE WITH THE POLICY PROVISIONS Greeley, CO 80632 AUTHORIZED REPRESENTATIVE of Marsh USA LLC I C ++ ACORD 25 (2016/03) © 1988.2016 ACORD CORPORATION All rights reserved The ACORD name and logo are registered marks of ACORD I AGENCYICUSTOMERID CN102421774 LOC # Atlanta AC®RL AD mONAL REMARKS SCHEDULE Page 2 of 2 AGENCY MARSH USA, LLC POLICY NUMBER CARRIER NAIL CODE NAMED INSURED AtkinsRdahs USA Inc 4030 West Bay Scout Blvd Suite 700 Tampa FL 33607 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 i Professional Liability placement was made by Marsh Canada Marsh USA has only acted m 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 AtkinsRealis Planning, Engineering, & Design Rate AtkinsR�aLis Hourly Rate Schedule 2025 Job Title 2025 Billing Rate Sector Manager Sr Division Manager Division Manager Sr Project Director Project Director Sr Technical Manager III Sr Technical Manager II Sr Technical Manager I Technical Manager II Technical Manager I Sr Project Manager Project Manager Sr Engineer/Architect IV Sr Engineer/Architect III Sr Engineer/Architect II Sr Engineer/Architect I Engineer/Architect III Engineer/Architect II Engineer/Architect I Sr Planner/Scientist IV Sr Planner/Scientist III Sr Planner/Scientist II Sr Planner/Scientist I Planner/Scientist III Planner/Scientist II Planner/Scientist I Sr ROW Agent II Sr ROW Agent I Sr Designer III Sr Designer II Sr Designer I CAD Designer II CAD Designer I CAD Technician III CAD Technician II CAD Technician I Sr GIS Analyst III Sr GIS Analyst II Sr GIS Analyst I $ 350.00 $ 353.00 $ 276.00 $ 285.00 $ 256.00 $ 313.00 $ 276.00 $ 262.00 $ 253.00 $ 198.00 $ 234.00 $ 186.00 $ 222.00 $ 211.00 $ 171.00 $ 144.00 $ 146.00 $ 119.00 $ 105.00 $ 231.00 $ 202.00 $ 175.00 $ 123.00 $ 111.00 $ 98.00 $ 103.00 $ 156.00 $ 141.00 $ 206.00 $ 150.00 $ 122.00 $ 111.00 $ 101.00 $ 99.00 $ 90.00 $ 82.00 $ 161.00 $ 146.00 $ 121.00 Plannin : , En : ineering, & Design Rate AtkinsRealis 4600 South Ulster Street, Suite 1100 Denver, CO, 80237 Job Title 2025 Billing Rate Sr Project Controls Manager Project Controls Manager $ 235.00 190.00 Chief Cost Manager $ 290.00 Sr Estimator/Scheduler III $ 188.00 Sr Estimator/Scheduler II $ 171.00 Sr Estimator/Scheduler I Operations Support Analyst III Operations Support Analyst II Operations Support Analyst I Sr Technical Coordinator I Project Coordinator II Project Coordinator I $ 151.00 134.00 121.00 110.00 132.00 114.00 103.00 Sr Project Assistant $ 94.00 Project Assistant III Project Assistant II Project Assistant I $ 84.00 76.00 70.00 Construction Mana ! ement Rates Job Title Sr Resident Engineer Sr Group Manager 2025 Billing Rate 231.00 262.00 Sr Construction Manager 194.00 Construction Manager $ 146.00 Associate Construction Manager $ 130.00 Construction Management Representative II $ 106.00 Construction Management Representative I $ 104.00 Junior Field Representative 94.00 Sr Office Engineer II $ 159.00 Sr Office Engineer I $ 145.00 Sr Operations Coordinator I $ 131.00 Sr Project Engineer II $ 148.00 Sr Project Engineer I $ 125.00 Project Engineer I $ 113.00 Clanton & Associates — 2025 Titles & Rates Title Hourly Rates President $ 365 Principal $ 300 Director of Operations $ 255 Chief Executive Officer $ 365 Controller $ 135 Marketing Manager $ 115 Office Manager _ $ 115 CADD Technician I $ 125 CADD Technician II $ 130 Senior CADD Technician $ 140 Associate CADD $ 150 Production Manager $ 230 Intern $ 120 Design Engineer $ 155 Engineer $ 170 Project Engineer $ 180 Senior Project Engineer $ 205 Associate Engineer $ 230 Senior Associate Engineer $ 245 Senior Electrical Specialist $ 245 Assistant Designer $ 150 Designer $ 160 Project Designer $ 170 Senior Project Designer $ 190 Associate Designer $ 230 Senior Associate Designer $ 245 Senior Lighting Specialist $ 245 Assistant Lighting Planner $ 150 Lighting Planner $ 160 Project Lighting Planner $ 170 Senior Lighting Planner $ 190 Associate Lighting Planner $ 230 Senior Associate Lighting Planner $ 245 Senior Planning & Policy Manager $ 245 Senior Lighting Expert _ $ 410 ENGINEERS SURVEYORS •ARCHITECTS 5975 S. Quebec Street, Suite 200 Centennial, CO 80111 PH: (303) 773-1605 FX: (303) 773-3297 HCLengineering.com STANDARD BILLING RATE SCHEDULE 2025 Jan 1, 2025 to December 31, 2025 PERSONNEL CLASSIFICATION BILLING RATE / HOUR-- Principal / Director $235.00 Senior Project Manager $195.00 Project Manager $175.00 Senior Project Engineer / Senior Project Architect $165.00 Project Engineer / Project Architect $145.00 Design Engineer II / Architect Staff II $125.00 Design Engineer I / Architect Staff I $115.00 Engineering/Architect Intern $100.00 Senior Bridge Inspector $160.00 Lead Bridge Inspector $150.00 Bridge Inspector I $115.00 SUE Manager $180.00 Senior Project Surveyor $150.00 Project Surveyor $140.00 Field Coordinator $170.00 Senior CAD Technician $135.00 CAD Technician $105.00 Party Chief $160.00 Instrument Operator $85.00 SUE Utility Designator $140.00 UAV Pilot $135.00 Administrative $90.00 Project Accountant $105.00 Project Analyst $110.00 Contract Form Entity Information Entity Name* ATKINS REALIS USA INC Entity ID* @00030721 Contract Name* Contract ID N ON -PROJECT SPECIFIC ENGINEERING SERVICES 9041 Contract Status CTB REVIEW Contract Lead * MBEDELL Contract Lead Email MBedell@weld.gov New Entity? Parent Contract ID Requires Board Approval YES Department Project # Contract Description * N ON -PROJECT SPECIFIC ENGINEERING SERVICES TO AUGMENT THE ABILITY FOR PUBLIC WORKS STAFF TO GET WORK ON VARIOUS PROJECT COMPLETED ON SCHEDULE. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date AGREEMENT PUBLIC WORKS Date* 01 25 2025 01 29, 2025 Amount * $238,000.00 Renewable* YES Automatic Renewal N O Grant N O IGA N O Department Email CM- PublicWorks@weld.gov Department Head Email CM-PublicWorks- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? NO N ote: 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 Contact Info Contact Name Purchasing Review Date * 1 2/31 /2025 Renewal Date* 1 2/31 /2025 Committed Delivery Date Expiration Date Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date Approval Process Department Head .CURTIS HALL DH Approved Date 01/31 2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 02/05 2025 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 02/03/2025 02/03/2025 Tyler Ref # AG 020525 Originator M BEDELL Hello