Loading...
HomeMy WebLinkAbout20242882.tiffCon ck-tDik `10O1 PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND BENESCH THIS AGREEMENT is made and entered into this (,0 day of 3aJ ui, 2025, by and between the Board of Weld County Commissioners, on behalf of Weld County Public Works Department, hereinafter referred to as "County," and Benesch, 7979 E. Tufts Avenue, Suite 800, Denver, CO 80237, hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contract Professional is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill! expertise, and experience necessary to provide the services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Request for Proposal Solicitation Package No. 82400124, which may be described las WCR13/50 Intersection Realignment Project. Exhibit B consists of Contract Professional's Response to County's Request. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contract Professional shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and s 'all continue through and until Contract Professional's completion of the responsibilities de cribed in the attached Exhibits. Both parties to this Agreement understand and agree that th laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contract Professional. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Conenfi Rofrc(0, AD/2.5 ccs, OnbaVIaW) pukcittasuici � Ap/zs ozci EOOg2 Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contract Professional shall be the basis for additional compensation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been, unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. If written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contract Professional's successful completion, and County's acceptance of the work, County agrees to pay Contract Professional, an amount not to exceed $1,121,495.00 as set forth in the Exhibits. No payment more than that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional was improper because the service for which payment was made did not perform as set forth in this Page 2 Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contract Professional hereunder and Contract Professional agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contract Professional shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contract Professional agrees that it is an independent contractor and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County because of the execution of this Agreement. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the reputation and expertise of Contract Professional. Contract Professional shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contract Professional shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contract Professional and Contract Professional shall cooperate in such process. The Contract Professional shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records, and computer files generated by Contract Professional in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether such materials are in completed form, shall always be considered the property of the County. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. Page 3 10. Confidentiality. Confidential information of the Contract Professional should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., regarding public records, and cannot guarantee the confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional agrees not to sell, assign, distribute, or disclose any such confidential informatioi to any other person or entity without seeking written permission from the County. Contract Professional agrees to advise its employees, agents, and Contract Professionals, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contract Professional warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contract Professional further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contract Professional produces a design to be used for construction purposes, Contract Professional shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with bid quantity errors resulting in change orders which must be approved by the Board of County Commissioners, the Contract Professional shall be financially liable for such increased costs. The Contract Professional may opt to cover this increased cost with a claim towards their Professional Liability Insurance. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contract Professional shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contract Professional, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contract Professional must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall always keep the required insurance coverage in force during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contract Professional's insurer shall waive subrogation rights against County. The Contract Professional shall furnish a certificate of insurance for general liability, automobile liability, workers compensation and professional liability upon notification of award and prior to performance. Work shall not commence under this Agreement/Contract until the Contract Professional has submitted to the County, and received approval thereof, the certificate of insurance showing compliance with the following types and coverage of insurance. Page 4 Commercial General Liability: Commercial General Liability Insurance written on an Insurance Services Office occurrence form, covering premises operations, fire damage, independent Contract Professionals products and completed operations, blanket contractual liability, personal injury, and advertising liability with the minimum limits as follows: Each Occurrence General Aggregate Personal Injury Medical Payment $1,000,000 $1,000,000 $5,000 Per person Automobile Liability: Automobile Liability Insurance covering any auto (including owned, hired, and non -owned autos) with a minimum limit of $1,000,000 each accident combined single limit. Workers Compensation: Workers Compensation insurance as required by state statue, and employers' liability insurance covering all Contract Professional's employees acting within the course and scope of their employment. Professional Liability: Professional Liability Insurance covering any damages caused by an error, omission or negligent act with minimum limits as follows: Each Occurrence General Aggregate $1,000,000 $2,000,000 The Contract Professional's Commercial General Liability and Automobile Liability policies and certificates of insurance shall be issued to include Weld County Government and State of Colorado employees as an "additional insured" and shall include the following provisions: Underwriters shall have no right of recovery or subrogation against the County, it being the intent of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any losses resulting from the actions or negligence of the Contract 3rofessional. The insurance companies issuing the policy or policies shall have no response against the County for payment of any premiums due or for any assessments under any form of any policy. Any deductibles contained in any insurance policy shall be assumed by and at the sole risk of the Contract Professional. If any of the said policies shall be or at any time become unsatisfactory to the County as to form or substance, or if a company issuing any such policy shall be or at any time becomes unsatisfactory to the County, the Contract Professional shall promptly obtain a new policy, submit the same to the Purchasing Division of Weld County for approval, and thereafter submit a certificate of insurance as herein provided. Upon failure of the Contract Professional to furnish, deliver, and maintain such insurance as provided herein, this Agreement/Contract, at the election of the County, may be immediately declared suspended, discontinued, or terminated. Failure of the Contract Professional to obtain and/or maintain any required insurance shall not relieve the Contract Professional from any liability under the Page 5 Agreement/Contract, nor shall the insurance requirements be construed to conflict with the obligations of the Contract Professional concerning indemnification. Contract Professional shall provide certificates of insurance prior to contract award, and at any such time as their policies have been renewed, until such time as their work has been deemed to be complete by the County. 14. Indemnity. The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contract Professional shall be fully responsible and liable for all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense, and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contract Professional agrees that a duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers, and records of Contract Professional, involving all matters and/or transactions related to this Agreement. Contract Professional agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of Work, its project representative ('County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or Page 6 b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address by written notice to the other. Notice may be sent to: TO CONTRACT PROFESSIONAL: Name: Johnny Olson. P.E. Position: Senior Proiect Manager Address: 7979 E. Tufts Avenue, Suite 800 Address: Denver, CO 80237 E-mail: jwolsonbenesch.com Phone: 970-381-2206 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 mbedellcweld.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 use other Contract Professionals or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. Page 7 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations estab ished 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 contacting with an illegal alien and shall terminate the subcontract if a subcontractor does not s -op 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 vti ith an illegal alien. Contract Professional shall comply with reasonable requests made cluing 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 :he contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such Page 8 employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of federal or state law. If Contract Professional fails to comply with any requirement of this provision, County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States, if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by federal or state law, and (c) shall produce one of the forms of identification required by federal law prior to the effective date of the contract. 31.Attorney's Fees/Legal Costs. In the event of a dispute between County and Contract Professional concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 32. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACT PROFESSIONAL: By: Alfred Benesch & Company Name: John Sabo Title: Vice President Qbenesehcom, John SacaSnSabo D 024.12.23 191 ly signed by John Sabo US, Date of Signature WELD CO Y: � ATTEST: �:2),,i,.7„.,-10;e2. BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLONADO BY: Deputy Clerk to the Board erry L. B J k, Chair JAN 0 6 2025 Page 9 z ole-4 -ZB�L Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80601 Professional Services - Request for Proposals (RFP) Solicitation Number: Title: Issue Date: Pre -Proposal Meetiig: Pre -Proposal Locat on: Questions Due: Questions email: Proposal Due Date: B2400124 WCR13/50 Intersection Realignment Project September 18, 2024 October 9, 2024, at 1:00 PM 1111 H Street, Greeley, CO October 18, 2024, at 1:00 PM bids@weld.gov October 25, 2024, at 1:00 PM, Purchasing's Clock Proposal Delivery Method: Preferred email to bidsweld.gov or hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bids@weld.gov Documents Included in this Solicitation Package RFP Schedules Schedule A: Proposal Instructions S chedule B: Scope oc Work S chedule C: Project Schedule S chedule D: RFP Response - Criteria S chedule E: Proposa! Form S chedule F: Insurance S chedule G: Weld Cc unty Contract Table of Contents Professional Services — Request for Proposals (RFP) 1 Documents Included in this Solicitation Package 1 RFP Schedules 1 S chedule A - Proposal Instructions 3 Purpose/Background 3 Proposal Advertisement 3 Proposal Submission 3 Introductory Information 4 Cooperative Purchasing 5 S chedule B - Scope of Work 6 Project Overview 6 Method of Procurement 7 Contract Pricing Method 7 Project Scope 7 S chedule C - Project Schedule 12 Schedule 12 S chedule D — RFP Response Criteria 13 RFP Response Submittal and Format 13 RFP Response Scoring Criteria 13 S chedule E - Proposal Form 15 Proposal Submittal Instructions 15 Attestation 15 S chedule F — Insurance 17 Insurance 17 Insurance Mailing Information 18 S chedule G - Weld County Contract 19 Contractual Obligations 19 Weld County Contract (Example) 19 Solicitation #B2400124 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 design services associated with the WCR 13/50 Intersection Realignment Project. A Mandatory Pre -Proposal Meeting will be held on October 9, 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. P roposals will be received until: October 25, 2024, at 1:00 PM (Weld County Purchasing Time Clock). The submitted Proposals will be read over a Microsoft Teams Conference Call on October 25, 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: 753479887# 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 1. PREFERRED: email proposals to bidsaweld.gov. If your proposal exceeds 25MB please upload your Proposal to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed Proposals will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the Proposal due date and time. 2. PDF format is required. Emailed proposals must include the following statement on the email: "I hereby waive my right to a sealed proposal". An email confirmation will be sent when your proposal has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Solicitation #B2400124 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 natter. 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 eviderce 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, andlor 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 Proposal 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 Proposer prior to the time fixed for award. Negligence on the part of a Proposer in preparing the Proposal confers no right for the withdrawal of the Proposal after it has been awarded. Proposers are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the Proposers' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Chaster, 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 #B2400124 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, acree 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 #B2400124 Page 5 Schedule B - Scope of Work Project Overview Weld County is seeking Proposals for a Contract Professional to provide professional engineering design services. The services provided will consist of detailed road design generally consisting of but not limited to the following: • Detailed road design and plans preparation using Weld County and CD0T design criteria and Weld County AutoCAD templates. Plan sets include 30%, 60%, 95%, and final plans. CDOT and County staff will review the plans and provide comments that will have to be addressed. Assume two rounds of review and revisicns at each plan's submittal stage, and if more than two rounds are required the Contract Professional will be responsible for such costs. • Surveying for all aspects of design, including ROW Plans and permission to enter forms. The ROW Plans shall be CDOT approved plans and shall be incorporated into the construction plans. • Geotechnical investigation and pavement design report. The geotechnical investigation shall coordinate with the Project Manager to ensure an adequate number of bore holes are utilized. The use of ME software will be required to analyze the required pavement and base design requirements. • Subsurface utility engineering (SUE) investigations, potholing, and report using the Weld County SUE template and following the Weld County SUE design criteria. A minimum of quality level A should be attempted for all utilities, oil and gas facilities, agricultural irrigation facilities, private irrigation facilities, private utility services, septic and leach fields, etc. Use of cameras/videos of existing culverts, irrigaticn pipes, and underdrains will likely be required. • Hydraulic and drainage design and report. The report shall use the Weld County format. Naming conventions for pipes and other drainage features in the report shall be consistent with the labeling on the plans. • Design of irrigation structures, pipes, crossings, and concrete lined ditches will require Weld County, Ditch Company, and landowner review and approvals. • Preparation of project special provisions. • Coordination with the Project Manager, the public, Board of County Commissioners, ditch boards, etc. The Contract Professional will be expected to attend monthly coordination meetings with the Project Manager and will be expected to provide weekly phone or email updates. • Environmental investigation, clearances, and permits. Weld County will require the Contract Professional to utilize Tiglas Ecological Services (970-222-2151) for these tasks. This company has been prior selected utilizing a separate QBS selection process. • Utilities relocation planning, design, and coordination including relocation agreements, onsite meetings, incorporation of the utility's design into the construction plans, etc. • ROW and Easement acquisition services including appraisals, onsite meetings, coordination with landowner, etc. ROW acquisition shall follow the Unifcrm Act. Solicitation #B2400124 Page 6 • Possible construction phase engineering services including project management, inspection, shop drawing reviews, fabrication inspections, requests for information, and testing activities. • County shall not be responsible for any costs associated with the Contract Professional failure to properly address review comments. Method of Procurement Qualifications -Based Selection (QBS): A Qualifications -Based Selection (QBS) is a procurement method used for the competitive selection of architectural, engineering, or similar professional services under which the most appropriate professional or firm is selected based on qualifications such as knowledge, skill, experience, and other project -specific factors, rather than on solely fees. QBS is typically achieved through an RFP process. Contract Pricing Method Negotiated Price: Negotiated contract prices are fees provided and agreed upon between the County and the Proposer after selection. Project Scope The scope of this prcject is for can be generally described as roadway improvements for an existing intersection. This will include south leg realignment, and adding turning lanes to reduce traffic congestion, improve truck turning movements, and enhance safety. The stormwater drainage system for the intersection will also be improved utilizing pipes and storm drainage structures. Existing utilities within the project area will be identified and investigate for the need to be relocated. Additional right-of-way (ROW) and easements required prior to construction of the proposed roadway improvements will be identified and acquired. In addition to the items described above in the Project Overview, the following items shall be included in the project scope: A. General Requirements 1. Weld County will provide any associated CAD files and available survey to the Contract Professional upon award of the Contract. 2. The Contract Professional shall provide a full range of engineering services and accept project management responsibility at all levels. 3. All AutoCAJ (Civil 3D) files shall follow the standards as approved by Weld County. 4. All design work shall be completed using the latest AASHTO and CDOT design and construction standards or guidelines, practices, and procedures. The Contract Professional shall also utilize the Weld County Engineering Criteria Manual for design parameters. In the event of a discrepancy between the design standards, the most stringent shall apply, as determined solely by Weld County. 5. The Contract Professional and sub -consultants shall obtain a ROW Permit from Weld County and CDOT when performing all field investigations and fieldwork. There will be no charge for the Weld County ROW permit, however, the Contract Professional shall provide traffic control plans, certificates of insurance, and the ROW permit application for review and issuance. The cost of all traffic control (including permitting) shall be included in the Solicitation #B2400124 Page 7 cost of the work All traffic control is subject to the County's acceptance prior to the commencement of the work 6 The Contract Professional shall provide monthly invoices including detailed written monthly progress reports for the project duration 7 The cost and work hours submitted by the selected Contract Professional shall include a line item described as Other Professional Services (OPS) intended to be utilized in cases of unforeseen circumstance, in the amount of $100,000 B. Conceptual Design (30% Design) 1 The Contract Professional shall provide construction plans, pavement design report, geotechnical report for the soils, drainage report, environmental reports, etc at the 30% design level 2 The Contract Professional shall provide a Subsurface Utilities Engineering (SUE) Report The specific utility plan requirements, potholing Quality Level requirements, and number of potholes required will be estimated during the contract negotiation phase, then adjusted as necessary after initial utilities locating and mapping has been completed If necessary, the OPS line item will be utilized to add utility potholes if the original estimated number was not sufficient The details and requirements of the SUE Report shall be prior approved by the County before commencing any utilities potholing of existing utilities and oil/gas facilities 3 The Contract Professional shall provide the County an electronic copy of the plans for review, and a detailed Engineer's Estimate of the construction costs for review The Contract Professional shall provide quantity calculations (hand calculations) for the fifteen (15) costliest bid items in the Plans C Preliminary Design (FIR Level or 60% Design) 1 The Contract Professional shall ensure all review comments from the 30% design level have been properly addressed and approved by Weld County The Contract Professional will be required to provide detailed design plans for all components of the project A status set of plans will be kept available to the County for review and submittal to the appropriate agencies, utility companies, and affected property owners as needed 2 The underground facilities shall be shown horizontally, vertically, and in relation to the proposed improvements All existing utility conflicts must be identified, and the Contract Professional shall provide coordination including site meetings with all affected Utility owners 3 The location of the control points, benchmark locations, and scale factors used in the drawings shall be provided The data shall be provided in the modified State Plane Coordinate System and shall be on the NAVD-88 vertical datum 4 The Contract Professional shall provide an internal QA/QC review of the preliminary design plans including quantity hand calculations prior to submittal to Weld County for review and comment In case a bridge or other major structure is involved, the Contract Professional shall arrange for a third -party review by a Structural Professional Engineer be conducted to ensure the design is adequate 5 The Contract Professional shall coordinate the identification of rights -of -ways, permanent easements, and temporary construction easements required to construct the project The work will require the preparation of right-of-way/easement exhibits and plans for the project Solicitation #62400124 Page 8 6. The Contract Professional shall provide the County an electronic copy of the plans for review, and a detailed Engineer's Estimate of the construction costs for review. The Contract Professional shall provide quantity calculations (hand calculations) for the twenty- five (25) costliest bid items in the Plans. 7. The typical plan set for the 60% design level shall include but not be limited to the following plan subsets: a. Title Sheet b. M&S Standard Plans List c. Typical Roadway Sections/Details d. General Notes e . Summary of Approximate Quantities f. Summary of Earthwork Quantities g. Tabulations h. Survey Control i. Demolition/Removal Plans j. Utili-y Plans — Existing k. Utility Plans — Proposed Relocation I. Right of Way Plans m Roadway, accesses, and driveways Plan and Profile n . Grading Plans o . Drainage and Irrigation Plan and Profile p. Drainage/Irrigation Ditch Details q. Stormwater Management Plans (SWMP) r. Sigring and Striping Plans s. Construction Phasing Plans t. Method of Handling Traffic (MHT) Plans u . Cross Sections D. Final Design (FOR Level or 95% Design) 1. The Contract Professional shall provide detailed hand calculations for all bid items which are part of The project. 2. The Contract Professional shall provide finalized reports and plan sets listed above for the final design phase, and for the final bid documents. 3. The Contract Professional shall prepare project special provisions for those items which are not already covered by the County project special provisions. CDOT will perform an FOR -level review of the design plans, specifications, reports, and cost estimate. 4. The Contract Professional shall provide an Engineer's Estimate of all bid items for review and comment. The Contract Professional shall provide calculations (hand calculations) for the thirty (30) costliest bid items in the Plans. 5. The Contract Professional shall provide an internal QA/QC review of the 95% design plans. The Contract Professional shall ensure that each comment from the 60% design review has been addressed and are approved by Weld County. 6. The Contract Professional shall provide the County with drawings in electronic format (pdf). 7. The Contrast Professional shall provide detailed design plans for all aspects of the project. 8. The typical plan set for the final design level shall include but not be limited to the following plan subsets: Solicitation #B2400124 Page 9 a Title Sheet b M&S Standard Plan List c Typical Roadway Sections/Details d General Notes e Summary of Approximate Quantities f Summary of Earthwork Quantities g Tabulations h Survey Tabulation i Survey Control j ROW Plans k Demolition/Removal Plans I Utility Plans — Existing m Utility Plans — Proposed Relocation n Roadway, accesses, and driveways Plan and Profile o Pavement Jointing Plan p Grading Plans q Drainage and Irrigation Plan and Profile r Drainage/Irrigation Ditch Details s Stormwater Management Plans (SWMP) t Signing and Striping Plans , u Construction Phasing Plans ✓ Method of handling traffic plans w Cross Sections at a minimum of 50 feet spacing, and others as determined by Weld County 9 The Contract Professional shall prepare an agenda, attend the final design meeting, and provide the support information for the meeting Meeting minutes will be prepared by the Contract Professional 10 After the final design review meeting, the Contract Professional shall submit the final ROW Plans as well as any applicable environmental clearance documents to Weld County and CDOT for review and approvals 11 Bid quantities shall be carefully checked by the Contract Professional and quantity calculations shall be submitted for County review If the County experiences additional costs during construction which are directly associated with bid quantity errors resulting in change orders which must be approved by the Board of County Commissioners, the Contract Professional shall be financially liable for such increased costs The Contract Professional may opt to cover this increased cost with a claim towards their errors and omissions insurance E. Post-Desiqn Services 1 The Contract Professional shall acquire the ROW, permanent easements, and temporary construction easements on behalf of the County The work will require the preparation of right-of-way/easement exhibits and plans for the project All ROW acquisition shall substantially follow the Real Estate Acquisition Guide for Local Public Agencies published by FHWA, the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, 42 U S Ch 61 (Uniform Act), and Title 38 of the Colorado Revised Statutes (CRS) Solicitation #B2400124 Page 10 2 The Contract Professional shall coordinate the relocation of utilities, oil and gas facilities, and agricultural irrigation facilities This coordination task also includes drafting relocation agreements with the affected utility or oil/gas companies 3 The Contract Professional may be requested to provide additional engineering services during the construction phase Solicitation #B2400124 Page 11 Schedule C - Project Schedule Schedule Below is the anticipated approximate schedule for this project: Advertisement Date Pre -Proposal Conference Proposal Questions Due: Proposals Due Contract Awarded Final Design Completion ROW/Easements Acquisition Completed Utilities Relocation Completed Construction Completed September 18, 2024 October 9, 2024 October 18, 2024, at 1:000 PM October 25, 2024 to be determined to be determined to be determined to be determined to be determined Solicitation #B2400124 Page 12 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 submitta s shall be mainly made up of 8 1/2" x 11" paper. a. 11" x 17" paper shall be used for presenting large tables or drawings. b. Text foit sizes shall be 11 point or larger for readability. c. SUBMIT 5 HARD COPIES AND ONE ELECTRONIC (PDF) COPY TO PURCHASING. RFP Response Scoring Criteria The proposals will be evaluated using the following criteria. Each proposal will be individually evaluated by a team of reviewers. Each reviewer will score each of the proposals following the criteria outlined in Table 1. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, ar d 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 seen determined, the Contract Professional with highest score will be the first to be considered for submittal of a cost proposal to the County. If subsequent contract negotiations with the highest scoring Contract Professional are unsuccessful, the County will then attempt contract negotiations with the next highest scoring vendor. Table 1 — Proposal Scoring Criteria Scoring Weighting Factors Scoring % Range Evaluation Evaluation Standard Criteria I Scope Proposal of understanding The desired The proposal proposed goals clearly of of methodology the the County. shows project an meets objectives. the 1 to 5 5.0 5% - 25% Solicitation #B2400124 Page 13 Critical Issues The clearly associated offers proposal solutions understands with demonstrates the to the the project. critical major that issues the proposal team 1 to 5 5.0 5% - 25 % The issues. Project Control QA/QC 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% The controlled. quality The Location/ Familiarity The the coordination team's policies location team and of is the familiar construction 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 team the have project has contains adequate demonstrated goals sufficient are availability. met. the detail The key to 1 to 5 4.0 4% - 20% Table 2 - Interview Scoring Criteria Evaluation Criteria Evaluation Standards Work Approach Team project. work approach proposed The team is and appropriate offered clearly innovative described for the ideas size their and approach for scope the project. of for the completing project. The team's the Project Qualifications Manager proven The The team's team's track project project record manager to manager complete demonstrates has projects adequate of effective this qualifications scope communication and and complexity. a Quality of Presentation The team's presentation was clear and easy to understand. The people being use of interviewed audio-visual displayed aids was effective effective. communication skills. The 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 team gcals. asked demonstrated by the All Scoring Criteria Must Be Met Solicitation #B2400124 Page 14 Schedule E - Proposal Form Proposal Submittal Instructions The following documents must be completed and submitted with your proposal on or before the proposal submittal deadline of 1:00 PM, Purchasing's Clock on October 25, 2024. 1) Schedule E — Proposal Form. 2) IRS Form W9, if applicable. 3) Any potential or future Addenda must be completed/acknowledged. 4) All other items as requested in the Proposal Specifications and/or Scope of Work. *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. #B2400124. 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. Acknowlecgement 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 #B2400124 Page 15 CONTRACT PROFESSIONAL By Name Title Date of Signature Solicitation #62400124 Page 16 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 $110001000 $1,000,000 $5,000 Per Person b. Automobile Liability: Automobile Liability Insurance covering any auto (including owned, hired, and non -owned autos) with a minimum limit of $1,000,000 each accident combined single limit. c. Workers Compensation: Workers Compensation insurance as required by state statue, and employers' liability insurance covering all Weld County or subcontractor employees acting within the course and scope of their employment. d. Professional Liability: Professional Liability Insurance covering any damages caused by an error, omission or negligent act with minimum limits as follows: Each Occurrence General Aggregate $1,0001000 $2,0007000 2. The Contract Professional's commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability insurance policies and/or certificates of insurance shall be issued to include Weld County Government and State of Colorado as an "additional insured" and shall include the following provisions: a. Underwriters shall have no right of recovery or subrogation against the County, it being the intent of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any losses resulting from the actions or negligence of the Contract Professional. b. The insurance companies issuing the policy or policies shall have no response against the County for payment of any premiums due or for any assessments under any form of any policy. Solicitation #B2400124 Page 17 c. Any deductibles contained in any insurance policy shall be assumed by and at the sole risk of the Contract Professional. 3. If any of the said policies shall be or at any time become unsatisfactory to the County as to form or substance, or if a company issuing any such policy shall be or at any time becomes unsatisfactory to the County, the Contract Professional shall promptly obtain a new policy, submit the same to the Purchasing Division of Weld County for approval, and thereafter submit a certificate of insurance as herein provided. a. Upon failure of the Contract Professional to furnish, deliver, and maintain such insurance as provided herein, this Agreement/Contract, at the election of the County, may be immediately declared suspended, discontinued, or terminated. b. Failure of the Contract Professional to obtain and/or maintain any req aired insurance shall not relieve the Contract Professional from any liability under the Agreement/Contract, nor shall the insurance requirements be construed to conflict with the obligations of the Contract Professional concerning indemnification. c. Contract Professional shall provide copies insurance coverage policies to the County department maintaining contract administration duties. These include initial policy, updates or changes to coverage, extensions, renewals, etc. Insurance Mailing Information Certificates of Insurance shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Michael Bedell, Senior Engineer Email: mbedell@weld.gov Telephone: 970-301-0780 Mail: Weld County Public Works Department ATTN: Michael Bedell, Senior Engineer P.O. Box 758 Greeley, CO 80632 Solicitation #B2400124 Page 18 Schedule G - Weld County Contract Contractual Obligations 1. The successful Contract Professional will be required to sign a contract substantially like the Weld County Contract shown herein. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contract Professional agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contract Professional is responsible for reviewing the Weld County Contract and understandinc the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non - appropriation, and termination. 5. Contract Professional's Response to this solicitation shall indicate their willingness to enter the Weld County Standard Contract or Contract Professional shall identify and include any proposed revisions they have for the Weld County Contract. Any proposed revisions made by the Contract Professional after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter the Contract is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project -by - project basis that provide further clarification. Weld County Contract (Example) PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND [CONTRACT PROFESSIONAL] THIS AGREEMENT is made and entered into this day of , , by and between the Board of Weld County Commissioners, on behalf of Weld County Public Works Department, hereinafter referred to as "County," and [CONTRACT PROFESSIONAL], hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contract Professional is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. Solicitation #B2400124 Page 19 NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows 1. Introduction The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements (the "Work") If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment Exhibit A consists of County's Request for Proposal Solicitation Package No B2400124 Exhibit B consists of Contract Professional's Response to County's Request 2 Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits Contract Professional shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement 3 Term The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contract Professional's completion of the responsibilities described in the attached Exhibits Both parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year 4 Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contract Professional Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach Upon termination, County shall take possession of all materials, equipment,,tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient, and, Contract Professional shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County Copies of work product that is incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE " If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County, (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment, and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work County shall be entitled to the use of all material generated pursuant to this Agreement upon termination Solicitation #B2400124 Page 20 Upon terminatior 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 theretc , 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 sha be the basis for additional compensation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. If written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and tr s 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 a iy work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contract Professional's successful completion, and County's acceptance of the work, County agrees to pay Contract Professional an amount not to exceed $ as set forth in the Exhibits. No payment more than that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional was mproper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contract Professional hereunder and Contract Professional agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contract Professional shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Solicitation #B2400124 Page 21 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 persornel 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 cf the Work to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contract Professional and Contract Professional shall cooperate in such process. The Contract Professional shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records, and computer files generated by Contract Professional in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether such materials are in completed form, shall always be considered the property of the County. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contract Professional should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., regarding public records, and cannot guarantee the confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contract Professional agrees to advise its employees, agents, and Contract Professionals, of the confidential and proprietary natu-e of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contract Professional warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contract Professional further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in Solicitation #B2400124 Page 22 which Contract Professional produces a design to be used for construction purposes, Contract Professional shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with bid quantity errors resulting in change orders which must be approved by the Board of County Commissioners, the Contract Professional shall be financially liable for such increased costs. The Contract Professional may opt to cover this increased cost with a claim towards their errors and omissions insurance. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contract Professional shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contract Professional, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contract Professional must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall always keep the required insurance coverage in force during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contract Professional's insurer shall waive subrogation rights against County. The Contract Professional shall furnish a certificate of insurance for general liability, automobile liability, workers compensation, and professional liability upon notification of award and prior to performance. Work shall not commence under this Agreement/Contract until the Contract Professio'ial has submitted to the County, and received approval thereof, the certificate of insurance showing compliance with the following types and coverage of insurance. General Liability: Commercial General Liability Insurance written on an Insurance Services Office occurrence form, covering premises operations, fire damage, independent Contract Professionals, products and completed operations, blanket contractual liability, personal injury, and advertising liability with the minimum limits as follows: Each Occurrence General Aggregate Personal Injury Medical Payment $1,000,000 $1,000,000 $5,000 Per person Automobile Liability: Automobile Liability Insurance covering any auto (including owned, hired, and non -owned autos) with a minimum limit of $1,000,000 each accident combined single limit. Workers Compensation: Workers Compensation insurance as required by state statue, and employers' liability insurance covering all Weld County or subcontractor employees acting within the course and scope of their employment. Solicitation #B2400124 Page 23 Professional Liability Professional Liability Insurance covering any damages caused by an error, omission or negligent act with minimum limits as follows Each Occurrence General Aggregate $1,000,000 $2,000,000 The Contract Professional's commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability insurance policies and/or certificates of insurance shall be issued to include Weld County Government and State of Colorado as an "additional insured" and shall include the following provisions Underwriters shall have no right of recovery or subrogation against the County, it being the intent of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any losses resulting from the actions or negligence of the Contract Professional The insurance companies issuing the policy or policies shall have no response against the County for payment of any premiums due or for any assessments under any form of any policy Any deductibles contained in any insurance policy shall be assumed by and at the sole risk of the Contract Professional If any of the said policies shall be or at any time become unsatisfactory to the County as to form or substance, or if a company issuing any such policy shall be or at any time becomes unsatisfactory to the County, the Contract Professional shall promptly obtain a new policy, submit the same to the Purchasing Division of Weld County for approval, and thereafter submit a certificate of insurance as herein provided Upon failure of the Contract Professional to furnish, deliver, and maintain such insurance as provided herein, this Agreement/Contract, at the election of the County, may be immediately declared suspended, discontinued, or terminated Failure of the Contract Professional to obtain and/or maintain any required insurance shall not relieve the Contract Professional from any liability under the Agreement/Contract, nor shall the insurance requirements be construed to conflict with the obligations of the Contract Professional concerning indemnification Contract Professional shall provide copies insurance coverage policies to the County department maintaining contract administration duties These include initial policy, updates or changes to coverage, extensions, renewals, etc 14 Indemnity. The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree The Contract Professional shall be fully responsible and liable for all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement It is agreed that the Contract Professional will be responsible for primary loss Solicitation #B2400124 Page 24 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 periformed 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 on 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 I 16 Examination of Records. To the extent required by law, the Contract Professional agrees that a duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers, and records of Contract Professional, involving all matters and/or transactions related to this Agreement Contract Professional agrees to maintain these documents for three years from the date of the last payment received i 17 Interruptions Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of -God, fires, strikes war, flood, earthquakes or Governmental actions 18 Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances a) personal service by a reputable courier service requiring signature for receipt, or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract, or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party, or Either party may change its notice address by written notice to the other Notice may be sent to TO CONTRACT PRdFESSIONAL Name Position Address Address E-mail Phone I i Solicitation #B2400124 Page 25 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 use other Contract Professionals or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes al prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (iicluding, without limitation, the warranties, indemnification obligations, confidentiality and recDrd keeping requirements) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any Solicitation #B2400124 Page 26 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 Profess onal 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 fcr employment in the United States to perform work under this Agreement, through participa-ion 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 requ red by federal law prior to the effective date of the contract. Solicitation #B2400124 Page 27 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 #B2400124 Page 28 Benesch — WCR 13/50 Intersection Scope of Work December 17, 2024 ALFRED BENESCH & CO. SCOPE OF WORK WCR (WELD COUNTY ROAD) 13/50 INTERSECTION REALIGNMENT INTRODUCTION Alfred Benesch & Company (CONSULTANT) will provide engineering services included in this scope of work to Weld County (CLIENT). The CONSULTANT will provide roadway, drainage and traffic design for geometric improvements at the intersection of WCR 13 / WCR 50 north of Johnstown. The CLIENT, CONSULTANT and other subconsultants will split tasks for the project generally as follows: Sco Item P a of Work Weld County Benesch Eugene Lynne UMS Yeh Traffic All Data Pinyon y Electric PK Horrocks Project Management X X Traffic Counts X Environmental Investigations X Geotech Pavement & Design X Roadway Design X ROW Mapping X ROW Plans X ROW Acquisition X X Property Utility Owner Coordination & X Public Meeting X X X Subsurface Engineering Utility X X Topographic Survey Survey Control Diagram X QL-A -Holing X Test Lighting Design X Hydrology Hydraulics & X Structures X Signing X Striping X Cost Estimates X The CONSULTANT and CLIENT contacts are: CONSULTANT: Johnny Olson, Project Manager Benesch 7979 E Tufts Ave, Suite 800, Denver CO 80237 lwolsonbenesch.com, 970-381-2206 Benesch — WCR 13/50 Intersection Scope of Work December 17, 2024 CLIENT: Mike Bedell, Project Manager Weld County Public Works Department 1111 H Street, PO Box 758, Greeley CO 80632 mbedell(a�weld.gov, 970-356-4000, x3706 PERFORMANCE PERIOD It is assumed this scope of work will be completed by February 28, 2027. ASSUMPTIONS • Project will include a traffic study to determine intersection requirements. • Project will realign the south leg of the intersection to the west. • Project will improve the intersection with turn lanes and potentially a roundabout. • Scoped hours assumes a roundabout intersection. • Project will include a new major structure for Elwell Slough under CR 13. • Project will require ROW acquisition. • Subsurface Utility Engineering plans/report pursuant to SB 18-167 is required. • Project includes CDOT oversight through the Region 4 Local Agency process. • Project design will be conducted in AutoCAD Civil 3D. • CLIENT and/or Town of Johnstown will provide: o Adjacent development plans o Available drainage reports Available transportation planning documents • North Front Range MPO will provide future land use and traffic volumes model. • Meetings are assumed virtual unless noted as in -person. • CONSULTANT will develop the air quality and noise environmental resource reports. Other resource reports will be provided by others. Tasks by the CONSULTANT include the following: 1. PROJECT INITIATION AND CONTINUING REQUIREMENTS As part of the project initiation and continuing requirements, CONSULTANT will perform the following: a. Initial Project Meetings. The CONSULTANT will conduct an internal project kick-off meeting in accordance with our quality management requirements. Select team members will attend an initial project meeting with the CLIENT and CDOT. b. Monthly Progress Meetings. CLIENT and the CONSULTANT will meet monthly. A total of 6 in person and 18 virtual progress meetings are included in this scope of work. These progress meetings will be used to coordinate and track the work effort and resolve problems. c. Weekly Check -In Phone Call. CONSULTANT PM will discuss project status weekly with the CLIENT PM. A total of 60 15 -minute phone calls are assumed. d. Identify Design Criteria. CONSULTANT will review design criteria from the Weld County Engineering and Construction Criteria manual, Johnstown Design and Construction Standards, and CDOT Roadway Design Guide. A design criteria table will be created and submitted to the County for approval. e. Property Owner and Utility Coordination. Performed by subconsultant. See attached scope from Horrocks. f. Stakeholder Meetings. 2 Benesch — WCR ` 3/50 Intersection Scope of Work December 17, 2024 CONSULTANT will attend stakeholder meetings with Weld County, Johnstown, Larimer County and other organizations identified. 6 in -person meetings are assumed. 9. ii. The CONSULTANT will attend property owner coordination meetings when requested by the property coordinator subconsultant. 8 on -site meetings are assumed. Public Meeting. One open -house -style public meeting in Johnstown is assumed. The CONSULTANT will prepare exhibit boards and attend in coordination with the subconsultant. The subconsultant is assumed to handle notifications and comment compilation. h. Project Management. The CONSULTANT PM will coordinate the work tasks being accomplished by the CONSULTANT to ensure project work completion stages are on schedule. Project staffing and assigning tasks, scheduling and invoicing are included within this task. i. CAD Workspace. Set up an AutoCAD Civil3D project workspace on the CONSULTANT's network system based on CLIENT -provided CAD setup files. 2. DATA COLLECTION & CONCEPT DESIGN (30%) CONSULTANT will perform the following: a. Survey and Right -of -Way. Performed by subconsultant. See attached scope from Eugene Lynne. b. Subsurface Utility Engineering. QL-B SUE investigation will be performed by subconsultant. See attached scope from UMS, PC. c. Geotech. Performed by subconsultant. See attached scope from Yeh & Associates. d. Environmental. Air quality and noise resource reports will be developed, see attached scope from Pinyon Environmental. Additional environmental work will be performed separately by Tiglas under a separate contract with the CLIENT. e. Alternative Development. i. Review existing data and proposed design criteria. ii. Ccnceptual horizontal layout of the CR 13 realignment of up to four intersection alternatives for roadway alignments, turn lanes and a roundabout. iii. Develop exhibits and conceptual cost estimates for up to four alternatives. f. Traffic Study. i All Traffic Data (ATD) will conduct the following traffic counts, these traffic counts will be collected on a weekday in which school is in session (Monday -Thursday): 1. 13 -hour turning movement counts at the two existing intersections: a. Colorado Blvd (WCR13) and WCR 50 b. County Line Rd and WCR 50 2. 24 -hour average daily traffic counts along the following roadways: a. Colorado Blvd (WCR13) b. County Line Rd c. WCR 50 3 Benesch — WCR 13/50 Intersection Scope of Work December 17, 2024 Review existing data, proposed development plans and MPO traffic models Develop future, 20 -year, traffic projections for the WCR 13 corridor and the future single intersection iv Preform and signal warrant analysis using future traffic projections determine if and when a traffic signal or other additional intersection control will be needed v Develop traffic models of existing conditions and up to 3 proposed intersection and corridor alternatives based on projected volumes Models will be constructed using Synchro 12, SimTraffic 12, SIDRA 9 and/or HCS 2024 software vi Using traffic models determine the necessary language and storage lengths for proposed intersection vii A Traffic Study Report will be developed, providing a narrative of the existing conditions, the study process, modeling results, comparing proposed alternatives for the corridor and intersection, and providing a recommended alternative Submit to the CLIENT for review and comment viii Submit final report with the options and preferred alternative g Preferred alternative Hold a meeting to select a preferred alternative in consultation with the CLIENT based on the alternatives analysis and traffic study h Concept Design Plans Coordinate, complete, and compile the plan set The Concept plans will include a title sheet, typical sections, plan/profile sheets and preliminary intersection layouts Typical plan sheets scales will be 1"=50' Prepare the Concept Design cost estimate Submit the Concept plans in electronic PDF format to the CLIENT review 3 PRELIMINARY DESIGN (60% FIR) As part of this preliminary design, CONSULTANT will perform the following activities Project Review CONSULTANT will update the project schedule based upon the results of the concept design submittal and coordinate activities required for preliminary design b Design Coordination Meetings Biweekly coordination meetings among the design staff will be held to discuss progress and coordinate design activities 7 virtual meetings are assumed c Roadway Engineering CONSULTANT will perform various roadway engineering tasks associated with the design of the selected preferred alternative Review of design criteria and existing topographical survey Site visit to investigate existing conditions in conjunction with topographical survey Preliminary horizontal and vertical alignment design of centerlines, islands, and turn lanes, including running truck turn simulations 4 Benesch — WCR 13/50 December 17, 202,4 iv Preliminary design of typical templates, and preliminary modeling to determine roadside grading and toes -of -slopes Intersection Scope of Work v Creation of preliminary cross sections at 50' interval vi Ongoing coordination environmental efforts d Traffic Engineering Develop preliminary signing and striping plans for the proposed roadway and intersection improvements e Hydrology/Hydraulic Engineering Data Review Obtain and review existing drainage data from available sources Minori Structures (curb inlets and side drains) Determine locations, sizes, and alignment based on preliminary hydraulic design Prepare preliminary structure cross -sections and determine elevations, flow lines, slopes and lengths of the structures Major Structures Complete preliminary design of one major drainage structure Complete hydraulic analysis and water surface profiles Determine scour for design storm and 500' year event Assess channel erosion protection for structures iv Irriiation Structures Coordinate with ditch companies and determine locations, sizes, and a ignment based on preliminary hydraulic design Prepare preliminary structure cross -sections and determine elevations, flow lines, slopes and lengths of the structures v MS -4 / Permanent Water Quality Determine MS -4 and permanent water quality requirements based on applicable criteria Conduct preliminary locating, sizing and layout of 64 required permanent water quality features vi Storm Water Management Plan Initiate a Storm Water Management Plan in accordance with Municipal Separate Storm Sewer Systems (MS4), CDPHE's Construction Discharge Permit System requirements, CDOT's Erosion Control and Storm Water Quality Guide, local agency SWMP/GESC/EC requirements, CDOT's Standard Specifications, CDOT Standard Plans and other appropriate documents vu Prepare preliminary Drainage Design Report in accordance with the Weld County criteria manu l l f Right -of - Way Coordination Determine needed right-of-way areas based on the proposed design Provide Eugene Lynne with proposed ROW linework and coordinate regarding proposed ROW Plans Attend the ROWPR meeting with CDOT (assumed virtual) t g Utility Conflicts i CONSULTANT will identify potential conflicts based on topographic base files and proposed design and coordinate needed relocations with Horrocks 5 Benesch — WCR 13/50 Intersection Scope of Work December 17, 2024 CONSULTANT will develop plan and profile sheets for directing individual utility companies on the needed relocation alignments for their facilities This does not include actual utility design, only alignment and elevation information h Major Structure Design Structural Data Collection i Obtain the structure site data The following data, as applicable, shall be collected Typical roadway section, roadway plan and profile sheets showing all alignment data, topography, utilities, preliminary design plan, Right -of -Way restrictions, preliminary hydraulics and geology information, environmental constraints, guardrail types, and recommendations for structure type ii Obtain data on existing structures When applicable, collect items such as existing plans, inspection reports, structure ratings, foundation information, and shop drawings Site visits may be conducted as appropriate Structure Selection and Layout Review the structure site data to determine the requirements that will control the structure size, layout, and type ii Determine the structure layout alternatives Determine the structure length, width, and span configurations that satisfy roadway and hydraulic criteria iii Determine the structure type alternatives Consider precast and cast -in -place concrete as well as metal pipe and determine the spans and depths for each iv Compute preliminary quantities and preliminary cost estimates as necessary to evaluate and compare the alternatives v Evaluate the structure alternatives Establish the criteria for evaluating and comparing the structure alternatives that, in addition to cost, encompass all aspects of the project's objectives Based on these criteria, select the optimum structure layout and type for recommendation to Weld County vi Prepare a preliminary general layout for the recommended structure Prepare structure layouts in accordance with current standards Special detail drawings and a detailed preliminary cost estimate shall accompany the general layout The drawings and calculations will be reviewed by a senior engineer Structure Selection Report Prepare a structure selection report to document, and obtain approval for, the structure preliminary design i Summarize the structure site data used to select and layout the structures ii Report on the structure selection and layout process • Discuss the structure alternatives considered • Define the criteria used to evaluate the structure alternatives and how the recommended structure was selected 6 Benesch — WCR 13/50 Intersection Scope of Work December 17, 2024 ® Provide a detailed preliminary cost estimate and general layout of the recommended structure Obtain acceptance by CDOT of the recommended structure and its layout Allow approximately two weeks for review of the structure selection report The associated general layout, with the revisions required by the CDOT review, will be included in the FIR plans The structure selection report, with the associated general layout, must be accepted in writing by CDOT prior to the commencement of further design activities A construction phasing plan shall be developed which integrates the construction of all the project work elements into a practical and feasible sequence This plan shall accommodate the existing traffic movements during construction (detours) Preparation for the FIR Coordinate, complete, and compile the plan set The FIR plans (1"=50' scale typical) will include • Titie Sheet • Standard Plans List • ,Tyical Sections ® General Notes • Summary of Approximate Quantities • ippropnate Individual Quantity Tabulations • Survey Control (by subconsultant) ® SUE Plans (by subconsultant) • 'Roadway Plan & Profile • Drainage Plan • Drainage Profiles • rrigation Structures ® Stormwater Management Plan • General Layout of Structure ® Signing & Striping Plans • Construction Phasing • Cross Sections With Earthwork Quantities (1"=10' typical) Prepare the preliminary cost estimate for the work described in the FIR plans based on estimated quantities I QA/QC Perform QA and QC for plans This task includes interdisciplinary review and crosschecks iv Submit the FIR plans in electronic PDF format to the CLIENT and CDOT for review 2 weeks!pnor to the FIR Field Inspection Review Prepare the agenda and attend the FIR (assumed virtual with CLIENT and CDOT) The FIR comments shall be compiled in a comment review log and meeting minutes submitted 7 Benesch — WCR 13/50 Intersection Scope of Work December 17, 2024 Respond to comments and make corrections to FIR documents and resubmit 4 - FINAL DESIGN (90% FORT �s part of this final design, CONSULTANT will perform the following activities, except as noted a Project Review CONSULTANT will update the project schedule based upon the results of the FIR, coordinate activities required for final design, initiate design decisions and discuss variances as they affect FOR activities b Design Coordination Meetings Biweekly coordination meetings among the design staff will be held to discuss progress and coordinate design activities 6 virtual meetings are assumed c Roadway Engineering CONSULTANT will perform the following final design roadway engineering tasks associated with the design of the improvements Final design of horizontal and vertical alignments Final detailed design of islands, medians and turn lanes Final detailed modeling of proposed roadway and roadside slopes and ditches iv Updated cross sections (50' interval) with labeling d Hydrology/Hydraulic Engineering Data Review Review data and information developed under Preliminary Design and update in accordance with decisions made at the FIR Minor Structures Complete final design for minor drainage structures (curb inlets and side drains) Finalize horizontal and vertical locations and sizes for all drainage structures based on hydraulic design Finalize structure cross -sections and profiles to determine the elevations, flow lines, slopes and lengths of structures Complete final design for all drainage details required for minor drainage structures Complete final design for major structures o Finalize hydraulic analysis elevations, flow lines, water surface profiles and hydraulic information ® Finalize configuration, size and skew of major structures and channels ® Coordinate final water surface profiles and final low girder elevation for selected structures 8 Benesch — WCR 13/50 Intersection Scope of Work December 17, 2024 • Finalize channel scour profiles for design year and 500 -year scour for selected structures. • Finalize channel erosion protection limits and mitigation measures for selected structures and provide appropriate details. iv. Irrigation Structures. Finalize locations, sizes, and alignment. Finalize structure cross - sections and determine elevations, flow lines, slopes and lengths of the structures. v MS -4 / Permanent Water Quality. Finalize sizing, layout and details of any required permanent water quality features. vi. Prepare final construction plans, including final grading plans. vii. Finalize the Storm Water Management Plan. viii. Prepare a Final Drainage Report in accordance with the requirements of the Weld County criteria manual. e. Utility Conflicts. i. Following the finalization of the roadway horizontal alignment and profile grade and the horizontal and vertical location of drainage structures, sewers, and other underground structures, coordinate with Horrocks to identify and resolve any conflicts to finalize utility clearances. ii. CONSULTANT will update and finalize plan and profile sheets for directing individual utility companies on the needed relocation alignments for their facilities. This does not include actual utility design, only alignment and elevation information. f. Utility Test -Holing. Coordinate with the SUE investigator to identify test hole locations. g. Final Major Structural Design. i Dispose of any FIR comments on the structural work. ii. Perform the structural analysis and design. Document the design with design notes, detail notes, and computer outputs. The design effort is assumed for box culvert outside CDOT standard details. iii. Prepare and provide the structural plans, quantities, and specifications, including any revisions identified during the independent check. iv. Independent design and quantity check. If a CDOT M Standard is used for design, the independent design check will be replaced with a more typical QC process. Independent quantities will be prepared either way. v Perform final QC of structural drawings and specifications. h. A final construction phasing plan will be developed which integrates the construction of all project work elements into a practical and feasible sequence. This plan shall accommodate the 9 Benesch — WCR 13/50 Intersection Scope of Work December 17, 2024 existing traffic movements during construction, and a final traffic control plan wit be developed which shall be compatible with the phasing plan Traffic Engineering Prepare and provide permanent signing/pavement marking plans according to MUTCD and Weld County criteria Lighting Design See attached scope of work from PK Electric k Plan Preparation for the Final Office Review Coordinate the Packaging of the Plans Collect plans from all design elements and collate the plan package Calculate plan quantities and prepare the tabulations The Final Office Review (FOR) plans prepared by CONSULTANT shall include the following sheets (as appropriate) • Title Sheet • Standard Plans List • Typical Sections • General Notes • Summary of Approximate Quantities • Appropriate Individual Quantity Tabulations • Survey Control (by subconsultant) • ROW Plans (by subconsultant) • SUE Plans (by subconsultant) • Roadway Plan & Profile • Intersection Details • Grading and Drainage Plan • Drainage Profiles • Irrigation Structures • Stormwater Management Plan • Structure Plans and Details (8 sheets assumed) • Lighting Plans & Details (by subconsultant) • Signing & Striping Plans • Construction Phasing • Traffic Control Plan • Cross Sections With Earthwork Quantities Specifications In addition to the plan sheets, Special Provisions shall be provided This will consist of any unique Project Special Provisions which have to be written specifically for items, details and procedures not adequately covered by Weld County's specifications Prepare the FOR estimate Item numbers, descriptions, units and quantities shall be listed and submitted iv QA/QC Perform QA and QC for plans and specifications This task includes interdisciplinary review and crosschecks 10 Benesch — WCR 13/50 Intersection Scope of Work December 17, 2024 v Submit the FOR plans and specifications in electronic PDF format to the CLIENT and COOT for a review 2 weeks prior to the FOR. I. Final Office Review. i. FCR Meeting. CONSULTANT will prepare the agenda and attend the FOR (virtual with CLIENT and CDOT). ii. Prepare meeting minutes and comment resolution log and distribute within one week of the meeting. iii. FOR Plan Revisions. The FOR plan sheets and the specifications shall be revised in accordance with the FOR meeting comments and resubmitted to the CLIENT. m. 100% Plan Package. Submit the final revision of the plans and specifications incorporating all comments received after the post -FOR submittal. The 100% plans will completely describe the work required to build the project including project special provisions and detailed quantities. n. Ad Set. i. It is anticipated there will be a hold period between the completion of the 100% package and advertisement by the County due to time for ROW acquisition and clearances. The 100% plans will be checked for any updates needed and prepared for advertisement. ii. Submit advertisement plans, specs and estimate. THE CONSULTANT will electronically seal record documents. iii. Coordinate with CDOT and CLIENT for any final items needed for clearances. o. Advertisement Support. Provide the following when requested by the CLIENT/OWNER: Pre -Bid Meeting. Attend the pre -bid meeting to assist CLIENT with describing the project anc answering contractor questions. ii. Contractor Questions. Assist CLIENT with answering questions on the plans and specifications during the advertisement period. iii. Revisions Under Ad. Provide revisions to plans and specifications when clarifications or changes are required on the advertisement package. 5. EXCLUSIONS The following are nct included in this scope and their inclusion is subject to a change in scope, schedule and/or fee: Value Engineering studies, utility design, railroad coordination and submittals, and permit applications. Design services during construction including shop drawing review, field observations and as -built plans are nct included and will be included in separate task orders. Construction management and inspection is no: included and will be included in separate task orders. Also not included is design and detailing of a bridge structure, other than a culvert, to carry CR 13 over the Elwell Slough. 11 benesch 2025 Employment Classification and Rate Schedule Classification Project Manager I Project Manager II Senior Project Manager Project Principal Project Engineer I Project Engineer II Senior Project Engineer Designer I Designer II Technologist I Technologist II Senior Technologist Technical Specialist I Technical Specialist II Senior Technical Specialist Intern Project Scientist I (Environmental) Project Scientist II (Environmental) Project Scientist III (Environmental) Senior Project Scientist Office Assistant Project Assistant I Project Assistant II Division Administrative Assistant I Division Administrative Assistant II Milage Rate Billable Rate $172.00 $206.00 $232.00 $250.00 $138.00 $149.00 $178.00 $112.00 $125.00 $80.00 $113.00 $142.00 $95.00 $125.00 $152.00 $75.00 $81.00 $92.00 $105.00 $156.00 $67.00 $81.00 $100.00 $74.00 $98.00 $0.67 Rates are good until December 31, 2025 Classification Construction Project Manager I Construction Project Manager II Sr. Construction Project Manager Construction Manager I Construction Manager II Sr. Construction Manager Construction Engineer I Construction Engineer II Sr. Construction Engineer Construction Representative I Construction Representative II Construction Representative III Construction Representative IV Construction Technical Representative I Construction Technical Representative II Construction Technical Representative III Construction Technical Representative IV Construction Technical Manager Inspector I Inspector II Inspector III Inspector IV Sr. Inspector Field/Lab Technician I Field/Lab Technician II Field/Lab Technician III Senior Field/Lab Technician Billable Rate Page 1 of 1 $155.00 $170.00 $198.00 $145.00 $175.00 $216.00 $128.00 $150.00 $162.00 $102.00 $115.00 $125.00 $145.00 $95.00 $110.00 $126.00 $152.00 $195.00 $82.00 $88.00 $108.00 $128.00 $148.00 $72.00 $85.00 $102.00 $120.00 Design Fee - WCR 13/50 Intersection Realignment Weld County 4 benesch 12/17/2024 Staff. Sabo Kenry Olson Wierema Salek Willman ,Aoschovic\ Gens Boer Felix Romero Lynch Fuentes Abernathy Fling Forni Sub- consultants Sub -Task Fees Role: PIC Acctrq PM QC OPM Rdwy Traffic Rdwy Bridge Bndge Traffic Rd/Traffic H&H H&H H&H CM Classification Principal Proj Asst it Senior PM Senior PM Senior PM Proj Engr it Proj Mgr I Designer I Proj Mgr I Designer a Proj Mgr II Designer I Senior PM Proj Engr I Designer i Sr CM Total Hours Benesch Labor Fee Hourly Rate: $ 250 $ 100 $ 232 $ 232 $ 232 $ 149 $ 172 $ 112 $ 172 $ 125 $ 206 $ 112 $ 232 $ 138 $ 112 $ 216 Subconsulta ds Yeh - Geotech $ 35,000 $ 35,000 Monocles - ROW & Util Coord $ 106,965 $ 106,965 Eugene Lynne - Survey/ROW $ 156,129 $ 156,129 PK Electric - Lighting $ 26,780 $ 26,780 Pinyon - Nose/Air Duality $ 17,500 $ 17,500 UMS - SUE S 169,147 $ 169,147 ATD - Traffic Counts S 3,700 $ 3,700 1. Project initiation and Continuing Requirements a) Initial Project Meetings 1 3 2 3 2 2 2 2 1 1 1 1 21 $3,936 $ 3,936 b) Monthly Progress Meetings 36 36 36 36 36 180 $34,056 $ 34,056 c) Weekly Check -In Phone Call 15 15 $3,480 $ 3,480 d) Design Cnteria 2 2 1 1 6 $1,132 $ 1,132 e) Property Owner/Utility Coordnation 20 20 $4,640 $ 4,640 f) Stakeholder Meetings 30 40, 70 $16,240 $ 16,240 g) Pudic Meeting 6 12 20 38 $7,158 $ 7,156 h) Project Management 4 2 100 12 7 125 $28,388 $ 28,388 i) CAD Workspace 1 8 9 $1,424 S 1,424 , 2. Data Collection & Concept Design (30%) a) Survey & ROW 0 $0 $ - b) SUE 0 $0 $ - c) Geotech 0 $0 $ - d) Environmental 0 $0 S - e) Alternative Development 0 $0 $ - i) Review Data/Criteria 1 1 2 $381 $ 381 ii) Concept Horizontal Layout 2 8 32 40 82 $11,568 $ 11,568 iii) Exhit>its/Cost Estimates 2 8 8 8 26 $4,408 $ 4,408 f) Traffic Study 0 $0 S - i) Collect Counts 2 2 $344 S 344 ii) Review Data 12 2 14 $2,476 $ 2,476 iii) Traffic Projections 4 4 16 24 $3,304 $ 3,304 w) Models 24 8 8 40 $6,672 $ 6,672 v) Develop Report 24 8 24 56 $8,464 $ 8,464 vi) Submit Final Report 8 4 12 $2,200 $ 2,200 g) Preferred Alternative 3 4 4 11 $2,312 $ 2,312 h) Concept Design Plans 0 $0 $ - i) Plan Set 2 4 8 16 30 $4,376 S 4,376 ii) Cost Estimate 1 4 5 $1,160 $ 1,160 iii) Submit 1 2 3 $696 S 696 3. Preliminary Design (60% FIR) a) Project Review 1 3 3 7 $1,123 $ 1,123 b) Design Coordination Meetings 7 2 7 7 7 7 7 7 7 7 7 7 79 $12,980 $ 12,980 c) Roadway Engineering 0 $0 $ - i) Review Data/Criteria 1 1 2 $381 $ 381 ii) Site Visit 3 3 3 9 $1,479 $ 1,479 iii) Preliminary HorizontaWertical 8 30 40 78 $10,806 $ 10,806 iv) Modeling/Toes 40_ _ 40 $5,960 $ 5,960 M:\Proposals\15 Colorado\FY25\P15-251226 • weld County - CR50 and CR13 Realignment\Negotiation\WCR13-50 Design Fee v2jwo 12/18/2024 7:39 AM WY Sri KOZ/t)TRT adz* sad ublnj o5-£Ia]MWaQ N\7 u6llaars no put OSTID - Apniop PpeN - gatsz-Sld\SZlld\oppq 3 s'AsprsodadVw 91L'l S 91L'ZS 91. - - 11. v SP!UuOO anpsaa (! 5 OS 0 W3!Uuo'J AUIM (a 9ZL'E S 8Z LIES SZ 9l 9 L 2Jodaa lewd (!!M St►9'P S 8tr9'P$ EE Z£ l dWMS leu!d (QA nil '6 5 vvl'65 0L 0£ 9l P1 sueld Ieu!d (IA Z£Z'9 S ZEZ'9S 6t* P1 vZ l OMd / P SW (A Plot S t►Z8`ES Z£ OE Z seinlanalS uo!le8!uI (M 009'S S 008'SS LP 0£ 9L L sempn9'ofew (n! 0Z0'P S PZ0'17S £E PZ 8 l - sempntg mum (n 19E S Z9ES E Z I. Mayas era 0 5 05 0 sagneJpAWA5oc. A -I (P PSE`Z S t+BE'ZS 91. 9L suogoas ssaa (N ZS l'L S ZS L'LS 8h 10 5u!ppoW pal!elaa leu! j (w 9LL'01 S 9L4'OL5 9L ov Z£ v uamaaa PeI1B3sa lewd (!! 9SL'8 S 8SL'8S P9 0£ 0E P leagl9NleluozuoH leulj (! S OS 0 5uuaau6u3 A2Mpeoa (o 16L ELL S Z64'LLS 99 9 9 9 9 9 9 9 9 9 9 Z 9 sl5u!$aW uogeupJoo3 u6lsaa (q v9P S P9VS Z L L MM!Aaa PerOJd (e klOd 9606) UCISSO Mull '1 8v0'0 L S 800'0 LS tPL 9l 9 8 91. t► 9l t+ Z pwgnsea/suogoauoO aNeyy (!n 091111 S 09l'LS S p l swum (n l0L'£ S L0L'£3 OZ Z Z £ £ Z Z Z Z Z Pualld (! S 0$ 0 ald Ol 969 S 9695 E Z I. 3!UqnS (A! 9lt►'L 5 9Lt►'LS EE P v 8 9l L OONO (!!! 0PL' l S 0VL' LS 6 l t► p alewgs3)eo0 (!! 99111 S 991'1. LS 81L P vZ 91, v1 P1 V P1 8 IBS Ueld 0 $ OS 0 ald a4l )01 UO wJedaJd R 889' 1 S 889' LS t7 1l Z BUIS64d (! 899'l S 989'15 OZ 9L p podaa Uo!loalas smIon4S O!! 099'9 S 098'9S CS 8t► S lnolen pue uogoaps ainpnilg (n 9LE'Z S 9L£'ZS 91. 8 9 uogoalp3 Elea eintorlilS 0 89S'S S 89S`SS tr1 PZ ut!saa ennon4S Jofeyy (4 9LS'8 S 91S`8$ 89 09 9 s1aa4S emend/aid (n 0ZL'Z S 0ll'ZS 11. 8 v t!Uu0O Algu0P1 (! $ OS 0 ap!Uu03 AVIgfl (8 816 S 916$ v Z Z 8dMOb Puel)V 0!! P917 5 *PS 1 Z )pOMaull ap!nad (!! 919 $ 918$ s p l spaaN au!wialaa (! $ OS 0 uogeuipJooa MM 40 145I8 (1 9LS'P S 9LS'PS L£ PC 1 L L podaa tieuew!laid (!lA 9P9't+ S 8P9'PS E£ Z£ I. dINMS (!A 9t+9'b S 9P9'PS EE 1£ L OMd / P -SW (A 096'S S 096'SS 8t' OP p v sempnils uoge6wl (n! 911.16 S 81 1'6$ EL OP Z£ l sampnng JofAW (n! 9L9'S S 9l8`S5 6P Op 9 L sampnulg;ou!yy (!! Z£Z' l S ZEZ' LS 6 v v l Mayas Elea 0 S 0$ 0 ogneJpAH/Dop4pAH (9 911'E S 9L£'ES 8Z P1 V Buuaeutu3 ollleij (p ZEZ S Z£ZS 1. 1. uogeueplooa leluawuonnu3 (IA Z6L'l S Z6L'LS 9 9 SWIMS ssa,O (n sand �lsel QnS gimps= -MS 9L1 5 114 $ 9EL $ ZEZ S ZL1 S 90Z S SZl $ 111. S 141. 5 ZLI. S 614 5 Ill $ ZEZ $ ZEZ $ 001. S 0SZ 5 ales AUn0H sad uoqs l 1psauag eirteH feral WO s I .aublse0 I J6u3 (ad yyd Awn I Jau5!sa0 II LBW tad II lau6esao I i6yy lad I Jeu6!se0 I J6W tad II �6u3 fad Wd io!uaS yyd JaueS Wd Jo}uag II Ind lad ledauud :uogeog!UUBJO WO H'RH ' HTH HTH 0411p1/144 %Iv' Awe a8Pu8 kaki nail LMP8 Aldo 00 Ned 6utr11 Old spa !wad Build glewagy saluand goal oJawoa )(!led Jeog suss ompsoy uewipm MISS eweial/V4 uoslp AuueN ogeS :1lelS Staff Sabo Kenny Olson Wierema Selek W.. doschoulc Gens Boer Felix Romero Lynch Fuentas Abernethy Flmg Form Be:nc,h labor Fee Ibnb .ntt Bub T.. Fees 5,408 Role Classificebon PIC Pnncipal Acct. P.:r 11 � PM Seiner PM I QC Senior PM DPM Senior PM Rd. P.:".. TrdRc Pm) Mgr I Rd. Den., I Bridge , Mgr I Bridge Oedgner II Traffic Prof Mgr II WIWI. 0esigner I FISH Senior PM MR Prof Bngr I FISH Dem oar I CM Sr CM Total Hours Houdy Rete $ 250 $ . $ 232 $ 232 $ 232 $ 149 $ 172 $ 112 $ 172 $ 125 $ 206 $ 112 $ 232 $ 138 $ 112 $ 216 n) Plan/Profile She. 1) Test Hde Locabons 40 44 $5,408 $828 $ B28 S g) Fmd Major Structure 0.qn 0 Dispose of FIR mmmenba 42 SO $844 $5,250 $ 844 $ 5,250 u) Structural Ana.. 8 Desi fln to) Plane and Spea I I 12 42 72 84 $11,064 $ 11,064 8,280 M) Independent Design Check v) Fmel QC I 40 40 40 40 56 E8,280 $9,280 $ $ 9,280 $ 8,752 h) Phasing/Tra0ic Con. Plen 0Traffic Engineennfl 40 i6 20 $6,752 $2,480 S 2,480 464 j) Ughbng D.gn k) Pr...on for the FOR I $484 SO S S 15,286 0 Plan Package h) Spenhc .. I I 30 40 20 110 575,288 $2,072 $ 2,072 1,608 nl) Esbmete n)OAA2C 30 50 $1,808 $10,744 $ $ 10,744 1,392 v) Sub. D FOR , I $1,392 SO $ $ 5,442 l) FOR Meehng a) Minutes 30 $5,442 $1,858 $ $ 1,856 17,776 iii) FOR Plan Reviaons m) 100,6 Plan Package I I 20 24 24 18 24 133 54 $17,776 $7,848 E $ 7,648 n)Ad Set 0 Update 10096 Package I lS0 I 30 $5,440 E $ 5,440 1,327 n) Sub./Seal m) FM& C.rdnaton I 7 $1,327 $1,392 $ $ 1,392 o) Adverbsement Support 0 Pread Meet. I E0 $7,392 E $ 1,392 1,504 n) Contractor Quest.. n) Revision. Under Ad I 20 $1,504 $3,278 $ $ 3,278 Subtotals 10 I 282 103 309 476 193 405 113 250 28 238 41 330 390 11 Other 3219 Profasslond S 508274 Services $ 515,221 As Directed 51,021,495 S 100,000 See detmled scope of work...mph.. this f..basl on Hours TOTAL S 1,121,495 effort assumes a roundabout. ...for the find lntersechon t I H \Repm i.s Celerado\FY25,-251225 Weld County CRS. and 73 Realignment I II I I \Plop..\WCR1F5a Dolgn Fee Yew 17/18/2.24 739 M Eugene Lynne Land Surveying Services & Civil Engineering ahildebrand@ceugenelynne.com (720) 361-2475 Fee Schedule Hourly Rates Project Principal Professional Land Surveyor Project Surveyor Field Crew (1 person with truck/equipment) Field Crew (2 person with truck/equipment) Surveying Technician II Surveying Technician I Reimbursables $185 $160 $125 $155 $190 $110 $100 Mileage Standard IRS Rate Eugene Lynne, LLC Phone: 720-361-2475 PO Box 27691, Denver, CO 80227 Eugene Lynne Mr Johnny Olson Benesch 7979 E Tufts Avenue Suite 800 Denver, CO 80237 Amara L Hildebrand Eugene Lynne, LC PO Box 27691 Lakewood, CO 80227 December 16th , 2024 RE WCR 13 & WCR Dear Mr Olson 50 Design Survey Eugene Lynne (Consultant) is pleased to submit the following scope of services to Benesch (Client) for survey services related to the WCR 13 and WCR 50 Design Survey (Project) for Weld County (County) Town of Johnstown (Town) is a major stakeholder in the Project Scope of services will include establishing horizontal and vertical project control and developing the topographic planimetric and boundary design survey The intent is to provide a design survey and ROW plans in support of the proposed roundabout improvements Scope of services is based on draft scope of services provided via e—mail and scope of work discussion with the Client on 11/22/24 Further clarifications have been made based on Client's feedback from County, provided by e—mail on 12/11/24 Eleven (11) encumbrances (acquisitions permanent and easements) are also anticipated Appraisal stakes are anticipated for existing ROW proposed ROW easements and proposed utility relocations as described below Design survey footprint is approximately 50 acres as shown in Figure 1, Scope of Serviced: Coordination and Meetings Assume a12 —month project design duration commencing on 1/9/25 with the following I i project coordination meetings o Menihly Weld County Progress Meetings (6 in person, 1 —hr) o Biwe kly Design Project Meetings (26 Virtual, 30 minutes) o Thep subject matter meetings with Weld County (3 in person) Design Survey Consultant will utrlizCounty Standards with County Point Codes and Civil 3D delivery utilizing County templates Consultant anticipates Client's Property Acquisition Consultant (Horrocks) to provide permission toe enter the private properties There are an estimated fourteen (14) properties where permission to enter will be triggered to access the property for mapping purposes 1) Page Eugene Lynne Collection methods will include conventional total station, aerial photography, terrestrial LIDAR scanning and global positioning methods Establish project control based on The horizontal control will be based on Modified Colorado State Plane (NAD 83 North Zone) Coordinate System Control will be based on the S}i 60/CR 13 Project o The vertical control will be based on NAVD 88 o At least three (3) project control points will be set for collection and construction purposes o Triggers • Project Control Diagram Design Level Planimetric & Topographic Mapping o Limits @ 0 25 miles north of intersection on S County Line Road/WCR 13 (N) @ 0 30 miles east of east intersection on WCR 50 (E) @ 0 50 miles south of intersection on WCR 13 (S) and @ 0 40 miles west of west intersection on WCR 50 (W) Also included is mapping within the southwest private parcel encompassing a total of approximately 50 acres (see Figure 1) o 50' roadway cross —sections along WCR 13 and WCR 50 o Existing conditions intersection maps will include, but not be limited to surface features above ground storm and sanitary features, building corners and/or faces signs mailboxes fences driveways and/or curb cuts curbs sidewalks and edges of pavements (asphalt and concrete) Assume that Consultant will collect surface features and underground utility mapping is not required at this time (by others) o Due to size of project Consultant anticipates utilizing a third —party drone subcontractor to collect planimetric and topographic data which will then be extracted in the office Data will be augmented by field survey o County point codes and County Civil 3D templates will be utilized for collection and deliverables Retracement Row Triggers ■ Project Control Diagram Land Survey Control Diagram (Aliquots) Boundary Line Work C dwg format) Title (Owner & Encumbrance Report by others) ROW Plans (Paper) Property/Easement Descriptions (Paper) Appraisal Stakes (Existing, Proposed ROW and Easements) AssumptIons/Exclusions • Consultant assumes that a non—invasive surveying permit will be obtained through the County PTE will be required as noted for mapping but will be acquired by Client's Property Acquisition Consultant 2) Page Eugene Lynne • Consultant assumes 9 in person meetings, and 26 virtual coordination meetings. • Data collection will include the use of an outside vendor for drone flight as noted below. • Three (3) days of Traffic Control and eight (8) Nl1--fTs are assumed/included as vendor costs. • Utility designating, manhole dips, potholes and utility surveying is not a part of the scope. Proposed utility relocation staking is included; four utilities © 2,000 If of relocation is anticipated. • No construction layout is included with this scope. • Title research is required but will be coordinated/ordered by others. • Existing ROW, Proposed ROW, Acquisition Fee Parcels, PEs, & TCEs will be staked once, if needed, for appraisal purposes. A total of eight trips for ROW staking is anticipated. • Plan & Topo features will be collected utilizing County codes and files will be delivered in County's Civil 3D Standards using provided templates. Deliverables: 1. Design Level Planimetric, Boundary & Topographic Civil 3D file. 2. Project Control Diagram (document). 3. ROW Plans (cocument) 4. Eleven (11) Acquisition and/or PE/TE Descriptions and Exhibits (documents) Fee: Project Control, Planimetrics w/ Topography Fee Management $3,700 Office Survey - CNTRL & Mapping $16,650 Field Survey - CNTRL & Mapping $17,550 Sub -Total Fee $37,900 MHTs (Vendor) $600 Drone Flight (Vendor) $8,200 Mobilization $4,021 Fee Subtotal A $50,721 3IPage Eugene Lynne Existing ROW Fee Management $3,700 Office Survey - Existing ROW & Parcel Lines $19,160 Field Survey - Existing ROW & Parcel Lines $17,235 Sub -Total Fee $40,095 MHTs (Vendor) $600 Traffic Control (Vendor) $3,900 Mobilization $3,618 Fee Subtotal $48,213 Proposed ROW Fee Management $4,810 Office Survey - Proposed ROW Plans & Descriptions $35,420 Field Survey - Proposed ROW Plans & Descriptions $13,950 Sub -Total Fee $54,180 Mobilization $3,015 Fee Subtotal $57,195 Task Description Fee Planimetrics w/ Topography $50,721 Project Control, Existing ROW $48,213 Proposed ROW $57,195 Fee Grand Fee $156,129 4lPage Eugene Lynne Thanks for your time and consideration. Sincerely, LAAa., Amara L. Hildebrand Partner 5 I Page Eugene Lynne Figure 1 Design Survey and ROW Legend Z. Defined work for area CR13 and CR50 December 13, 2021 DETAILED WORK PLAN FOR UTILITY ENGINEERING Phase 1 - SUE Utility Designating Phase 2 — SUE Utility Locating (Vacuum Excavations) CR-13 and CR-50 — Weld County, Colorado Submitted to: benesch Alfred Benesch & Company 7979 East Tufts Avenue, Suite 800 Denver, Colorado 80237 p. 303.771.6868 Submitted by: Utility Mapping Services www.umsi.us VMS 7100 N. Broadway, Unit 1D Denver, CO 80221 p. 720.230.0780 Utility Engineering Scope of Work CR-13 and CR-50 Utility Investigation Weld County, Colorado Contents Executive Summary 3 Section 1 - Statement of Scope of Work 3 Section 2 - Recommendations 4 Section 3 - Project Limits 5 Section 4 - Project Deliverables 7 Section 5 - Project Assumptions 7 Section 6 - Project Coordination 10 Section 7 - Project Schedule 10 Appendix A 11 SUE and the ASCE 38 Standard Guidelines 11 Limitations 12 Utility Mapping Services Page 2 12/13/2024 Utility Engineering Scopgl of Work CR-13 and CR-50 Utility Investigation Weld County, Colorado DETAILED WORK PLAN FOR UTILITY ENGINEERING Phase 1 — Project Corridor Utility Investigation, 2-D QL B Utility Designating Phase 2 — Utili Locating (Vacuum Excavations) CR-13 and CRI50 Weld County, Colorado Executive Sum nary Utility Mapping Services (UMS) scope of work is to perform utility engineering (UE, a k a subsurface utility engineering or SUE) services as a sub -consultant for Alfred Benesch & Company (a k a "Client") which is the prime!c1onsultant under contract with Weld County (a k a "Owner") A utility investigation will be executed in accordance with ASCE standards to designate and depict existing infrastructure for integration withinithe conflict analytic process and design Section 1 - Statement of Scope of Work This work will be performed in accordance with ASCE 381, as well as Colorado Revised Statute CRS 9- 1 5-103 and incluces the following activities e Compilation of utility data (I e records and as -built information) acquired by UMS and other o Preparation of field books, log sheets, and crew scheduling and logistics for the initial utility designating field campaign Phase 1 2D Q1 B data acquisition (using electromagnetic (EM) induction, acoustic, and/or other geophysical technologies), characterization, and 2D depiction (CAD file) of existing utility nfrastructure data to develop a reliably qualified base map and data set from which to deve op and support future design, coordination, and construction decisions Phase 2 Vacuum Excavations at specific utility target locations to be determined by the project design team and utility coordination staff Populating utility data management system GEOfeaturer"" with hydraulic structure and test hole Hformation from the field investigation *Note QL refers to the quality level as described in ASCE 38 **Note GEOfeati reTM is a 3-D digital utility data repository designed to manage existing and new infrastructure as -built data in accordance with the new ASCE 75 standard The repository includes a tablet and Web-GL5 application for in -the -field utility data acquisition and viewing 1 American Society Institute, Standard Utility Mapping Services _ n of Civil Engineers, Construction Institute and Utility Engineering and Surveying Guideline for Investigating and Documenting Existing Utilities Reston, VA 2022 Page 3 12/13/2024 Utility Engineering Scope of Work CR-13 and CR-50 Utility Investigation Weld County, Colorado Phase 1 Designating Although Phase 1 utility designating of buried infrastructure will have goal of QL B (i e , position is determined via a combination of geophysical, survey and engineering methods) some facilities such as non-conductive water are pragmatically designated to a mixture of QL C (i e , based on surveyed surface features and record data), B, and A (i e , exposed survey grade observations such as possible at manholes) during the Phase 1 field effort Likewise, some non-conductive piping and/or ducts lacking tracer wire may be designated to QL D (i e , based on evidence consisting of available record information and/or verbal accounts) during the Phase 1 effort Data quality is improved as and where required during subsequent project utility engineering phases Any utilities designated to QL C and/or QL D quality levels will be explained and described in the Phase 1 SUE existing utility report as to why a quality level below QL B has been used All work is intended to incorporate and stem from previous efforts performed by the Owner, Client and their consultants, and will be performed in compliance with applicable project design standards, procedures, and accepted engineering principles Information contained within this SOW and corresponding labor and cost estimate is based on project standards and deliverables, Federal Highway Administration (FHWA) Avoiding Utility Relocations (DTFH61-01-C-00024), FHWA guidelines for SUE, ASCE 38, Colorado Revised Statute CRS 9-1 5-103, and ASCE 75 Phase 2 Locating The Phase 2 investigation primarily consists of utility locating (discrete QL A vacuum excavated test holes) UMS and a vac truck contractor will perform excavation operations and the engineering survey of each test hole location The test hole locations will need to be coordinated between UMS and project team based on identified utility conflicts and areas were more detailed data, including three- dimensional coordinates, are required to complete designs and mitigate/accommodate conflicts For the purpose of this work, "locate" means to establish by engineering, surveying, drafting, and vacuum excavation practices the accurate horizontal and vertical position of subsurface utilities with vertical tolerances of generally 01 feet based on referenced benchmarks Written logs for all test holes are utilized, derived elevations are transcribed onto CAD reference files, and "locate" points area mapped to Quality Level A on the plans Section 2 - Recommendations Although not specifically requested by the Client, UMS strongly recommends the following locate methods be included with the utility mapping effort for this project o Ground penetrating radar (GPR) sweep of the project area UMS employs state-of-the-art multi -channel GPR with RTK GPS navigation and 3D time slice data processing software This combined technology enables grossly enhanced investigative measures for searching for buried unknowns and provides useful depth information o A project area sweep using a Geonics EM61-MK2 high sensitivity metal detector This equipment is suitable for the detection of both ferrous and non-ferrous metal Note Both of these sweeps can be completed during either Phase 1 or 2 field operations Additional work products the Client may wish UMS adapt into the work scope include. o Continuous 3-D profile data in lieu of vacuum excavations UMS uses the Vivax-Metrotech Spar 300 electromagnetic induction system which derives 3D alignment data for conductive utilities This tool can provide highly valuable, continuous 3D profile data, reducing the number of excavated test holes and Phase 2 costs Utility Mapping Services Page 4 12/13/2024 Utility Engineering Scope of Work CR-13 and CR-SO Utility Investigation Weld County, Colorado o CAD 3D modeling of the identified existing utilities for improved design, conflict analytics, and a ivanced resolution engineering Section 3 - Project Limits The project limits for the QL B field investigation and corresponding designating of existing utilities around the CR-13 and CR-50 intersection in Weld County, Colorado. The project area can be seen in Figure 1 below. The designating of some individual utilities may extend beyond the noted SUE project limits to include surface features or structures which are necessary to complete QL C alignments. Table 1 presents the utility owners listed by Colorado 811 as being present within or nearby the project area, along with the estimated lineal footages which are the basis for the Phase 1 cost estimate. Table 2 presents the proposed utility designating quality levels for the various facilities that are anticipated. Figure 1. SUE Project Area Utility Mapping Services Page 5 12/13/2024 Utility Engineering Scope of Work Utility Investigation Table 1 Estimated Utility Linear Footages Owner Utility Estimated Linear Footage , ARB Midstream Pipeline 800 *City of Thornton Fiber, Water 0 Civitas Resources Multiple Utilities 1,400 Comcast CAN, Fiber 4,000 DCP Midstream/Phillips 66 Pipeline 4,400 John Sauer Sr , LLC Irrigation 2,000 *KP Kauffman Pipeline 1,400 Little Thompson Water District Water 9,350 Lumen Fiber, Telephone 10,600 Magpie Operating, Inc Pipeline 0 Platte River Midstream, LLC Gas, Oil 1,000 TDS Telecom TV, Fiber 5,000 The Consolidated Home Supply Irrigation 0 Town of Johnstown Water, Sewer 5,700 Weld County Culverts 800 Western Midstream/Occidental Petroleum Pipeline 3,200 Xcel Energy Electric, Gas 1,100 Total 50,750 *Record information not available at the time of estimate CR-13 and CR-50 Weld County, Colorado Utility Mapping Services Page 6 12/13/2024 Utility Engineering Scop- of Work Utility Investigation CR-13 and CR-SO Weld County, Colorado Table 2. Targeted designation of utilities for the subject project Phase I SUE investigation. Utility (Buried) Type Mains & Primary Laterals Services Laterals / Secondary Storm Drain QL QL A C at between accessible accessible inlets/outlets; features N/A Sanitary Sewer QL QL A C at between accessible accessible inlets/outlets; features N/A Culverts QL QL A C at between accessible accessible inlets/outlets; features N/A QL B QL B Telecommunication Cable TV QLB QL B Natural Gas QL B QL B Signals None Anticipated N/A Traffic ATMS None Anticipated N/A Lighting None Anticipated N/A Water Mains QL B QL B Buried Power QL B QL B Private sprinklers Not however, encountered will included be noted. identified in incidental this surface scope to of the work; facilities field work N/A Petroleum QL B QL B Military Comm. None Anticipated N/A Wells Crude Gas) (Water, Oil, Naa,ral incidental Presently work; however, to not included the wells field encountered work in this will scope be noted. of N/A Note: QL refers to the quality level as described in ASCE 38. Section 4 - Project Deliverables Utility Engineering deliverables include digital submittals of the following: • CAD utility reference file based on Phase 1 and Phase 2 findings. • Hydraulizs summary report (pdf format). • Vacuum excavation (test hole) summary report (pdf format). • A P.E. sealed SUE existing utility plan set with quality level designations. • A P.E. sealed submittal report summarizing this investigation with highlights of unusual findings In addition, UMS will provide ongoing interpretive support to assist design engineers and utility coordinators with subsequent findings and ensure submitted data is properly understood and utilized. Section 5 - Project Assumptions Phase 1 Assumptions: • UMS utility research will stem from previous records investigation work performed by the Client. UMS requests all previously obtained records be provided upon Notice to Proceed. Reasonable efforts will be made to obtain supplemental utility records to produce the deliverables within the project schedule. The timely cooperation of utility owners may be Utility Mapping Services Page 7 12/13/2024 Utility Engineering Scope of Work CR-13 and CR-50 Utility Investigation Weld County, Colorado necessary to develop the utility inventory map for facilities within the project area All field work will be completed while the project corridor is clear of snow and ice Labor to complete line of sight surveying is currently not included within this scope of work UMS assumes RTK GPS/GNSS survey operations will be sufficient to map all utilities Sufficient project survey control exists along the project corridor for RTK GPS survey operations, consequently, labor for establishing survey control is currently not included within this scope of work and the associated cost estimate A maximum of one day of traffic control will be required for Phase I operations Traffic control measures are not expected to require flagging operations Confined space entry will not be required for this effort All storm drainage, sanitary sewer, and any other measurements within confined spaces will be taken from the surface without entry into the confined space Aerial clearance measurements will not be required for the Phase 1 effort The locations of aerial wires, however, will be noted for clearance observations by others or during subsequent Phase 2 operations and are not included in this work scope and estimate Vertical (depth and elevation) QL A observations will be tied to project control to an average accuracy of +/- 0 1 feet UMS assumes all work will be completed during regular working hours (8 00 AM to 5 00 PM) and without start/stop time restrictions Field crews will use paint to mark out the utility alignments and assume no paint removal will be required Up to two (2) in person meetings and up to twelve (12) virtual meetings have been included in the estimate Phase 2 assumptions Extreme weather conditions can significantly impact crew production rates and schedules For this submittal, UMS assumes the project corridor will be clear of snow and ice during all field operations UMS will keep the Client apprised of any schedule delays or budget impacts should current conditions affect the SUE field campaign Client or Owner will obtain all necessary permits, right -of -entries, etc (including private land access and railroad access) to allow UMS field personnel to work in areas outside of public right-of-way limits UMS assumes that all work will take place during normal daytime working hours (7am to 5pm) Any work required outside of these hours, or any limitations applied to these work hours may result in additional costs and may affect the schedule UMS deliverables schedule o UMS has not included any costs related to night work in this estimate Should nighttime work be required, any equipment, special PPE, traffic control, lighting, coordination, and preparation, permitting etc will need to be added to the Phase 2 cost estimate Vacuum excavations which fail to expose the targeted utility after attaining a reasonable depth (10 -feet) will still be considered a completed excavation Vacuum excavations exceeding 10 - feet in depth may require additional time and efforts that impact schedule and budget UMS will coordinate with the client should this situation arise Utility Mapping Services Page 8 12/13/2024 Utility Engineering Scope of Work CR-13 and CR-50 Utility Investigation Weld County, Colorado A possibi0ty exists that existing conditions (i e groundwater, large boulders) may prevent crews from exposing the targeted utility In addition, utilities may be installed at a depth beyond the limits of the vacuum excavation equipment The backfil ing of each excavation will be accomplished with materials based on permit requirements Specialty repairs are not included with this proposal These may include replacement of concrete panels, hot patch repairs, T -patch repairs, etc A maximum of 8 days of traffic control will be required for Phase 2 operations Traffic control measures are not expected to require flagging operations Each excavation is accessible to the vac truck and crew Up to 20 excavations in asphalt/concrete pavement which will require concrete/asphalt coring Flowable fill will be used as backfill and perma-patch for surface restoration to repair the concrete/asphalt plug An additional 30 excavations are assumed to be in the dirt, outside of the pavement areas Should standbys be required for test holes, coordination and accommodation for the standby can slow production, depending on the number of holes requiring a standby Client and / or Owner will Obtain all necessary right -of -entries, security clearances, etc. (including private land access) to allow UMS field personnel to work outside the roadway right-of-way Provide information showing the project limits, alignment, profile, survey control points, benchmark data, coordinate data, relevant design and topographic CAD files, aerial photographs, and any other applicable information Provide survey control information prior to UMS field crews arriving on -site Provide any record or relevant survey or LIDAR information previously obtained by others Assist UMS 1 as necessary with obtaining permissions for access to private utility facilities UMS will perform the following coordination activities Work closely with the Client and Owner to facilitate the orderly progress and timely completion of the approved tasks Coordinate the work effort with the Client to discuss progress and resolve problems Upon rec uest provide the Client copies of logs and/or correspondence that document work - related communications between utility owners, outside agencies, and/or private landowners • Coordinate operations with private and public utility infrastructure owners • Obtain required One -Call (Call 811) tickets • Provide all necessary equipment, supplies, and support personnel to secure data outlined in this section Associated labor and costs may increase if actual conditions deviate significantly from those assumed for this estimate BUMS will work with the Client in good faith to complete operations in a timely manner and will egotiate new pricing if conditions encountered significantly deviate from those assumed Utility Mapping Services Page 9 12!13!2024 Utility Engmeenng Scope of Work CR-13 and CR-50 Utility Investigation Weld County, Colorado The results of the Phase 1 and 2 efforts will be pertinent at the time in which field investigation operations are completed and are subject to change Subsequent SUE investigations may be necessary to account for any new or changed utility installations Section 6 - Project Coordination The UMS project management team will consist of • Project Manager, Alex Ramm-Hutchinson, arammhutchinson@umsi us, 509 570 8448 • Project Engineer, Cameron Greer, P E , cgreer@umsi us, 406 422 9702 • Principal Engineer, Philip Meis, P E, pjmeis@umsi us, 406 552 0883 If required, a monthly progress report will be prepared by the project manager and submitted via email to Client project management to document the SUE investigation During the project time frame UMS project management staff members can be available to meet in person with Client project management for any urgent reason Cell phone numbers for all of the UMS project management team members will be available to the Client should immediate communication be desired Section 7 - Project Schedule UMS can typically begin work within two weeks of receiving notice -to -proceed (NTP) Based on assumed conditions identified in this scope of work, the following is the estimated project schedule The initial effort will consist of requesting record information from each utility owner in the area Depending on utility owner response time, it may take up to two weeks to gather all the record prints and as -built information Utility designating field operations are estimated to require approximately 10 days for a 2 - person field designating crew, with an additional 5 days required to complete the location survey Field operations will generally begin shortly after the utility record information has been compiled However, the actual start date will be dependent on the field crew schedule and availability at the time NTP is provided Final submittals will require two to four weeks after the field work has been completed to include the QL B CAD drawing, utility database preparation, along with completion of QA review and discrepancy resolution efforts The Phase 2 schedule will be developed after completion of the Phase 1 effort UMS, at its own discretion, may assign different personnel to perform tasks specified within the work scope and estimate based on staff availability and project schedule UMS is prepared to add crew members as necessary to ensure necessary production levels are met and submittals are timely for utility coordination and design development Utility Mapping Services Page 10 12/13/2024 Utility Engineering Scope of Work CR-13 and CR-50 Utility Investigation Weld County, Colorado Appendix A SUE and the ASCE 38 Standard Guidelines Data collection activities will follow American Society of Civil Engineers, Construction Institute and Utility Engineering and Surveying Institute, Standard Guideline for Investigating and Documenting Existing Utilities_ Reston, VA 2022 Perhaps the most significant contribution of the ASCE/CI standard is the development of a formalized procedure for qualifying and designating the general quality of the depicted individual facilities The Table below summarizes the four quality level (QL) definitions included in the ASCE standard Included with the definitions are comments on the relative positional accuracy for the corresponding quality levels Adherence to ASCE depiction standards along with the use of records research, geophysical methods, vacuum excavation, and engineering survey combined in a phased approach and guided by professional judgment, has often been referred to as Subsurface Utility Engineering (SUE) In proper context, SUE, or more recently simply referred to as "Utility Engineering", is a rather complex and important series of engineering tasks, procedures and associated responsibilities established to manage risk, promote efficiency, and reduce costs, the utility mapping and designation of quality levels, in fact, provides the data set with which the utility engineering process begins In a broader sense, utility engineering involves utilizing the qualified utility data sets to conduct the following engineering activities I systematically identify, itemize, and define apparent conflicts between proposed designs and existing utilities, • optimize design development and mitigate utility conflicts, • identify and accommodate other infrastructure, planned betterments and new installations, • conduct effective utility coordination in which resolutions to conflicts are derived that serve the bestirkerests of the public and all stakeholders involved, develop construction plans and bid documents which concisely identify and provide details of outstanding conflicts for construction planning, bidding, and execution, and encourage value engineering and mitigation of cost implications to all infrastructure systems which provide service to commerce, government, and the general public Protocols for SUE / utility engineering as established by the Federal Highway Administration (FHWA) and the applicablelstate DOT will be followed for this project The SUE process utilizing the ASCE 38 standard guidelinefbr acquiring and depicting existing utilities provides a framework to obtain and represent the requested utility information in a pragmatic and cost effective manner By ASCE 38 definit oi, utility record data is classified as quality level (QL) D and will cause inconsistent and erroneous interpretation due to the following 1) utilities are inaccurately positioned and in re Iity may or may not pose as an issue for proposed construction, 2) utility installations mayvary due to recent improvements or changes and may not be properly documented, 3) some existing facilities may not be reported or identified and are missing from the data set, and 4) incomplete or inaccurate records can likewise cause misleading and erroneous field markings by third party contract locators or utility owner field personnel In addition, buried unknowns can case deceptive geophysical phenomena and interference which severely alter induced current flow) and distort corresponding electromagnetic fields, these issues commonly occur, are difficult to detect and decipher, and greatly complicate detection and interpretive efforts Utility Mapping Servicea I Page 11 12/13/2024 Utility Engineering Scope of Work CR-13 and CR-50 Utility Investigation Weld County, Colorado Consequently, ASCE 38 standard guidelines were developed to overcome these problems and permit systematic upgrading of utility data designation to QL C, B, and A to facilitate subsequent design, conflict resolution engineering, and utility coordination work The ASCE/CI 38-02 guidelines require calibrated geophysical prospecting methods performed by qualified, experienced field personnel, methodical field investigation and verification practices, research and field identification of installation type, size, and material, land survey methods to accurately tie data to project coordinates, supplemental field and records investigation to prevent overlooked facilities, quality assurance review that includes owner written confirmation of depicted facilities, and a qualified registered professional engineer of record who thoroughly understands geophysical theory, has experience with all issues and pitfalls associated with mapping buried infrastructure, directly oversees the effort, and is directly accountable for all aspects of the work product Limitations Professional subsurface utility engineering services are to be performed in accordance with generally accepted engineering principles and practices at this time Adherence to ASCE 38 standards and good practices by experienced utility engineering personnel typically ensures development of a very good data set, practical restrictions in budget, schedule, access and equipment, however, can limit acquisition and interpretation efforts The Phase 1 effort retraces detectable utility alignments within the project area to obtain QL B data wherever possible, collating information from records obtained from the utility owners, and relating records with observable surface features A possibility will always exist that abandoned, forgotten, non -detectable or undocumented utilities are not mapped using standard SUE procedures previously described Utilities possessing characteristics mentioned below can be overlooked while following standard SUE investigative procedures 1 Utilities without apparent records available, without apparent surface features, and not detected through standard search procedures 2 Utilities with records which are illegible or incomplete 3 Utilities that are inaccurately reported or inaccurately represented by the owner as lying a significant distance from the true position 4 Abandoned utilities lacking records and apparent surface features, and are not detected through standard search procedures 5 Utilities buried excessively deep (as a rule of thumb, utilities located deeper than 10 feet), beyond detection limits of standard designating equipment and standard vacuum excavation equipment 6 Non-conductive utilities buried in clay soil and lacking apparent surface features 7 Facilities installed subsequent to the utility designating field investigation effort 8 Individual utilities in a common trench Designating of common trench utilities can,be difficult due to EM signal bleed over and difficulties in separating EM signals Cathodic Protection connections between individual pipelines also increases the difficulty of determining individual pipe alignments Utility Mapping Services Page 12 12/13/2024 Utility Engineering Scope Utility Investigation of Work CR-13 and CR-50 Weld County, Colorado 9 QL B depictions of pipe alignments developed by means of tracer wire direct connection methods is dependent on the assumption that the tracer wire has been placed in close proximity to the associated pipe Events such as lightning strike surges along tracer wires have caused damages to pipes, so installation practices now require that tracer wire is offset a safe distance (e g, 1 to 2 feet) from the pipes Users are cautioned that it is the tracer wire alignment that is recorded and depicted on le existing utility reference file and the assumption is made that this represents the alignment of the target pipe A pragmatic effort will be made to systematically designate and depict buried utilities within the corridor to the extent practical for the authorized project budget and schedule UMS must be kept advised throughout the design process to 1) assess subsequent verbal accounts or record evidence on infrastructure which do not agree with or contradict the submitted data set, 2) evaluate designer evaluation and usage of the qualified and depicted utility data, especially QL C and D data, and 3) provide recommendations for further utility investigations as deemed prudent Final utility plans acre for design purposes only and reflect subsurface utility conditions at the time surveyed Existing; utility locations depicted on the plans do not supersede statutory mandates including Colorado 811 notification, the contractor shall call 811 two business days prior to i construction and obey mandates as required by law The Client and UMS should be notified of any discrepancies between the utility designating results and Colorado 811 notification `markings, and caution shall be used by the contractor until discrepancies are resolved Contractor shall call the utility notification service (Colorado 811) before excavating as required by Law. Utility Mapping Services Page 13 12/13/2024 Utility Mapping Services Cost Proposal for Phase 1 Utility Investigation Project Name: CR-13 and CR-50 UMS Project No: 12196.1 Date: December 13, 2024 Owner: Weld County Contact: Johnny Olson. P.E. Phone: 303-771-6868 Email: wotsan@benesch corn, Subsurface Utility Engineering - Phase 1 Assumptions: 50750 linear feet of utilities A two man designating crew for 10 days An engineering survey for 5 days VMS Utility Mapping Services 7100 N. Broadway, Unit 1D Denver, CO 80221 720.230.0780 www umsi US email: arammhutchinson@umst.us Project Task No. Project Task Descnption Project Manager Project Engineer Senior Engineer Principal Engineer Field Ops Manager PartyChief SUE Field Specialist I SUE Field Specialist I Staff Engineer Administrator Total Hours 1100 Project Preparation and Management. Meetings 24 00 400 1 00 1 00 1800 1000 200 200 62 00 1200 Records Research and Review 4 00 400 200 1000 1300 Mobilization 1600 16 00 800 40 00 1400 Field Designating 80 00 80 00 160 00 1500 Engineering Survey 40 00 40 00 1600 CADD Devebpment 40 00 40 00 1700 Database Devebpmert 1200 1200 1800 Project Documentation & QA/QC 400 800 200 200 1800 900 400 4700 1900 Submittal Preparation 400 1200 200 200 200 22 00 Phase I Hours Baling Rates Total Billing Rates 36 00 76 00 500 5 00 000 136 00 11700 000 54 00 4 00 433 210 51 207 79 21356 215 63 171 61 151 49 127 82 91 61 174 72 180 13 7578.50 15792 31 1067 81 1078 13 000 20602 10 14955 23 000 9435 07 720 53 71230 Phase Total Raw Labor I Labor Costs 21732 93 71229.68 Alternate Employee Classifications Rates Staff Geophysicist S 161 78 Geophysics Technician S 159 28 Engineering Technician S 12999 Empoyee Classrficatiors may vary based on scheduling and avaiiabkty 'traffic control and permit costs are approximate; actual costs will be invoiced. THIS ESTIMATE IS VAILD FOR 60 DAYS FROM THE DATE POSTED AT THE TOP OF THIS PROPOSAL Rem CADD Station Survey Equipmert (Trimble RB RTK GPS) Geofeature Database Fee Spectaty Field Ve!icle Traffic Control (does not include flaggers) Permits (Fees assumed to be waived) Unit No. of Units Unit cost hots 4000 1071 42840 day 500 198 00 990 00 hots 1200 27 00 324 00 mile 3500 00 0 67 2345 00 Total Direct Costs 4087.40 UMS Services $75,317.08 day 100 2200 00 2200 00 ea 000 50000 000 SUE Phase 1 Total S77,517.08 Utility Mapping Services Cost Proposal for Phase 2 QL A Uti ity Investigation Project Name: CR-13 and CR-50 ums Project No: 12196.2 Date: December 13, 2024 Owner: Weld County Contact: Johnny Olson, P.E Phone: 303-771-6868 Email: jwolson@beneschcorn VMS Utility Mapping Services 7100 N Broadway, Unit 1D Denver, CO 80221 720 230 0780 www umsi us email: arammhutchinson@umsi.us Subsurface Utility Engineenng - Phase 2 Utility Investigation: Assuming 50 vacuum excavation holes on utilities less than 7 -feet in depth, 20 holes in pavement, and 30 in dirt. Project Task No. Project Task Description Project Manager Project Engineer Senior Engineer Principal Engineer Party Chief SUE Field Specialist II SUE Field Specialist I Staff Engineer Administrator Total Hours 2100 Work Plan, H&S, Traffic, Permits 8 4 2 2 4 2 2 24 0 2200 Mobilization 13 4 17 0 2300 Test Hole Staking/Designating 6 6.0 2400 Utility Locating 64 64.0 2500 Engineering Survey 6 6 0 2600 CADD Development 6 6 0 2700 Database Development 8 8 0 2800 Project Documentation & QA/QC 2 4 1 1 4 2 14 0 2900 Submittal Preparation 2 4 1 1 2 10 0 Fhase Total II Hours Billing Rates Billing Rates 12.0 26.0 4 0 4.0 85 0 0.0 0.0 20.0 4.0 155 210 51 207.79 1 213 56 215 63 151 49 127.82 91 61 174.72 180.13 2526 17 5402.63 854.25 862 51 12876.31 0.00 0 00 3494 47 720.53 26736.86 Survey Equipment (Trimble Geofeature Specialty Item CADD Station R8 RTK GPS) Unit No. of Units Total Raw Labor 8157 70 Labor Costs 26736.86 Unit cost hour 6 00 10.71 64.26 day 2 00 198.00 396.00 Database Fee Field Vehicle hour 6.00 27.00 162.00 mile 1000 00 0.67 670 00 Total Direct Costs 1292.26 Vacuum Excavation Truck and Crew Pavement Coring and Repair Permits (Fee assumed to be waived) Flowable Fill (if required) Traffic Control (does not include Baggers) 'traffic control, vac truck and permit costs are approximate; actual costs will be invoiced. THIS ESTIMATE IS VAILD FOR 60 DAYS FROM THE DATE POSTED AT THE TOP OF THIS PROPOSAL UMS Services 28029.12 ea 50 00 730 00 36500.00 ea 20.00 325.00 6500.00 ea 0.00 1800 00 0.00 ea 20.00 150 00 3000.00 day 8.00 2200.00 17600.00 Vendor Services, Permits, Traffic Control SUE Phase 2 Total 63600.00 $91,629.12 TAYeh and Associates, Inc. Geotechnical • Geological • Construction Scrviccs 11520 21st Street, Unit 6 Greeley, CO 80634 970-451-5026 • www.yeh-eng.com December 3, 2024 Proposal No. 224-442 Mr. Johnny Olson, P.E. Benesch 7979 East Tufts Avenue, Suite 800 Denver, Colorado 80237 Re: Mr. Olson, Cost Estimate Proposal for Geotechnical Investigation and Pavement Recommendations Weld County Roads 13 and 50 This proposal presents Yeh and Associates, Inc. (Yeh) project understanding, proposed scope of services, estimated schedule, project cost, and fee schedule for providing geotechnical engineering and pavement design services for the proposed intersection improvements at the intersection of County Road 13 and County Road 50 in Weld County, Colorado. PROJECT OVERVIEW The project will consist of realignment of CR 13 to accommodate a single intersection with CR 50 at the current western intersection of the two roads. The eastern intersection will be vacated. The new intersection will consist of a traffic circle or incorporate new turn lanes. CR 50 will tie into the existing CR 13 approximately 1500 feet to the south. SCOPE OF SERVICES Field Investigation The field investigation for the project will be performed in accordance with Weld County criteria. We propose to drill a total of 10 to 12 pavement borings and two box culvert borings. The pavement borings will be drilled to depths of approximately 10 feet along the existing roads and the new alignment at an approximate 500 ft spacing. Culvert borings will be drilled on the north and south sides of the proposed culvert to a maximum depth of 30 feet. The borings may be terminated at a shallower depth if auger refusal in cobbles and boulders, or bedrock, is encountered before the planned termination depth. The boring locations will be marked in the field prior to drilling operations. We will then contact Colorado One Call to arrange to have the underground utilities marked. Our scope of service does not include contracting a private underground utility location service. Our scope of service does not include surveying the boring locations. However, in addition to recording handheld GPS coordinates of the boring locations we will coordinate with the project team to identify the locations in the field so that they can be surveyed by others. Drilling permits will be obtained from Weld County, as needed. We anticipate the drilling and sampling will take up to 3 days. We have assumed traffic control will be required for two of the three days. CR 13 and CR 50 Proposal No. 224-442 Weld County, Colorado December 3, 2024 The drilling operations will be monitored by a Yeh geologist or engineer. The field personnel will prepare a field log for eaci boring which will describe the subsurface conditions, groundwater levels, penetration test blow counts, sampling intervals, and types of samples obtained in addition to taking soil samples for testing. The field ogs will be used by the project geotechnical engineer as an aid in the preparation of the final boring logs. The boreholes w II then be backfilled with the auger spoils following drilling operations. Borings taken through existing pavement will be patched using non -shrink grout. Laboratory Testing The recovered samples will be classified by the project geotechnical engineer in accordance with the Unified Soil Classification System (USCS) and the American Association of State Highway Transportation Officials (AASHTC). A laboratory testing program will then be implemented to evaluate the pertinent engineering properties of the soil. It is anticipated that the following tests will be performed as part of our evaluation: • Moisture and Density ■ Dry Unit Weight ■ Grain Size Distribution • Atterberg Limits • AASHTO Classification • Swell / Ccnsolidation • R -Value ■ Unconfined Compressive Strength • Total Sulfates, Chlorides, pH, and Resistivity The actual amourt and type of testing required will be a function of the conditions encountered at the boring locations. Engineering Evaluation and Report The results of the field investigation, laboratory testing, and engineering analysis will be presented in a report prepared by an engineer registered in the State of Colorado. The report will include the following information: ■ Plan of borings, boring logs, and laboratory test results. • Description of the soil and groundwater conditions at boring locations. • Pavement design for hot mix asphalt (HMA) and Portland Cement Concrete Pavement based on the Weld County Standards. ■ Geotechnical recommendations for the box culvert. • Earthwork recommendations, including site preparation, fill placement and compaction, and the suitability of the site soil for reuse as engineered fill. ■ Construction considerations, such as excavation, dewatering, and subgrade instability. A draft report will be submitted for review and comment and the final report will be submitted after all comments on the craft report have been addressed. The report will be stamped and sealed by a Professional Engineer licensed in the State of Colorado. ASSUMPTIONS AND EXCLUSIONS • Design for this project will follow applicable Weld County Standards. CR 13 and CR 50 Weld County, Colorado Proposal No. 224-442 December 3, 2024 ■ Right of entry for private land will be provided by others. ■ Survey of the boring locations will be provided by the team surveyor, if desired. ■ Environmental sampling and testing are excluded. If potentially hazardous materials are encountered, drilling operations will be stopped, and the project team will be notified. FEES Our services for this project will be performed on a time and materials basis in accordance with the rates presented in our standard fee schedule. We estimate our fees for the geotechnical investigation and report for this project to be $35,000. The actual cost will be a function of the number of units required to complete the evaluation. The estimated budget will not be exceeded without prior written authorization. The following table summarizes our estimated cost to complete the project. Estimated Project Costs Item Labor i Outside Services (Drilling and Traffic Control) Total Cost $21,800.00 $13,200.00 $35,000.00 We appreciate your consideration of Yeh and Associates for this work and look forward to working as your geotechnical consultant on this and future projects. If we can be of further assistance, please contact us at 303-781-9590 if you have any questions or require any additional information. We look forward to working with you on this project. Respectfully Submitted, 19,141 o4 Review by, ,Cte, cff"." Robert F. LaForce, P.E. Samanth C. Sherwood, P.E. Senior Project Manager Attachments: 2025 Standard Fee Schedule Senior Project Manager Yeh and Associates, Inc. Geotechni,.,a1 • Geological • Construction Services COLORADO FRONT RANGE (Denver, Co Springs, Greeley) STANDARD FEE SCHEDULE EFFECTIVE JANUARY 2025 Professional Services: Classification Principal Senior Project MEnager Senior Project Specialist Project Manager Senior Project Engineer or Geologist Project Engineer or Geologist Staff Engineer or Geologist Engineer or Geolcgist Intern Resident Construction Engineer Construction Manager Construction Observer III Construction Observer II Construction Observer I Technician Leader or Supervisor Laboratory Supenisor Technician III Technician II Technician I CAD Designer CAD Technician Project Controller Administrative Assistant **Overtime rates for Construction Inspection, Technicians and Office Staff is 1.5 x rotes shown. Basic Rate $240/hr $230/hr $215/hr $210/hr $180/hr $155/hr $140/hr $90/hr $225/hr $205/hr $165/hr $150/hr $135/hr $175/hr $155/hr $130/hr $115/hr $105/hr $160/hr $105/hr $170/hr $105/hr Laboratory tests are quoted on separate schedule or cost plus 10 percent for outside laboratory testing when applicable. Fees for expert witness preparation, testimony, court appearances, or depositions will be billed at the rate of $350 per hour. Rates do not include prevailing wage rates for field services. Prevailing wages will be determined on a project -by - project basis. Other Direct Charges: Subcontracted services, copying and rented equipment Travel, subsistence, and expenses Vehicle Automobile Mileage Rates Cost Plus 10% Cost Plus 10% $ 80/day $ Current IRS Rate Pinwn Environmental. lixw. 3222 South Vance Street, Suite 200 • Lakewood, CO 80227 303.980.5200 • www.pinyon-env.com December 3, 2O24 Johnny Olson, PE Alfred Benesch & Company 7979 E Tufts Ave, Suite 8OO Denver, CO 8O211 Via email: jwolson@benesch.com Subject: Proposal to Provide Air Quality and Noise Services for the WCR13/WOR5O Realignment project in Weld County, Colorado Dear Johnny: Pinyon Environmental, Inc. (Pinyon), is pleased to present this proposal to Alfred Benesch & Company (Benesch) for environmental services for the completion of the Weld County Road (WCR) 13 and WCR 5O intersection Realignment project. Pinyon understands that Weld County is planning to realign the WCR 13/WCR5O intersection including the addition of a roundabout. It has been determined that a National Environmental Policy Act (NEPA) study is required; the level of study required is assumed to be a Categorical Exclusion (CatEx). For this project, Pinyon will support the project by completing air quality and noise technical studies as required for NEPA clearances and outlined in Attachment A. Details regarding Pinyon's estimated scope of work, assumptions, and deliverables are presented in Attachment A. The estimated cost to complete this project, in accordance with the outlined services, will be an estimated $17,500. Pinyon will invoice on a time and materials basis, n accordance with our rates that apply to Pinyon's Master Pricing Agreement with CDOT. The authorized amount will not be exceeded without prior approval. The project duration is assumed to be 6 months or less; if the project duration is extended, a change order may be required. Should the project be delayed for six months or more, this scope will need to be reexamined in light of changing practices and the fee will need to be revised if Pinyon's rates have changed in that time period. To authorize the outlined scope of services, please issue a subconsultant agreement for review and execution. Should you have any questions or require additional information, please do not hesitate to call. Thank you for considering Pinyon for your environmental consulting needs. Sincerely, PINYON ENVIRONMENTAL, INC. Dustin J Collins Technical Group Manager - Air Quality and Noise collins@pinyon-env.com Pmyn Inimrn:sL w. ATTACHMENT A - SCOPE Assumptions: It is assumed that Pinyon will follow Colorado Department of Transportation (CDOT) processes unless otherwise noted. Some deliverables are design dependent as an impact evaluation is required and may not be available until or after design plans have been significantly advanced. Pinyon assumes that each deliverable will have two rounds of review/revision/comment: the first by the Weld County and second by CDOT. The following tasks and assumptions were developed using Pinyon's professional judgement, given the information presented in the REP, and Pinyon's knowledge of the corridor and environmental context. This scope, and associated fee, should be considered preliminary and subject to final scoping with CDOT and Weld County. Further, additional revision and/or refinement may be necessary as design advancement and design decisions are made, particu.ar,y if design changes result in required revisions of deliverables or additional field studies. ' Tasks - - Scope , .. of Work Summary Deliverables isms. General Project Managemert This task is for general project management, contract administration, invoicing, and similar. The kick-off meeting is expected to be attended virtually, along with other project meetings such as the FIR and FOR meetings. Monthly invoices Progress reports Project Resources that Pinyon will Provi•1=• Air Quality Based on project review, a conformity analysis will be required as the project location is in the Denver/Front Range ozone nonattainment area. Pinyon will document the conformity findings in an air quality technical report that complies with CDOT's Air Quality Project -Level Analysis Guidance. This scope does not include a quantitative analysis for greenhouse gas (GHG) emissions as the project is not expected to be a NEPA level higher than a CatEx, nor is it expected to meet the definitions of a regionally significant transportation capacity project. If required, a change order can be submitted to complete the GHG task. Air Quality Technical Report Noise Based on review of the project, it is possible and likely that the criteria will be met that would classify the proposed action as a Type I project. Therefore, a detailed noise analysis, to include the collection of noise measurements and noise modeling, will be required. Pinyon will coordinate with Benesch, Weld County, and CDOT as needed to agree upon noise measurement and receiver locations prior to performing measurements and modeling. Pinyon will perform the noise analysis in accordance with all applicable highway traffic noise regulations, requirements, and guidelines. All findings will be documented and presented in a technical report that meets Noise Analysis and Abatement Guidelines (NAAG). This scope includes two rounds of review of draft reports by appropriate entities after which Pinyon will revise the report and submit the final noise technical report. Based on the review of the project, it is likely that there will not be impacted noise sensitive receptors due to the rural setting and the low number of potential noise Type I Noise Report A -I P In n nitn,mrn AL Ur. ATTACHMENT A - SCOPE Task Scope of Work Summary Deliverables receptors. A noise analysis will be performed as required: however, this scope does not include the feasibility and reasonableness assessments of noise barrier(s), final noise barrier design, or a benefitted receptor survey. If any of these activities are required, the scope will need to be revised to complete the noise analysis. So that Pinyon can properly perform the Type I noise analysis, the following information needs to be provided to Pinyon by the client before Pinyon can begin the analysis: • Traffic volumes for existing conditions, the no -action alternative (if applicable), and future conditions action alternative(s). 1. The traffic volumes needed should be itemized to numbers of automobiles and light duty vehicles, medium trucks (all vehicles with two axles and six tires), and heavy trucks (three axles or greater). If classification data wasn't collected, a general assumption is needed at least for percent truck traffic. 2. A comprehensive traffic study if completed will provide most needed traffic information, and could be provided instead of above. • Designs in digital format for project elements. 1. Google Earth, AutoCad, Microstation, ArcGIS, or other design files that show the project -area geometry for both existing and future conditions. This includes roadway layout, edge of traffic lanes, ROW lines (existing and future, if applicable), walls or fences, and structures where possible. If not provided in Google Earth, we would need an accompanying coordinates and elevation file(s). 2. Also, if applicable, locations and elevation information on vertical changes, and existing and/or planned barriers. CAD files would provide the vertical change and barrier height information needed. • A list of locations of undeveloped parcels that have been permitted by the date of public knowledge. If due to design and coordination with CDOT, it is determined a Type I analysis is not required, Pinyon will prepare a Type III memo as necessary for clearance documentation. In that scenario, Pinyon would coordinate with Benesch on the smaller necessary scope and fee to complete that Type III memo. A-2 i J PK Electrical, Inc. ENGINEERING I DESIGN I CONSULTING 681 Sierra Rose Drive, Suite B I R?no, NV 895111 p 775.826 9010 ext 8816 4601 DTC Boulevard, Suite 740 I Denver, CO 80237 I p. 720.481 3290 pkelectrical corn Proposal For From Contract Proposal CP24543R1 Dec 17, 2024 Johnny Olson Benesch jwolson@benesch.com Project Description Alan Wiskus Principal Project CDOT Colorado Blvd and WC50 Roundabout Project will analyze a roundabout and a conventional intersection at Colorado Blvd (CR13) and Weld County Road CR50 for Johnstown, CO. We will be lighting the RAB and include lighting from CR50 to the south that ties into the Johnstown lighting system.. This should be very similar to the Roosevelt and CR13 project you are working on with us to the south. Scope of Services The electrical and lighting design intends to support the desired intersection reconfiguration into a roundabout at Colorado Boulevard and Weld County Road 50, in Weld County. We anticipate using new LED technology light standards that will provide essential illumination for the roundabout and the approach legs enhancing safety. PK Electrical will work to provide a transition design for the street lighting through the new roundabout, meeting Weld County and CDOT requirements, to create a safe and consistent experience for the users. The location of the project demands that special attention be paid to light pollution and color temperature to minimize impacts to the surrounding area. PK Electrical will perform a photometric study of the proposed design to ensure it meets standards for the new configuration. Electrical service and lighting design will be completed using the latest Johnstown, CDOT, AASHT0, IES, and United Power standards, guidelines, and practices. Complete lighting plans, including photometric calculations, will be created representing expected footcandle levels for the project area. Power plans will be created for coordination with United Power to represent potential electrical service needs, and conduit distribution to the lighting systems. Special design considerations for new roadway features and driver decision points will be made regarding safety, uniformity of light, and ongoing maintenance of the system. Design Meetings: • Virtual project Kick-off meeting • Participate in virtual design coordination meetings. • Virtual FIR and FOR Design Review Meetings Deliverables include: • CDOT - FIR Submittal • CDOT - FOR Submittal • CDOT - Issued for Bid Plans (IFB), CDOT Standard Technical Specifications, and CDOT Standard Engineer's Estimate • CDOT - IFC Plans and CDOT Standard Specifications Permit Phase services include responding to plan review comments and reissuing drawings as needed. Exclusions: • Field tracing existing circuiting and / or as -building of existing circuits. • Potholing and Field Locating Services • Digital renderings, permitplan check, and utility fees. • Submitting Utility applicat ons and plans to agency. • Field metering of existing electrical loads. • Selective Coordination and Arc -Flash Studies and Updates. • Design of Low Voltage Systems • Commissioning & Testing of Systems msev PK Electrical, inc. c NGINEERING I DESIGN I CONSULTING 681 Sierra Rose Drive, Suite B I Reno, NV 89511 1 p. 775.826.9010 ext 8816 4601 DTC Boulevard, Suite 740 I Denver, CO 80237 j p 720 481 3290 pkelectrical corn • Bidding Phase services include preparing IFC documents, responding to bidder RFI's and revisions as needed. • Design Services During Construction (DSDC) • Review and Response to construction RFIs • Closeout / Record Plans • Two Construction Observation / Site Visits Fee and Structure Amount FIR FOR IFC Permitting / Final Agency Review Time & Expense Time & Expense Time & Expense Time & Expense 11,536.00 7,416.00 4,944.00 2,884.00 Total Amount Terms and Conditions $26,780.00 See attached Terms and Conditions. Authorization and Acceptance (Acknowledgment of Concurrence with the foregoing) Date Alan Wiskus Principal Johnny Olson Sr Project Manager Horrocks December 12, 2O24 r.,v SUBJECT: Scope and Fee: Weld County Rd 50/Colorado Blvd (CR 13) Intersection Improvements Thank you for selecting Horrocks as a teaming partner for the WCR 50/13 Intersection Improvement project. Outlined below are the scope of services and associated fees for Horrocks to deliver the right of way acquisitions and utility coordination necessary to complete the project. This is a local agency project and will require CDOT standard acquisitions, following the Uniform Relocation Assistance and Real Property Acquisition for Federal and Federally Assisted Programs (Uniform Act). BACKGROUND/UNDERSTANDING • Based on the limits of survey, there are 14 potential, unique landowners, on both sides of the current road right-of-way, in all quadrants of the intersection. 3 owners live in Larimer County and 11 are within Weld. • Inter -governmental stakeholder coordination between CDOT, Town of Johnstown, Larimer County and Weld County. • There are at least 11 known utility providers within the survey limits for the project. Horrocks will work closely with the SUE contractor to obtain and keep record of interactions with utility providers as well as facilitate communications between the providers and the project team. SUMMARY OF SERVICES PROVIOLU BY HORROCKS LAND ACQUISITION 1. Send Permission to Enter letters and obtain written record to allow for land surveys, SUE, lidar placement, Geotech, and valuation services, including appraisals as necessary. 2. Attendance and participation in ROWPR meeting with CDOT Region 4. 3. Coordination of utility relocations, including facilitating communication between providers and project team, as needed. Assistance with crossing permits and relocation agreements. Assumes up to 100 hours of Senior Utility Coordinator time. 4. Shared spreadsheets with project status. 5. Order informational title reports based on a list to be established with the County at the project kick off meeting. 6. Document preparation, using County provided material. QA/QC of all documents. 7. Correspondence with stakeholders and attendance at in -person meetings with affected landowners; discussions of project details, irrigation concerns, access concerns and good faith negotiations once fair market value offers have been presented. 303-967-0353 I Horrocks.com 5670 Greenwood Plaza Boulevard, Suite 100W. Greenwood Village. CO 80111 8. Waiver valuations for acquisitions estimated to have a value under $10,000, offer preparation and delivery. Appraisals will be contracted and coordinated though Horrocks for an additional fee. Any easement or fee parcel acquisition valued over $10,000 requires an appraisal. 9. Preparation of CDOT Region 4 Closeout packages for all acquisitions. 10. Preparation and submittal of CDOT Utility and ROW Clearance packages. SERVICES NOT PROVIDED BY HORROCKS LAND ACQUISITION 1. Engineering and ROW design plans 2. Project staking or survey of any kind 3. Legal review of conveyance documents 4. SUE QL D -A sheets 5. Utility Relocation Design or associated replacement utility easements 6. Utility Relocation Agreements ASSOCIATED FEES See Attached Exhibit A Sincerely, Courtney Wallace, SR/WA ROW Acquisition and Utility Coordination Horrocks. 2 Exhibit A Utility CO Courtney PM Wallace -Senior $175 ROW - William Agentl$162 - Moreno Kenneth Agentl$162 - Harris Hours Fee ROW/ Tasks PTE Letters, Spreadsheet Updates 5 15 15 Progress Meetings 22 Utility Coordinati Dr with providers 100 5 5 Order and Review Reports 5 15 15 Title Document Prep and QA/QC 5 15 15 Correspondence. Easements Negotiations for 10 20 20 Irrigation meetings/ coordination 50 Preparation Packages of CDCT Closeout 5 15 15 Preparation Clearance of letters RCVS' and Utility 5 Agent Totals 207 85 85 36,225.00 13,770.00 13,770.00 I 63,765.00 Vendor Costs 1 43,200.00 Right Coordination of Way Acquisition and Utility 1061965,00 3 AkeCC).8? ®m p ALFRBEN-01 CERTIFICATE OF LIABILITY INSURANCE ZRINKUS DATE (MM/DD/YYYY) 12/27/2024 THIS CERTIFICATE 1S 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's an ADDITIONAL INSURED, the poltcy(tes) 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 Ames & Gough 859 Willard Street Suite 320 Quincy, MA 02169 CONTACT NAME PHONE 617 328-6555 FAX 617 328-6888 (ac, No, Ext) ( ) giC, No ( ) ADDRESS boston@amesgough coin INSURER(S) AFFORDING COVERAGE NAIL it INSURER Travelers Indemnity Company, A++, XV 25658 INSURED Alfred Benesch & Company 7979 East Tufts Avenue Suite 800 Denver, CO 80237 INSURER B Charter Oak Fire Insurance Company A++ (XV) 25615 INSURER c Travelers Property Casualty Company of Amenca, A++, XV 25674 INSURER D Phoenix Insurance Company A++, XV 25623 INSURER E Berkshire Hathaway Specialty Insurance Company (A++XV) 22276 INSURER F COVERAGES CERTIFICATE NUMBER REVISION NUMBER 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 POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS TVTVTYPE OF INSURANCE ADDL IT Ter's POLICY NUMBER POLICY EFF IMMIDD/YYYYi POLICY EXP IMM/DD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY ICLAIMS MADE ?( OCCUR630-0D870755 X x 5/31/2024 5/31/2025 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occunenceJ $ 1,000,000 MED EXP (Any one person) $ 10,000 PERSONAL BADVINJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN L AGGREGATE LIMIT APPLIES PER POLICY ® jELQT ® LOC OTHER PRODUCTS - COMP/OP AGG $ 2,000,000 B AUTOMOBILE X LIABILITY ANY AUTO OWNED AUTEO�S ONLY AUTOS ONLY SCHEDULED AUTOpSyyN p X A19TOS NEE X X 810-4X668955 5/31/2024 5/31/2025 COaMBINED SINGLE LIMIT aadent) 1,000,000 $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ (Per PERJHtDAMAGE $ C X UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS MADE CUP-9R47920A 5/31/2024 5/31/2025 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 $ DED I X I RETENTIONS 0 0WORKERS COMPENSATION AND EMPLOYERS LIABWTY ANY PROPRIETOR/PARTNER/EXECUTIVE TIN OFFICER/MEMBER F�CCLUDED? ® (Mandatory In NH) ITyes desonbeunder DESCRIPTION OF OPERATIONS below X s i A UB-5K723986 5/31/2024 5/31/2025 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 $ E Professional Liab E 47EPP30529707 47EPP30529707 5/31/2024 5/31/2024 5/31/2025 5/31/2025 Per Claim Aggregate 1,000,000 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Adddional Remarks Schedule, may he attached iT more space Is regwred) If AI boX Is checked, GL Endt Form# CGD604, Auto Endt Form# CAT499 to the extent provided therein applies and all coverages are in accordance with the policy terms and conditions RE (PM Johnny Olson) - WCR13/50 Intersection Realignment Weld County Government and State of Colorado employees shall be included as additional insured with respects to General and Auto Liability where required by written contract A Waiver of Subrogation and 30 Day Notice of Cancellation is provided in accordance with the policy terms and conditions Contractual Liability is included in the standard policy language with regards to the General Liability policy where required by written contract Owners, Contractors and Subcontractors are included under the general liability policy in accordance with policy terms and conditions CANCELLATION Weld County tY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS ATTN Mike Bedell PO Box 758 AUTHORIZED REPRESENTATIVE Greeley, CO 80632 RXEGL Yvt1.Yuvi i/ I ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION All rights reserved The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name * BENESCH Entity ID* @00049415 Contract Name* WCRI 3/ 50 INTERSECTION REALIGNMENT PROJECT DESIGN SERVICES Contract Status CTB REVIEW I New Entity? Contract ID 9001 Contract Lead * MBEDELL Contract Lead Email MBedell@weld.gov Parent Contract ID Requires Board Approval YES Department Project # GR-62 Contract Description * DESIGN IMPROVEMENTS FOR THE WCR 1 3 / 50 INTERSECTION. COST SHARE FUNDING PARTNERS ARE CDOT, TOWN OF JOHNSTOWN, AND LARIMER COUNTY. Contract Description 2 Contract Type * AGREEMENT Amount* $1,121,495.00 Renewable * N O Automatic Renewal N O Grant NO IGA N O Department PUBLIC WORKS 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 Requested BOCC Agenda Date * 01 08'2025 Due Date 01 04/2025 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2400124 If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID N ote: the Previous Contrac- 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 Purchasing Approver TOBY TAYLOR Approval Process Department Head DUANE NAIBAUER DH Approved Date 12/31 /2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 01 /06/2025 Review Date* 12/31/2026 Committed Delivery Date Contact Type Renewal Date Expiration Date* 12/31/2026 Contact Email Contact Phone 1 Purchasing Approved Date 01 /02; 2025 Finance Approver CHERYL PATTELLI Finance Approved Date 01 02;'2025 Tyler Ref # AG 010625 Originator MBEDELL Legal Counsel BYRON HOWELL Contact Phone 2 Legal Counsel Approved Date 01/02/2025 MEMORANDUM Date: December 18, 2024 To: Toby Taylor, Purchasing Manager From: Michael Bedell, Senior Engineer RE: Engineering Services (RFP #B2400124) for WCR13/50 Intersection Realignment Project Public Works has conducted a Qualifications Based Selection (QBS) process to select a consultant to perform the Design Engineering Services for the WCR13/50 Intersection Realignment Project. A selection committee comprised of four (4) Public Works Department staff and one (1) County Attorney Office staff reviewed and scored the seven (7) vendor proposals received on 10/25/24, using a pre -determined selection criterion. On 11/13/24 the scoring committee conducted interviews with the two highest scoring proposals. After interviews it was determined the highest scoring vendor was Benesch, Denver office. A design fee amount of $1,121,495.00 has been submitted by Benesch, along with their detailed scope of work. The primary scope of their proposed work is to perform design engineering services which will result in final bid documents to be used for construction. It is Public Works Department recommendation to award a professional services contract to Benesch for a total amount of $1,121,495.00. This project is included as a line item in the 5 -year CIP and includes a Federal -Aid (CDOT oversight) grant not to exceed $1,632,177, a cost -share from Town of Johnstown not to exceed $1,109,507, and a cost -share with Larimer County not to exceed $16,965. 12/23 Z024 -Z S2 E -G OO3Z Attachment 1 Summary of Committee Member Scorin Consultant Name Final Ranking Sunrise Engineering 6 J -U -B Engineering 5 JR Engineering 7 Muller Engineering 2 Sanbell 3 Benesch 1 Drexel Barrell 4 WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverettweld.gov cgeisertC weld.gov ttaylor c 2weld.gov Phone: 970-400-4222, 4223 or 4454 DATE OF BID: OCTOBER 25, 2024 REQUEST FOR: WCR 13-50 INTERSECTION REALIGNMENT PROJECT DEPARTMENT: PUBLIC WORKS BID NO: B2400124 PRESENT DATE: OCTOBER 30, 2024 APPROVAL DATE: T -BD - DECEMBER 23, 2024 VENDORS SANBELL - ROCKY MOUNTAIN 425 W MULBERRY ST, STE 201 FORT COLLINS CO 80521 BENESCH 7979 E TUFTS AVENUE, STE 800 DENVER CO 80237 JR ENGINEERING LLC 7200 S ALTON WAY, STE C400 CENTENNIAL CO 80112 MUELLER ENGINEERING COMPANY 7245 W. ALASKA DR, STE. 300 LAKEWOOD CO 80226 DREXEL, BARRELL & CO 1376 MINERS DRIVE, STE 107 LAFAYETTE CO 80026 J -U -B ENGINEERS INC 2809 E. HARMONY RD #300 FORT COLLINS CO 80528 SUNRISE ENGINEERING LLC 201 COMMERCE DRIVE, UNIT 1 FT COLLINS CO 80524 THE PUBLIC WORKS DEPARTMENT IS REVIEWING THE BIDS. WELD COUNTY PURCHASING 1301 N 17th Avenue, Greeley, CO 80631 reverett(c�weld goy cgeisertameld gov ttaylor(a�weld nov Phone 970-400-4222, 4223 or 4454 DATE OF BID OCTOBER 25, 2024 REQUEST FOR: WCR 13-50 INTERSECTION REALIGNMENT PROJECT DEPARTMENT PUBLIC WORKS BID NO: B2400124 PRESENT DATE OCTOBER 30, 2024 APPROVAL DATE: TBD VENDORS SANBELL - ROCKY MOUNTAIN 425 W MULBERRY ST, STE 201 FORT COLLINS CO 80521 BENESCH 7979 E TUFTS AVENUE, STE 800 DENVER CO 80237 JR ENGINEERING LLC 7200 S ALTON WAY, STE C400 CENTENNIAL CO 80112 MUELLER ENGINEERING COMPANY 7245 W. ALASKA DR, STE. 300 LAKEWOOD CO 80226 DREXEL, BARRELL & CO 1376 MINERS DRIVE; STE 107 LAFAYETTE CO 80026 J -U -B ENGINEERS INC 2809 E. HARMONY RD #300 FORT COLLINS CO 80528 SUNRISE ENGINEERING LLC 201 COMMERCE DRIVE, UNIT 1 FT COLLINS CO -80524 _ THE PUBLIC WORKS DEPARTMENT IS REVIEWING THE BIDS. 2024-2882 10/ 30 EC -100K2 Hello