Loading...
HomeMy WebLinkAbout20243117.tiffConivack ID4:90(c57_ PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND RMS INC. THIS AGREEMENT is made and entered into this 3tday of qbtAkOJA. , 2025, by and between the Board of Weld County Commissioners, on behalf oflic Works Department, hereinafter referred to as "County," and RMS Inc., 2221 E. Arapahoe Road, #3041, Centennial, CO 80122, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Request for Request for Proposal (RFP) as set forth in Bid Package No. B2400133, Bridge 60.5/49A Replacement Project. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this cone- 149,encSkx Z/3/25 2024-3111 Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties, and this Agreement shall be modified 2 accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $1,751,987.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Any provisions in this Contract that may appear to give the County the right to direct contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 3 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records, and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, 4 Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with bid quantity errors resulting in change orders which must be approved by the Weld County Board of Commissioners, Contractor shall be financially liable for such increased costs. The Contractor may opt to cover this increased cost with a claim towards their Professional Liability Insurance. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A -VII. The County in no way warrants that the above -required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or 5 subcontractor is exempt under Colorado Workers' Compensation Act, AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance - Occurrence Form Policy shall indude bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, trustees, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall indude Minimum Limits as follows: General Aggregate $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance Bodily Injury and Property Damage for any owned, hired, and non -owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. 6 Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 14. Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance "Weld County, its successors or assigns; its elected officials, employees, agents, affiliated entities, and volunteers as Additional Insureds" for work that is being performed by the Contractor. On insurance policies where Weld County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. The County reserves the right to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 7 15. Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non - renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 16. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above -described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 17. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits 8 contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 18. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 19. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 20. Indemnity. The Contractor shall indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against any and all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs, (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused in whole or in part by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation Law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration of award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. 9 A failure of Contractor to comply with these indemnification provisions shall result in County's right but not the obligation to terminate this Agreement or to pursue any other lawful remedy. 21. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 22. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 23. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. 24. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: 10 TO CONTRACTOR: Name: Clint Krajnik, P.E. Position: Principal Bridge Engineer Address: 2221 E. Arapahoe Road, #3041 Address: Centennial, CO 80122 E-mail: ckrajnik@rmsmobility.com Phone: 303-667-2672 TO COUNTY: Name: Michael Bedell, P.E. Position: Senior Engineer Address: Weld County Public Works Department Address: P.O. Box 758, Greeley, CO 80632 E-mail: mbedell@weld.gov Phone: 970-301-0780 25. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 26. Non -Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 27. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 28. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 29. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 30. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement 11 (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 31. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 32. Non -Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other immunities, rights, benefits, and protections, provided by the Colorado Governmental Immunity Act §§24-10-101 et seq., as from time to time amended, or otherwise available to the County, its subsidiary, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. 33. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 34. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 35. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 36. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)), nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. 12 Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 37. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 38. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: RMS, Inc. _ By: Name: Ryan Sisson Title: President January 28, 2025 Date of Signature WELD COUN : ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board Wes! COUNTYL COLORADO BY: Deputy Clerk to the Boar •It� �, ' r „'tom f Buck, Chair FEB 0 3 2025 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: P rofessional Engineering design services associated with the Bridge 60.5/49A Replacement P roject. A Mandatory Pre -Proposal Meeting will be held on November 6, 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: November 22, 2024, at 1:00 PM (Weld County Purchasing Time Clock). The submitted Proposals will be read over a Microsoft Teams Conference Call on P ovember 22, 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: 822 418 723# 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. Proposal Submission P REFERRED: E -Mail Proposals to bids(c�weld.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 500MB. If vendor does not desire electronic 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. 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. In addition to the proposal submission and deadline identified above, Proposer shall submit 5 hard copies to the Purchasing Division. These copies will be used by the selection committee and must be received at Purchasing Division located at 1301 North 17th Avenue on November 22, 2024, by 5:00 P M. Solicitation #B2400133 Page 3 Introductory Information 1 Proposals shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each Proposal must give the full business address of Proposer and be signed by them with their usual signature. Proposals by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Proposals by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A Proposal by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the Proposal of the individual signing. When requested by the Weld County Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Proposer. All corrections or erasures shall be initialed by the person signing the Proposal. All Proposers shall agree to comply with all the conditions, requirements, specifications, and/or instructions of this 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 Schedule A. 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 P urchasing Division for the premature opening of a Proposal not properly addressed and identified. Proposals may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing Proposer prior to the time fixed for award. Negligence on the part of a Proposer in preparing the Proposal confers no right for the withdrawal of the Proposal after it has been awarded. Proposers are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the Proposers' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County Proposers in all cases where said Proposals are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting Proposals for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject 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 #B2400133 Page 4 Cooperative Purchasing Weld County encourages cooperative purchasing to assist other agencies to reduce their cost of solicitations and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation #B2400133 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 bridge and road design generally consisting of but not limited to the following: • Detailed bridge and road design and plans preparation using Weld County and CDOT design criteria and Weld County AutoCAD templates. Plan sets include 30%, 60%, 95%, and final construction plans. CDOT and County staff will review the plans and provide comments that will have to be addressed. Assume two rounds of review and revisions at each plan's submittal stage, and if more than two rounds are required the Contract Professional will be responsible for such costs. • Surveying for all aspects of design, including ROW Plans and permission to enter forms. The ROW Plans shall be 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, irrigation 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. • Flood Hazard Development Permit from the Weld County Planning Department. The consultant shall submit all floodplain modeling to FEMA as a CLOMR and LOMR, including the associated fees. Floodplain modeling will consist of both one- dimensional (1D) and two-dimensional (2D) modeling methods. This work will include an as -built survey to be completed after construction. • 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. Solicitation #B2400133 Page 6 • Utilities relocation planning, design, and coordination including relocation agreements, onsite meetings, incorporation of the utility's design into the construction plans, etc. • ROW and Easement acquisition services including appraisals, onsite meetings, coordination with landowner, etc. ROW acquisition shall follow the Uniform Act. • Possible construction phase engineering services including project management, inspection, shop drawing reviews, fabrication inspections, requests for information, and testing activities. • County shall not be responsible for any costs associated with the Contract Professional failure to properly address review comments. Method of Procurement Qualifications -Based Selection (QBS): A Qualifications -Based Selection (QBS) is a procurement method used for the competitive selection of architectural, engineering, or similar professional services under which the most appropriate professional or firm is selected based on qualifications such as knowledge, skill, experience, and other project -specific factors, rather than on solely fees. QBS is typically achieved through an RFP process. Contract Pricing Method Negotiated Price: Negotiated contract prices are fees provided and agreed upon between the County and the Proposer after selection. Project Scope The scope of this project is generally described as replacement of an existing bridge. This will include roadway approaches with wider shoulders. Design work will also include the stormwater drainage system. 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 bridge and roadway will be identified and acquired. In addition to the items described above in the Project Overview, the following items shall be included in the project scope: A. General Requirements 1. Weld County will provide any associated CAD files and available survey to the Contract Professional upon award of the Contract. 2. The Contract Professional shall provide a full range of engineering services and accept project management responsibility at all levels. 3. All AutoCAD (Civil 3D) files shall follow the standards as approved by Weld County. 4. All design work shall be completed using the latest AASHTO and CDOT design and construction standards or guidelines, practices, and procedures. The Contract Professional shall also utilize the Weld County Engineering Criteria Manual for design parameters. In the event of a discrepancy between the design standards, the most stringent shall apply, as determined solely by Weld County. 5. The Contract Professional and sub -consultants shall obtain a ROW Permit from Weld County and CDOT when performing all field investigations and fieldwork. There will be no Solicitation #B2400133 Page 7 charge for the Weld County ROW permit, however, the Contract Professional shall provide traffic control plans, certificates of insurance, and the ROW permit application for review and issuance The cost of all traffic control (including permitting) shall be included in the cost of the work All traffic control is subject to the County's acceptance prior to the commencement of the work 6 The Contract Professional shall provide monthly invoices including detailed written monthly progress reports for the project duration 7 The cost and work hours submitted by the selected Contract Professional shall include a line item described as Other Professional Services (OPS) intended to be utilized in cases of unforeseen circumstance, in the amount of $100,000 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 The consultant will be required to provide conceptual design alternatives (at least three) for submission in a formal final Bridge Selection Report 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 Contract Professional shall arrange for a third -party review by a Structural Professional Engineer be conducted to ensure the design is adequate Solicitation #B2400133 Page 8 5 The Contract Professional shall coordinate the identification of rights -of -ways, permanent easements, and temporary construction easements required to construct the project The work will require the preparation of right-of-way/easement exhibits and plans for the project 6 The Contract Professional shall provide the County an electronic copy of the plans for review, and a detailed Engineer's Estimate of the construction costs for review The Contract Professional shall provide quantity calculations (hand calculations) for the twenty- five (25) costliest bid items in the Plans CDOT will perform an F I R level review of the design plans, specifications, reports, and cost estimate 7 The Contract Professional shall prepare an agenda, attend the preliminary design review meeting, and provide support for the meeting Meeting minutes will be prepared by the Contract Professional 8 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 Bridge and Roadway Sections/Details d General Notes e Summary of Approximate Quantities f Summary of Earthwork Quantities g Tabulations h Survey Control i Demolition/Removal Plans j Utility Plans — Existing k Utility Plans — Proposed Relocation I Right of Way Plans m Roadway, accesses, and driveways Plan and Profile n Grading Plans o Drainage Plans, Profiles, and Deta Is p Bridge Structural Plans q Stormwater Management Plans (SWMP) r Signing and Striping Plans s Construction Phasing Plans t Method of Handling Traffic (MHT) Plans u Cross Sections D. Final Design (FOR Level or 95% Design) 1 The Contract Professional shall provide detailed hand calculations for all bid items which are part of the project 2 The Contract Professional shall provide finalized reports and plan sets listed above for the final design phase, and for the final bid documents 3 The Contract Professional shall prepare project special provisions for those items which are not already covered by the County project special provisions CDOT will perform an FOR -level review of the design plans, specifications, reports, and cost estimate 4 The Contract Professional shall provide an Engineer's Estimate of all bid items for review and comment The Contract Professional shall provide calculations (hand calculations) for the thirty (30) costliest bid items in the Plans Solicitation #B2400133 Page 9 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 pdf format 7 The Contract Professional shall provide detailed design plans for all aspects of the project 8 The typical plan set for the final design level shall include but not be limited to the following plan subsets a Title Sheet b M&S Standard Plan List c Typical Bridge and 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 Plans, Profiles, and Details r Bridge Structural Plans 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 Solicitation #B2400133 Page 10 E. Post -Design Services 1 The Contract Professional shall acquire the ROW, permanent easements, and temporary construction easements on behalf of the County The work will require the preparation of right-of-way/easement exhibits and plans for the project All ROW acquisition shall substantially follow the Real Estate Acquisition Guide for Local Public Agencies published , by FHWA, the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, 42 U S Ch 61 (Uniform Act), and Title 38 of the Colorado Revised Statutes (CRS) 2 The Contract Professional shall coordinate the relocation of utilities, oil and gas facilities, and agricultural irrigation facilities This coordination task also includes drafting relocation agreements with the affected utility or oil/gas companies 3 The Contract Professional may be requested to provide additional engineering services during the construction phase Solicitation #B2400133 Page 11 Schedule C - Project Schedule Schedule Below is the anticipated approximate schedule for this project: RFP Advertisement P re -Proposal Meeting P roposals Due Contract Awarded Final Design Completion ROW/Easements Acquisition Completed U tilities Relocation Completed Construction Completed October 16, 2024 N ovember 6, 2024 N ovember 22, 2024 to be determined to be determined to be determined to be determined to be determined Solicitation #B2400133 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 submittals shall be mainly made up of 8 '/2" x 11" paper. a. 11" x 17" paper shall be used for presenting large tables or drawings. This size paper will be counted as two pages towards the 25 -page size limit. b. Text font sizes shall be 11 point or larger for readability. c. In addition to the Proposal submission instructions and deadline identified above, Proposer shall submit 5 hard copies to the Purchasing Division. These copies will be used by the selection committee and must be received at Purchasing Division located at 1301 North 17th Avenue on November 22, 2024, by 5:00 PM. RFP Response Scoring Criteria The proposals will be evaluated using the following criteria. Each proposal will be individually evaluated by a team of reviewers. Each reviewer will score each of the proposals following the criteria outlined in Table 1. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. After the reviewers have scored each proposal, the individual reviewer scores will be totaled. The Contract Professionals with the 2 to 3 highest scoring proposals may be invited to participate in interviews. If interviews by the Department are required, they will be evaluated using the criteria outlined in Table 2. After all scores have been determined, the Contract Professional with highest score will be the first to be considered for submittal of a cost proposal to the County. If subsequent contract negotiations with the highest scoring Contract Professional are unsuccessful, the County will then attempt contract negotiations with the next highest scoring vendor. Solicitation #B2400133 Page 13 Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80601 Table 1 — Proposal Scoring Criteria Criteria Standard Scoring Weighting Factors Scoring Range % Evaluation Evaluation Scope Proposal of The proposal proposed goals clearly of of methodology the the County. shows project an objectives. meets the 1 to 5 5.0 5% - 25% understanding The desired Critical Issues The clearly associated offers proposal solutions understands with demonstrates to the the the project. critical major that issues the proposal team 1 to 5 5.0 5% - 25 The issues. Project Control The controlled. quality proposal of process the describes product. team in place has how demonstrated to manage costs will the be a 1 to 5 3.0 3% - 15% QA/QC The Location/ Familiarity coordination team's policies location team and of the is construction familiar does project not with with criteria. affect the Weld 1 to 5 3.0 3% - 15% The the County. County The Schedule schedule the team have project has contains adequate demonstrated goals sufficient are availability. met. the detail to 1 to 5 4.0 4% - 20% The ensure project personnel The key Table 2 - Interview Scoring Criteria Evaluation Standards Evaluation Criteria Work Approach Team proposed and clearly described their approach for completing the project. work approach The team is appropriate offered innovative for the ideas size and for scope the project. of the project. The team's Project Qualifications Manager The proven The team's team's track project project record manager to manager complete demonstrates has projects adequate of this effective qualifications scope communication and and complexity. a Quality of Presentation The being use team's of interviewed audio-visual presentation displayed aids was was effective effective. clear and communication easy to understand. skills. The The people team's Question/Answer Session The selection a clear team understanding committee. provided good The of the answers answers project to provided and the the questions by project the asked team goals. demonstrated by the All Scoring Criteria Must Be Met Schedule E - Proposal Required Forms Proposal Submittal Instructions The following documents must be completed and submitted with your proposal on or before the proposal submittal deadline of November 22, 2024, at 1:00 PM: 1) Schedule E — Proposal Form. 2) IRS Form W9, if applicable. 3) All other items as requested in the Proposal Specifications and/or Scope of Work. 4) Any potential or future addenda must be completed/acknowledged. *A current W9 is required for new proposers. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your Proposal may result in your Proposal being incomplete, non -responsive, and your Proposal being rejected. If there are any exclusions or contingencies submitted with your proposal it may be disqualified. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The Proposal proposed herein meets all the conditions, specifications and special provisions set forth in the for Proposal for Request No. #62400133. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement of Schedule F — Insurance and Bond 5. Acknowledgment of Schedule G — Weld County Contract 6. By submitting a responsive Proposal, 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 any and 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 #B2400133 Page 15 CONTRACT PROFESSIONAL By Name Title Date of Signature Solicitation #B2400133 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 $1,000,000 $1,000,000 $5,000 Per Person b. Automobile Liability: Automobile Liability Insurance covering any auto (including owned, hired, and non -owned autos) with a minimum limit of $1,000,000 each accident combined single limit. c. Workers Compensation: Workers Compensation insurance as required by state statue, and employers' liability insurance covering all employees acting within the course and scope of their employment. d. Professional Liability: Professional Liability Insurance covering any damages caused by an error, omission or negligent act with minimum limits as follows: Each Occurrence General Aggregate $1,000,000 $2,000,000 2. The Contract Professional's commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability insurance policies and/or certificates of insurance shall include the following provisions: a. Underwriters shall have no right of recovery or subrogation against the County, it being the intent of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any losses resulting from the actions or negligence of the Contract Professional. b. The insurance companies issuing the policy or policies shall have no response against the County for payment of any premiums due or for any assessments under any form of any policy. c. Any deductibles contained in any insurance policy shall be assumed by and at the sole risk of the Contract Professional. Solicitation #B2400133 Page 17 3. If any of the said policies shall be or at any time become unsatisfactory to the County as to form or substance, or if a company issuing any such policy shall be or at any time becomes unsatisfactory to the County, the Contract Professional shall promptly obtain a new policy, submit the same to the Purchasing Division of Weld County for approval, and thereafter submit a certificate of insurance as herein provided. a. Upon failure of the Contract Professional to furnish, deliver, and maintain such insurance as provided herein, this Agreement/Contract, at the election of the County, may be immediately declared suspended, discontinued, or terminated. b. Failure of the Contract Professional to obtain and/or maintain any required insurance shall not relieve the Contract Professional from any liability under the Agreement/Contract, nor shall the insurance requirements be construed to conflict with the obligations of the Contract Professional concerning indemnification. c. Contract Professional shall provide copies insurance coverage policies to the County department maintaining contract administration duties. These include initial policy, updates or changes to coverage, extensions, renewals, etc. Insurance Mailing Information Certificates of Insurance shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Michael Bedell, Senior Engineer Email: mbedell@weld.gov Telephone: 970-301-0780 Mail: Weld County Public Works Department ATTN: Michael Bedell, Senior Engineer P.O. Box 758 Greeley, CO 80632 Solicitation #B2400133 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 Standard Contract shown in Schedule G of this document. 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 Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non - appropriation, and termination. 5. Contract Professional's Response to this solicitation shall indicate their willingness to enter the Weld County Standard Contract or Contract Professional shall identify and include any proposed revisions they have for the Weld County Contract. Any proposed revisions made by the Contract Professional after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter the Contract is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project -by - project basis that provide further clarification. Weld County Standard Contract 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 #B2400133 Page 19 NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties Flereto 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 B2400133 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 Terminati •-n; 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, tiy 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 #B2400133 ^, Page 20 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 an4uch 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 i 6 Compensation. Upon Contract Professional's successful completion, and County's acceptance of the work, County agrees to pay Contract Professional an amount not to exceed $ as set forth in the Exhibits No payment more than that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional shall forthwith return such payment(s) to County Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County County will not withhold any taxes from monies raid 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) Solicitation #B2400133 Page 21 7 Independent Contractor. Contract Professional agrees that it is an independent contractor and that Contract Professional's officers, agents or employees will,not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County because of the execution of this Agreement Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement 8 Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the reputation and expertise of Contract Professional Contract Professional shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the, performance of this Agreement and no personnel to whom County has an 'objection, in its reasonable discretion, shall be assigned to the Work Contract Professional shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, by this Agreement, assumes toward County County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contract Professional and Contract Professional shall cooperate in such process The Contract Professional shall be responsible for the acts and omissions of its agents, employees, and subcontractors 9 , Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain (as applicable), the property of County In addition, all reports, documents, data, plans, drawings, records, and computer files generated by Contract Professional in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether such materials are in completed form, shall always be considered the property of the County Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County 10 Confidentiality Confidential information of the Contract Professional should be transmitted separately from 'non -confidential information, clearly denoting in red on the relevant -document at the top the word, "CONFIDENTIAL " However, Contract Professional is advised thatas a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C R S 24-72-201, et seq , regarding public records, and cannot guarantee the confidentiality of all documents Contract Professional agrees'to keep confidential all of County's confidential information Contract Professional agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the,County Contract Professional agrees to advise its employees, agents, and Contract Professionals, of the confidential and proprietary nature of this confidential information and ofthe 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 Solicitation #B2400133 Page 22 them for County review If the County expenences 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 materials) 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 nghts against County The Contract Professional shall furnish a certificate of insurance for general liability, automobile liability, workers compensation, and professional liability upon notification of award and prior to performance Work shall not commence under this Agreement/Contract until the Contract Professional has submitted to the County, and received approval thereof, the certificate of insurance showing compliance with the follow ng 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 employees acting within the course and scope of their employment Solicitation #B2400133 Page 23 Professional Liability Professional Liability Insurance,covenng 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 include the fol owing 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 po icies 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 iTmediately 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 investigation, defense, and judgment costs where this contract of indemnity applies In Solicitation #B2400133 Page 24 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 clanfiation or instruction shall be directed to County Representative All notices or other communications made by one party to the other concerning the terms'and conditions of this contract shall be deemed delivered under the following circumstances a) personal service by a reputable courier service requiring signature for receipt, or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract, or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party, or Either party may change its notice address by written notice to the other Notice may be sent to TO CONTRACT PROFESSIONAL Name Position Address Address E-mail Phone Solicitation #B2400133 Page 25 TO COUNTY: Name: Position: Address: Address: E-mail: Phone: Michael Bedell, P.E Senior Engineer P ublic 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 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 n ature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or u nenforceable by a court of competent jurisdiction, this Agreement shall be construed and e nforced 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 e nforcement, 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 #B2400133 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 Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute 30 Public Contracts for Services. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment, in the United States to perform work under this Agreement, through participation in the E -Verify program Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement Contract Professional shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed If Contract Professional obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts' with an illegal alien, Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional ,has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice Contract Professional -shall not terminate the contract if within three days the subcontractor provides -information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien Contract Professional shall comply with reasonable requests made during an investigation by the Colorado Department of Labor and Employment Contract Professional shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of federal or state law If Contract Professional fails to comply with any requirement of this provision, County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages Except where exempted by federal law and except as provided in C R S § 24-76 5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States, if such individual applies for public benefits provided under the contract If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by federal or state law, and (c) shall produce one of the forms of identification required by federal law prior to the effective date of the contract Solicitation #B2400133 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 BY BOARD OF COUNTY COMMISSIONERS o the Board WELD COUNTY, COLORADO Deputy Clerk to the Board Kevin D Ross, Chair Solicitation #B2400133 Page 28 Rose Everett From: Sent: To: Cc: Subject: Attachments: Ryan Sisson < rsisson@rmsmobility.com> Friday, November 22, 2024 10:26 AM bids Clint Krajnik; Stephanie Sisson RFP B2400133 Bridge 60.5-49A Replacement-RMS Inc 2024101400_Weld County-WCR60.5_100_Proposal--RMSinc.pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hi Weld County Purchasing Division, Attached is the proposal for RMS, Inc. for the B2400133 Bridge 60.5-49A Replacement Project. Please consider this our official email submittal, with a PDF less than 25MB. In accordance with the proposal submission requirements, I hereby waive my right to a sealed proposal. In addition, we will be delivering 5 hard copies with a backup USB drive today by 5pm. Thank you for the opportunity to support Weld County! Please let me know if you have any questions or need anything else. Thanks, Ryan Sisson, PE RMS, Inc. 303-547-4835 https://www.rmsmobility.comi 'RMS INFRASTRUCTURE ; MOBILITY ; INNOVATION B2400133 REQUEST FOR PROPOSALS (RFP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT SUBMITTED BY: NOVEMBER 22, 2024 BIDNET SOLICITATION #B24OO133 BIDNET REFERENCE #0000365893 INFRASTRUCTl1RE . MOBILITY 1 INNOVATION 'ARMS REQUEST FOR PROPOSALS (REP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT • SCOPE OF THE PROPOSAL RMS is pleased to present this proposal to Weld County Public Works (Weld County) for design services of the Bridge 60.5/49A Replacement Project. We believe our team, led by Project Principal Ryan Sisson, Project Manager/Structures Lead Clint Krajnik, Utility/ROW/Irrigation Oversight Lead Kyle Dorrenbacher, and CDOT Process Oversight Lead Stephanie Sisson, and supported by a highly talented team of engineers, has the right experience, technical capabilities, and depth of resources to deliver this project. We are willing to comply with all work requirements and other terms and conditions as specified in this Solicitation. The scope of this project consists of removal of the existing bridge and replacement with a new bridge in the same location. We understand that Weld County and CDOT have entered into an IGA which includes CDOT Off -System Bridge Replacement Federal Aid grant funds associated with this project, and thus the project will need to follow the CDOT Local Agency process, including oversight during both design and construction. If selected, the RN'S Team will design all aspects of the project and produce a complete set of plans and specifications used for construction purposes. Design for this project will include Bridge, Roadway, Stormwater Drainage, Floodplain Analysis. SUE and Utility Coordination, Survey, Right -of -Way (ROW) identification and acquisition, Geotechnical, Environmental clearances/permitting, and Construction Administration (if desired). MEETING OR EXCEEDING PROJECT GOALS Relying on our history of innovation and commitment to technical excellence, our team will design a project within the budget and schedule provided by the County. Below is our understanding of the Weld County goals for this project, their associated objectives, our methodo ogles to accomplish the goals, and the results Weld County can expect if our team is selected. 1 J Q O U N J 0 U Replace Bridge 60.5/49A with a new structure Project Objective Complete Set of Plans and Specifications Bridge 60.5/49A was built in 1967 and at 57 years old and with a deck rated as Poor, it has been deemed past its useful service life. Weld County desires the selected consultant team handle all design aspects required to complete a full set of plans and specifications to be used for construction of a replacement bridge. Methodologies To Be Used A Local, Experienced Team The RMS Team has worked exclusively in Colorado on Colorado projects. RMS will provide Project Management, Bridge, Roadway, Stormwater, Phasing and oversight of Utilities, ROW, and the COOT Process. Hand-picked subconsultants will provide services for Floodplain, Geotechnical, Survey. SUE, ROW and Third Party Peer Review. We will use environmental consultant Tiglas Ecological Services (Tiglas) for environmental clearance and permitting. See Pages 6 and 7 for all Key Personnel proposed for this project. Desired Final Result The proposed team for this project is essentially the same design team currently working with Weld County on the High Plains Boulevard project, and we are excited for the opportunity to continue working with the County to complete a high quality set of plans and specifications for this project. The new bridge will be designed and constructed within the project budget Project Objective Stewardship of Public Funds The project budget is $9.6M, which includes design, construction, utilities, and ROW costs. Methodologies To Be Used Value Engineering at the Front End The RMS Team will deliver an economical design that utilizes proven techniques in practical bridge innovation. This is a skill that our highly talented and creative bridge team has developed while collaborating with contractors on a combined twelve winning Design -Build and ten Ch// GC projects with Kraemer North America, Lawrence Construction, Kiewit, RL Wadsworth, and SEMA. Desired Final Result. On Design -Bid -Build projects, Vague Engineering can always take place during construction, but the value is more lucrative to Weld County if it is realized during design. RNS is an industry leader in using practical innovation to save costs. See the concepts and approaches we have developed for this bridge replacement on Pages 14 and 15. Scope of Proposal - Page 1 of 25 ARMS M J Q 0 a 0 a In Q 0 C Q 0 U, REQUEST FOR PROPOSALS (RFP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT The new bridge will be open to traffic by July 2027. - - - Project Objective Commitment to Stakeholders The schedule provided by Weld County has design contract awarded in January 2025 with final plans in l'ay 2026 to facilitate construction of the new bridge by July 2027. Methodologies To Be Used Highly Efficient Design Team The proposed schedule appears reasonable given the scope of the project. But even the best planned projects can suffer from setbacks that ultimately pinch the design schedule. The RMS Team is highly efficient at executing quality designs in an aggressive schedule when needed. Attacking critical path items and getting designs right the first time are the cornerstones of the RMS approach to design. Desired Final Result For the Central City Parkway Interchange project RMS completed final plans and specifications in less than 6 months from notice to proceed, which included preliminary and final design of a challenging curved flyover bridge, see page 10. A skilled, efficient design team is paramount to maintaining project schedule. Project Objective Property Owners, Agricultural Businesses & Motorists Fulfill the obligation to the public to minimize delays, maintain existing access, and reduce impacts to mobility. commerce, and agriculture during construction. Methodologies To Be Used Speed up Construction It is our understanding that a full closure of WCR 60.5 for approximately six months to facilitate off-line bridge construction will be acceptable, provided that adjacent accesses to properties are maintained. The RMS Bridge team infuses cost-effective Accelerated Bridge Construction (ABC) principles into every -day bridge design, leading to a reduced construction schedule. Desired Final Result By incorporating innovative and cost -saving ABC techniques, such as Element Reduction, the WCR 60.5 closure duration could be reduced, or simply reduce the risk of exceeding a 6 -month closure. See possible ABC innovations for this project on Pages 14 & 15. dig) Avoid a CLOMR. Project Objective Avoid a CLOMR's Lengthy Review Process The schedule provided by Weld County would not accommodate the lengthy review process (approximately 18 months) for a CLOMR. Methodologies To Be Used Understanding the Nuances of Floodplain Permitting The RMS Team understands the finer points of Zone A floodplain permitting. We are conficent a CLOMR can oe avoided for this project, and we see two potential scenarios for achieving this goal, see Page 16. Desired Final Result A No -rise Certification or post -construction LOMR will be required, with the desired result of meeting the project's construction schedule. This same RMS Team is currently avoiding a CLOMR on a Zone A floodplain plain for the High Plains B/vd. project, with a post -construction LOMR only. ,42 Use $2M in Federal Aid grants towards the project's construction cost. Project Objective Follow CDOT Process With CDOT administering the Federal Aid grant, this project will need to follow the CDOT Process for Local Agency Projects. Methodologies To Be Used Transparency with CDOT The keys to successfully navigating the CDOT process are understanding the COT criteria to be met, and engaging CDOT early and throughout the design process. This way, surprises by CDOT reviewers late in the design progression can be avoided. Desired Final Result RMS Staff have spent most of their careers designing CDOT projects and have worked on _ocal Agency projects with Federal Funding. We know CDOT Region 4 staff very well. Stephanie Sisson, PE (RMS) previously worked for CDOT as a Region 1 Program Engineer and was an advocate for many successful Local Agency projects. She understands what CDOT needs to make their review and approve/ process as efficient as possible. Scope of Proposal - Page 2 of 25 'ARMS BRIDGE REQUEST FOR PROPOSALS (RFP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT The structural scope of this project requires design of a replacement structure for Bridge 60.5/49A which carries WCR 60.5 over Lone Tree Creek. Bridge Considerations The following summarizes our understanding of the key aspects related to this bridge design. • The new bridge will accommodate two 12 -foot lanes and 6 foot shoulders pending confirmation of whether additional width is required for future travel demand. • The new bridge will be constructed during a full closure of WCR 60.5 within approximately 6 months. • The bridge will be built during the low water (winter/ spring) season to avoid high water construction. • Per Weld County, there have been no observed issues of over -topping or other floodplain related issues of the existing bridge, thus it is not anticipated that the bridge profile will need to be raised. The existing bridge's deck is in poor condition. The steel girders and substructure are in fair/good condition. Bridge Design This bridge design will be an iterative process primarily between Weld County and our Bridge and Floodplain disciplines. An optimized bridge design for this project will be RMS designed this three span bridge over Cherry Creek for the Town of Parker as Prime Consultant on the Stroh Road Widening project. RMS designed an economical CBT54 structure that allowed maintaining the roadway profile set by the adjacent existing bridge, while providing the required freeboard for the 100 -year flood, including a detailed foundation scour analysis for the 100- and 500 - year events. one that provides an adequate hydraulic opening, minimizes structure costs, is quick to build, and does not require raising the roadway approach profile. The bridge design will follow the CDOT process including adhering to the CDOT Bridge Design Manual, which requires the following major submittal items: • Structure Selection Report (at 30%) • Design Calculations (at 100%) • Independent Check Calculations (at 100%) Additionally, at the 60% submittal Weld County requires a 3rd Party Review of the structural plans by a subconsultant. CDOT does not require the Independent Check be performed by a different subconsultant, just a different Professional Engineer. We think that RMS (with three licensed Structural Engineers) performing both the design and check will be more efficient and a better value to Weld County. If selected, we will confirm this approach with the County and will contract with Felsburg, Holt and Ullevig (FHU) if a 3rd party structural review is desired. We are co -located with FHU and currently collaborating with them on several bridge designs on the 1-270 Critical Bridge Replacements project, see page 11. RMS will be proactive in engaging CDOT Staff Bridge throughout the bridge design process. RMS staff have designed many bridges in Region 4, and we have good relationships with both AN Harajli and Scott Huson (CDOT). RMS recently completed preliminary design and COOT Structure Selection Reports for the 1-270 Critical Bridge Replacements project. Witn excess freeboard available, RMS developed and analyzed a multitude of span arrangements, structure types, and depths to arrive at the most cost- effective bridge option for the Platte River Bridge to not require raising of the 1-270 roadway profile. Scope of Proposal - Page 3 of 25 'ARMS REQUEST FOR PROPOSALS (REP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT STREAM, DRAINAGE, AND WATER QUALITY This project scope includes the following stream, drainage, and water quality elements: Floodplain Considerations Below is a summary of our understanding of the Lone Tree Creek floodplain: • There is no existing regulatory floodplain model or base flood elevations for Lone Tree Creek, which is designated Zone A. There is an approximate floodplain boundary available on FEMA's website and shown on pages 12 and 13. Note that this boundary indicates overtopping of the existing bridge. • The existing bridge's hydraulic opening is approximately 100 feet (normal to the creek). Per the County, there have been no observed over -topping or other floodplain related issues with the existing bridge. • The neighboring bridges upstream at WCR 62.5 and at SH 392 each have hydraulic openings of approximately 50 feet. • The existing bridge is approximately 600 feet from the Platte River floodplain Zone AE boundary. Floodplain Analysis A floodplain model of the existing conditions will be developed for the project's applicable reach of Lone Tree Creek. The floodplain model will tie into the existing approximate boundary both up and downstream of the project. A 2D model will be used to inform a 1D model. Hydrological analysis will be performed as necessary. RMS and Wright Water Engineers are currently working together with Weld County on the North Creek Floodplain analysis and design for the High Plains Blvd. project. For this Zone A designated floodplain, changes with improvements are being made to the floodplain, while avoiding a CLOMR, with a LOMR completed after construction. All bridge configurations being considered for the bridge replacement will be input into the model and evaluated for their impact on hydraulic performance. A successful floodplain analysis for this project will be one that: • Informs an efficient bridge design • Informs scour and revetments that are appropriately designed • Avoids or improves adverse floodplain impacts • Avoids a CLOMR* *See page 16 for two potential options for avoiding a CLOMR on this project. The RMS Team will coordinate with CDOT Region 4 Hydraulics (Brian Varrella) early and throughout this project. The RMS Team has successfully coordinated floodplain permitting with him on several past projects. Getting both Weld County's Floodplain Administrator and Brian Varreila's consensus on the floodplain approach will be critical to meeting the County's project schedule goal. Stormwater Drainage All on and off -site storm drainage will be controlled within the project l+mits. The stormwater drainage design will be minimized to that needed only for the bridge replacement. Water Quality This project is outside the Greeley M54 area. It is our understanding that permanent water quality devices will therefore not be required. Our SWMP plans and stormwater permits will meet all temporary water quality requirements. As the prime consultant, RMS coordinated the bridge, roadway and floodplain designs for the Stroh Road Widening project for the Town of Parker. For this Zone AE designated floodplain, a no -rise certification was achieved which avoided the need for either a CLOMR or a LOM R. Scope of Proposal - Page 4 of 25 'ARMS REQUEST FOR PROPOSALS (REP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT TYPICAL SECTION AND ROADWAY The roadway scope of this project is to design WCR 60.5 within the limits needed to replace Bridge 60.5/49A, and design the detour needec for a full closure of WCR 60.5. • Accommodates the Two -Lane Rural Collector road typical section from the Weld County Transportation Master Plan and Standards. • Minimizes roadway reconstruction to that needed for bridge replacement and transitioning from the wider Roadway Considerations section on the new bridge back to the existing roadway The following summarizes our understanding of the key section at each end and closely matches existing profile. aspects related to the roadway design for this project: • The new oridge will be placed in the same location, therefore no realignment of WCR 60.5 is anticipated. • The existing bridge has a curb -curb width of 30'-2". • The section of WCR 60.5 roadway carried by the new bridge will meet the classification for a Two Lane Collector per Weld County's Transportation Master Plan, which is two twelve foot lanes and six foot shoulders, with 80 -foot ROW. Weld County is considering if the new bridge should be built with additiona width for potential future traffic caused by the planned expansion of the Greeley Airport. • A detour will be provided to facilitate efficient single-phase bridge construction. If the detour uses gravel roads, they are typically temporarily paved for the detour. • It is not anticipated tha: the bridge profile will need to be raised for floodplain improvement, therefore it is assumed the roadway profile ,lull) closely match the existing pavement. Roadway Design An optimized roadway design for this project will be one that: RMS designed the roadway for the High Plains Boulevard project including the sections of High Plains Boulevard and WCR 34 that cross the North Creek floodplain. Our innovative roadway aligiment and use of roundabouts at WCR 32 and WCR 34 intersections avoided a previously - planned full acquisition of a private residence shown above. The RMS Team will work with Weld County to evaluate potential traffic increases from the planned Greeley Airport expansion to see whetner it makes sense to build a wider bridge for this project. The next classification up in Weld County's Master Plan would be a Four Lane Arterial. RMS will evaluate detour options with Weld County and design the selected detour. See page 16 for a concept comparison of two detour options. Below is rendering of the proposed roadway section of the Weld County Rural Collector Roadway for WCR 60.5. bit tie n t O RMS designed the roadway, including the bridge approaches, for the new bridge over Cherry Creek as part of the Stroh Rood Widening project for the Town of Parker. The roadway profile for the bridge and approaches was carefully set to closely match the profile of the adjacent existing Stroh Road and bridge, including design details to mitigate settlement of new fill over a clay layer. Scope of Proposal - Page 5 of 25 'ARMS la KEY PERSONNEL REQUEST FOR PROPOSALS (RFP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT Below is a summary of our Team's key personnel, highlighting their area of expertise and role on this project. RMS is committed to continued involvement of our key personnel throughout the project. Ryan Sisson, PE (RMS) Project Principal and Stormwater Lead Ryan is a reliable project leader, known for quality work, attention to detail, and ability to communicate creative, cost-effective solutions while collaborating with technical staff, stakeholders, and communities. He leads RMS, Inc. with 18 years of experience, with many successful projects in northeast Colorado. Ryan's experience spans all aspects of project development, including planning & permitting, major arterials, local streets in both rural and urban settings, dra.nage & water quality, traffic engineering, signals & lighting. Ryan will support Clint and the rest of the RMS Team, and will lead the stormwater design. Kyle Dorrenbacher, PE (RMS) ROW/Utilities/Irrigation Oversight Kyle lives .n northeast Colorado and has 29 years of experience working throughout the state as a design leader for both rural and urban transportation infrastructure. Kyle has worked on over 40 successful projects in northeast Colorado alone. With a comprehensive knowledge of roadway, drainage, phasing, utilities, water quality, multirnodal, transit, structures, and ROW, Kyle revels in finding and facilitating practical and project specific solutions. Kyle will lead the overall civil design, and provide critical oversight of ROW and utilities coordination. rill Joe Tate, PE (RMS) Roadway Lead Joe has 13 years of experience and proven highway, urban street and multi -use path design capabilities to support this project. Joe and the rest of the RMS team worked together for 9 years on over 20 projects. His expertise includes arterials and intersections; roadway modeling, detailed phasing and traffic control plans for constrained roadways and bridge replacement projects and 3D visualizations. Joe will lead roadway design, and lead the civil plan production effort. Clint Krajnik, PE, SE (RMS) Project Manager and Structures Lead Clint leads our Structural practice, bringing 24 years of management and design experience and 16 years working with the RMS team on successful bridge projects throughout Colorado. Clint leverages refined analysis skills with a practical, constructability-based design approach. He is a responsive project manager and will foster collaboration towards a thoughtful, efficient design. Clint will be the County's main point of contact for the project. He will provide day-to-day management to the team, and provide technical leadership for the bridge design. Brian Watkins, PE, SE (RMS) Bridge Engineer of Record Brian is an engineer with 12 years of structural experience, including five years of bridge design working exclusively with the RMS team. Brian has experience with a variety of structure types, including pretensioned girders, integral abutments on H -pile foundations and drilled shaft pier foundations. He is an expert in the treatment of stream flow and scour conditions and their affect on bridge design. Brian will serve as the lead designer for the new bridge over Lone Tree Creek and oversee the structural plan production. Jack Garrison, PE, SE (RMS) Bridge independent Design Check Jack is an accomplished bridge engineer with 12 years of experience working exclusively with the RMS team. He has expertise in all the major structure types represented in Colorado; structural steel, precast pretensioned girders, precast post -tensioned girders, and cast -in -place box girders. Jack has an intuitive understanding of structural behavior and a resulting ability to develop practical, cost-effective solutions. Jack will perform the independent design check of the new bridge. Stephanie Sisson, PE (RMS) Project Controls and COOT Process Oversight Stephanie brings 18 years of experience on numerous transportation projects, working with members of the RMS team since 2016 and joined RMS April 2024. She is an expert in federal funding requirements having served CDOT Region 1 as a Program Engineer. As an advocate for local governments, Stephanie finds unique and creative ways to navigate federal and state processes without compromising the goa s of local agencies. Stephanie will lead project controls and help the project team streamline the COOT process and oversight. Andy Pelster (RMS) Bridge Technician (CAD) Andy is a Senior Designer with 29 years of experience in structural design and detailing. He has worked closely with the entire RMS team for the last 16 years. His diverse background includes new bridges and rehabilitation, walls, transit facilities, large drainage and irrigation structures, utility structures, and park and pedestrian structures. Over his career Andy has completed structural plans for more than 200 bridges throughout Colorado. Andy will develop the structural plans and specifications for the selected structure. Scope of Proposal - Page 6 of 25 'ARMS REQUEST FOR PROPOSALS (RFP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT Chris Olson, PE, CFM (Wright Water) Floodplain Lead Chris is a Senior Hydrologist whose 18 years of experience includes project management, project engineering, and training/teaching. Chris's expertise has been of immense value on High Plains Blvd, where the team has eliminated a long 500 foot long culvert with two shorter box culverts, eliminated overtopping, and reduced flooding to private properties, with a LOMR- only approach to the floodplain permitting process. Chris will work closely with the RMS team to develop a well -coordinated hydraulic design and explore all avenues of avoiding a CLOMR. Y Greg Frazee (Axios) ;: Constructibility Review Before starting Axios, Greg had a career working on the contractor's side, including construction projects for Weld County. He will bring his project experience with Weld County and as a bonus, his ROW experience on WCR 49 and High Plains Blvd. to the RMS Team. His collaborative history with RMS, coupled with his understanding of Weld County's processes, will promote enhanced integration with the county's staff and procedures. Axios will lead the pavement design (Andrei Bedoya, PE) and together Greg and Andrei will provide constructibility feedback on the bridge design and help the team identify and mitigate geotechnical/materials risk. Linda Curtis (Goodbee) SUE Lead si Linda brings over 19 years of Subsurface Utility Engineering (SUE) expertise. She is passionate about developing comprehensive SUE plans and reports to reduce utility -related delays during construction. Her 19 years of field experience bring innovative investigation methods and in depth understanding of Colorado's utility infrastructure. Linda's recent CDOT SUE projects in Northern Colorado include High Plains Blvd., working with the RN/5 team to quickly develop QL B SUE plans and test holes. Linda will work closely with the RMS Team and the County to coordinate and lead the SUE requirements. Darcy Tiglas (Tiglas Ecological Services) Environmental Lead Darcy is a project manager and biologist for Tiglas Ecological Services and has worked in Weld County for 37 years. Darcy's experience includes FHWA & CDOT clearances including wetlands, sensitive species, the Migratory Bird Act, noxious plants, hazardous waste and materials, SB 40 consultation, Wetland Finding Reports and Facultative Analyses. Darcy will be leading the Environmental efforts for the project, including investigations, permits, and clearances. Hai Ming Lim, PE (Granite) Geotechnical Lead Ming brings 24 years of geotechnical engineering experience with transportation structures. His areas of expertise include geotechnical exploration, in -situ testing, shallow and deep foundation engineering, soil structure interactions, and earth retention structures. He has provided services for several projects in northeast Colorado, including the High Plains Boulevard project in Weld County with the RMS team, which includes some challenging soil conditions at North Creek and other adjacent farm land. Ming will work closely with Clint and the RMS structures team to develop a site -specific bridge foundation approach. Daniel Davis, PLS (AzTec) Surveying and Right -of -Way Plans Daniel has surveyed and prepared various Right -of -Way property descriptions across Colorado and within Weld County. He also has vast experience with surveying and is responsible for establishing and maintaining precise CPS survey control utilizing RTK and post processed methods on a large variety of projects. Daniel is currently leading the fast -paced survey, ROW plans, and legal descriptions with RMS on High Plains Blvd for Weld County. Daniel will lead the held survey and right-of-way plans, working closely with the RMS Team to deliver on -schedule. John Doty (Western States) Right -of -Way Lead , John has 19 years of experience with Western )0 States helping public agencies and other entities acquire property interests for their projects. He has over 16 years of experience working with Weld County, including currently working with the RMS Team and Weld County in this same role for the High Plains Boulevard project. Western States is prequalified by CDOT in acquisition and relocation to work on federally funded projects. John will lead the ROW process for the project, including titles, appraisals and negotiations. Construction Phase Engineering Services The key personnel on our team will support the project through construction, including post -design services, such as reviews of shop drawings, working drawings, other submittals, RFIs, field revisions, and other support services as requested. The value of the RMS team is our experience working with Contractors and ability to integrate that knowledge and mitigate risk through design. Should the County desire additional construction management, inspection and/or testing services, we will work with the County to provide the right team of qualified and available personnel. RMS has partnered with Ground Engineering, Granite Engineering, Rocksol, Canyon Engineering, and others. We would be happy to provide the right personnel to support your needs through the entirety of construction. Scope of Proposal - Page 7 of 25 'ARMS REQUEST FOR PROPOSALS (RFP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT PROJECT DESCRIPTION High Plains Boulevard Design -Build This project is adding a new north -south arterial between WCR32 and WCR34 in Weld County. The new road will effectively replace the existing frontage road paralleling 1-25, a goal of CDOT's ongoing 1-25 Express Lanes Segment 5 project. Project elements include two lanes of arterial roadway, new roundabout intersections at WCR32 and WCR34, realigning the North Creek floodplain, and two new box culverts that facilitate the realignment. Weld County originally envisioned signalized intersections and a single, longer box culvert that bisected the WCR34 intersection. The Kraemer/RMS team used Design -Build ATCs to show that roundabouts, and a realigned North Creek with a split box culvert design, both performed better and cost less than the base design. RMS also made refinements to the base alignment that eliminated full ROW acauisition and relocation of a residence. These innovations and others resulted in Weld County selecting the Kraemer/RMS Team based on best -value qualifications. Ryan has on amazing ability to understand the big picture while also being knowledgeable about the most minute detail. On the 1-25 Segment 6 project, Ryan was able to seamlessly join the team and lead over $60 million of cost savings strategies with his out -of -the -box, common-sense thinking. His engineering "gut", decision -making skills, and rough -order -of - magnitude cost estimating are some of the best I've witnessed. Abra Geissler, CDOT R4 North 1-25 Segment 5&6 Director PROJECT NAME HIGH PI AINS BLVD. DESIGN -BUILD CLIENT KRAEMER NORTH AMERICA ROLE PRIME CONSULTANT ENGINEER'S ESTIMATED PRICE AWARDED PRICE $25M FINAL PRICE TO BE DETERMINED RMS PERSONNEL • RYAN SISSON, PE (PROJECT MANAGER) • JOE TATE, PE (ROADWAY) • KYLE DORRENBACHER, PE (PHASING AND UTILITY LEAD) • CLINT KRAJNIK, PE, SE (STRUCTURES `EAD) • JACK GARRISON, PE, SE (STRUCTURES) • BRIAN WATKINS, PE, SE (STRUCTURES) • ANDY PELSTER (STRUCTURES) • STEPHANIE SISSON, PE (QUALITY) PROJECT FEATURES • AGGRESSIVE SCHEDULE • VIRGIN ROADWAY ALIGNMENT • ROUNDABOUTS • FLOODPLAIN REALIGNMENT • CONCRETE BOX CULVERTS • INTERIM AND ULTIMATE ROADWAY DESIGN • UTILITY RELOCATIONS • UTILITY COORDINATION • ROW ACQUISITION REFERENCE CAMERON PARROT, PE SENIOR ENGINEER WELD COUNTY PUBLIC WORKS DEPT. 970-400-3745 CPARROTT@W ELD.GOV Scope of Proposal - Page 8 of 25 'ARMS REQUEST FOR PROPOSALS (REP) (QBS) BRIDGE 6O.5/49A REPLACEMENT PROJECT PROJECT DESCRIPTION Stroh Road Widening RMS is providing design services on this design -bid -build project tha: widens Stroh Road from two lanes to four from J. Morgan Blvd. to a tie-ir west of Motsenbocker Rd. Project elements include a new twin 3OO-foot three -span bulb -tee bridge over the Cherry Creek floodplain, existing bridge rehabilitation and improvements, retaining walls, drainage and water quality improvements, additional expanded intersections & turn lane improvements, landscaped medians, utility coordination and relocations, public involvement, and environmental coordination and permitting with USACE, USFWS, FEMA, and the DCHCP. RMS investigated the feasibility of including bike lanes in the typical section, developing multiple creative options that considered available right-of-way, the existing bridge width, and the flexibility of sidewalks, lanes, and shoulder widths. The Town's selected alternative incorporated bike lanes while striking the best balance among the other amenities. RMS gave incredible attention to the complicated phasing of the Alameda bridge replacement project, in a constrained and busy area, providing an excellent detailed plan that balances constructobility and safety of the traveling public. Through the process, COOT staff realized what the highest standard for project phasing should look like! Steve Sherman, COT R1 Resident Engineer PROJECT NAME STROH ROAD WIDENING CLIENT TOWN OF PARKER ROLE PRIME CONSULTANT ENGINEER'S ESTIMATED PRICE $17M AWARDED PRICE TO BE DETERMINED, DESIGN ONGOING FINAL PRICE TO BE DETERMINED, DESIGN ONGOING RMS PERSONNEL • RYAN SISSON, PE (PROJECT MANAGER) • JOE TATE, PE (ROADWAY LEAD) • CYLE DORRENBACHER (PHASING AND UTI CITY LEAD) • CLINT KRAJNIK, PE, SE (STRUCTURES LEAD) • BRIAN WATKINS, PE, SE (STRUCTURES) • JACK GARRISON, PE, SE (STRUCTURES) • ANDY PELSTER (STRUCTURES) • STEPHANIE SISSON, PE (EROSION CONTROL, SIGNING, & STRIPING PROJECT FEATURES • ROADWAY WIDENING • BRIDGE CONSTRUCTION • RETAINING WALLS • BRIDGE REHABILITATION AND IMPROVEMENT • UTILITY COORDINATION AND RELOCATION • DRAINAGE AND WATER QUALITY • CONSTRUCTION IN REGULATORY FLOODPLAIN REFERENCE CHRIS HUDSON, PE DEPUTY DIRECTOR OF ENGINEERING TOWN OF PARKER 303-805-3203 CHUDSON@PARKERCO.GOV Scope of Proposal - Page 9 of 25 'ARMS REQUEST FOR PROPOSALS (REP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT PROJECT DESCRIPTION Central City Parkway Interchange Design -Build RMS recently delivered structural, roadway, drainage, phasing/traffic control, and lighting design services for a new interchange to service a private aggregate quarry over a major 4 -lane highway in Colorado. Tne project featured a new curved (184 -foot radius) cast -in -place, post -tensioned box girder flyover bridge constructed on falsework over live traffic, retaining walls, on and oft" ramps, and a box culvert for a new conveyor system. The project was developed through a modified, progressive design -build delivery method, under which RMS provided preconstruction design services as the Engineer of Record and prime consultant. Through the progressive design - build model, the team reviewed interchange location bridge span alternatives, resulting in an optimized, site -specific solution to span unstable slopes with a curved bridge founded on bedrock and eliminate walls. Kraemer North America chose the RMS team based on our long -history of providing proven, innovative bridge and roadway designs for alternative delivery projects. We are excited to be currently working with the RMS team on several challenging local transportation projects. Kraemer has chosen RMS because of their innovative and efficient approach to solving problems, always keeping the clients goals as a focus. RMS has proven to be a strong partner for Kraemer in numerous alternative delivery projects. We're proud to have RMS support our efforts, and will continue to lean on Ryan and his talented staff in designing and constructing infrastructure throughout Colorado. Tim Maloney. Senior Vice President. Kraemer North America PROJECT NAME CENTRAL CITY PARKWA`! INTERCHANGE DESIGN -BUILD CLIENT KRAEMER NORTH AMERICA ROLE PRIME CONSULTANT ENGINEER'S ESTIMATED PRICE N/A AWARDED PRICE $8.9M FINAL PRICE $9.6M RMS PERSONNEL • RYAN SISSON, PE (PROJECT MANAGER & DESIGN MANAGER) • CLINT KRAJNIK, PE, SE (STRUCTURES LEAD) • JACK GARRISON, PE, SE (STRUCTURES) • BRIAN WATKINS, PE, SE (STRUCTURES) • ANDY PELSTER (STRUCTURES) • JOE TATE, PE (ROADWAY LEAD) • KYLE DORRENBACHER, PE (PHASING AND UTILITY LEAD) PROJECT FEATURES • NFW INTERCHANGE • CAST -IN -PLACE POST -TENSIONED TRAPEZOIDAL BOX GIRDER • FALSEWORK OVER LIVE TRAFFIC • CONCRETE BOX CULVERT • CAST -IN -PLACE WALLS • INTERCHANGE & RAMPS • PRIMARY ELECTRIC DISTRIBUTION LINE DESIGN AND RELOCATION. • PHASED ROADWAY AND CBC CONSTRUCTION REFERENCE TIMOTHY MALONEY SENIOR VICE PRESIDENT KRAEMER NORTH AMERICA 303-688-7500 TMALONEY@KRAEMERNA.COM Scope of Proposal - Page 10 of 25 'ARMS REQUEST FOR PROPOSALS (RFP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT PROJECT DESCRIPTION 1-270 Critical Bridge Replacements This CM/GC project is replacing eight deteriorating bridges at four sites along -270 between Vasquez Blvd. and York St. in Denver. The bridges cross over multiple railroads (UPRR and 3NSF), several local streets, the Burlington Canal (FRICO) and the South Platte River. Site constraints include spanning the highest volume UPRR track in Colorado, historic resources, buried landfill settlement, an existing overhead RTD bridge, and two floodplains. RMS is playing a lead role in the development of roadway, phasing, bridge and wall alternatives at all four sites. The "3uild North First" phasing solution minimizes the number of phases required, avoids partial bridge demolition and lane shifts on deteriorated bridges, and can be applied at all four bridge sites. Innovative bridge solutions include variable depth steel girders that clear span the historic Burlington Canal boundary while still meeting vertical clearance requirements above and below the structure, and spaced box girders supported directly by pier columns at the highly skewed BNSF Spur, eliminating extra long pier caps which reduces field time and saves costs. Ryan's ability to effectively communicate technically and publicly with local agencies and stakeholders is a valuable asset. His work consistently is of the highest quality; fully engaged, responsive and reliable, which exhibits his vast knowledge resulting in successful project delivery. Andy Stratton. CDOT Region 1 -Deputy Director of Project Delivery PROJECT NAME 1-270 CRITICAL BRIDGE REPLACEMENTS CLIENT CDOT REGION 1 ROLE SUBCONSULTANTTO FHU ENGINEER'S ESTIMATED PRICE $200M AWARDED PRICE TO BE DETERMINED, DESIGN ONGOING FINAL PRICE TO BE DETERMINED, DESIGN ONGOING RMS PERSONNEL • RYAN SISSON, PE (DEPUTY PROJECT MANAGER & DESIGN MANAGER) • JOE TATE, PE (ROADWAY LEAD) • KYLE DORRENBACHER, PE (PHASING LEAD) • CLINT KRAJNIK, PE, SE (STRUCTURES) • JACK GARRISON, PE, SE (STRUCTURES) • BRIAN WATKINS, PE. SE (STRUCTURES) • ANDY PELSTER (STRUCTURES) PROJECT FEATURES • RIVER CROSSING • PRECAST BOX BEAMS • PRECAST CBT GIRDERS • PHASED BRIDGE CONSTRUCTION • TWO -STAGE MSE WALLS • LANDFILL/SETTLEMENT MITIGATION • UTILITY RELOCATIONS AND COORDINATION • RAILROAD COORDINATION • DITCH COMPANY COORDINATION REFERENCE MATT BRAH LER, PE REGION 1, PE 1 1-270 CORRIDOR I v PROVEM ENTS 303-398-6757 MA!TH EW.BRAH LER@STATE.CO.US Scope of Proposal - Page 11 of 25 B2400133 REQUEST FOR PROPOSALS (RFP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT 'ARMS CRITICAL ISSUES The graphic below demonstrates our team's understanding and approach t"t to successful resolution of the project's critical technical Issues A We will apply our experience and innovations ' solving similar challenges through design and construction concept that help meet project goals. save time, reduce cost. improve quality, and increase safety and operations for the traveling pubic throughout Weld County Ft;QUEST FOR PROPOSALS (FFP) ,QBS) BRIDGE 60.5'h9A REPLACEMENT PROJECT A Expriagbnci jc `l*'trft)rt:• h icrrtr' u • Ii.ii: Ftnet. for rte: (lathy' leontkitk9;t the r.iri' . xzx RMS rat a1:ri gate bridge L7•roUt option, that :fait IN: sutr,L'ixt;se locations to :mid duet: conflict with the witting bridge subctructure .ud'amdat:ar. 2 RMS '.v;vircp:qty Icc.ded abutment and pier 'citations of the re,, 1210 over South Platte River Bridge to cod cadl.cts oath the ect ;rig bridge s:Fuca: et i Work with utility to relocate communicator line prior to bridge replacement. a teerrt ctaddy'►troport W40 t insulirg on new bridge A Mid County Iiris ?:it;:rt ilt;tt 11w bittkte ht; nbihtad any o, lope gor 0111L4 fl Hood ret1itedIssues. 'The 1iid eupSrang!at R 62.5 rs much shot. ter art: suteests 0,45, teidgeiiltavoerces: Ir rt tit t„'er .•.l• :t i≤ rr.'Itpr::d fay tiyb:tt& r -f`2" t`t A s�:crte: brtd:yi: •.ucrdd save both construction costs and one while improving consinrctabitity. RMS and Wright Water will work with Weld County to determine the ct r'ntat Cri1q kngpt given the i;ordptwn anaty.s for Late Tree Creek See page 14 for ,r cork el* dorm at a shorter. single span bridge RMS successkily ceom;ted the txdge layout lot the 1 270 reset t1`e Sam Platte River Badge lot the 1-270 Critical Badge Reptwe..ct Project • A H••t,xisl$tgvkidCmrrtlyRIJN0f-Vt'jv'nthhisii0*,+:.1 •;:sirtlu `:.'f ii Cr4ntty r,I,isler Plan regtwc5 80 dui' Icti a it:a httu: cclbttoi at. i- tier: ball to ;tccuiianu 1.111 (Wilt tap cdy. 120 feel lei a four lave arlt:ri≥tl 4t4 rho RMS Team wig work witrt Weld County to ccnhrm '1+e R.4114 -Way 1 necessary lot airs pupa and %Nail ccorttrrr rte the ROW acquisrat n pail of our design RMS a Cunefl ly deurrrrateng Right ul•Way needed and cnordinaling tip pucttne Its pare of the Ib h Plants Boulevard paled I . Minimizing rttarttaer d hn6re supports to reduce impacts to rtpstart habitat A , L, PMtIaccess tor ;introit! tx;wdihK ate Ivc$td near Lodi ends of the sate ter RMS stet a'_cOrriittxbfe I' -:ping x.cecseS open WouCtout ccitw .Uat the RATS Team 6 maInUiring all local access thtotighOcd dart wad cicnu& detour 'NCR 34 is the I ligh Nam Bak -yard project AFwconrnate 100 Year ion? A F irnicra.n A t igh wader during peals ',c:4 or It^e Tree Creek could delay cf ccrnpt: atebxidg: c^tWtr ':t :1 t`t RMS €si .xcommodate i design schedule thsi Art: the beii9c_ s maid tterricrts to be cu- svueal vet vttrtter r i esrty Wnns Prior to xtnopa!ed peak se c i al i 2r. RISS ccjtcdtnat d the .4edule c4 design :,tit 5o that the Noit Civ. k Btu CuC.n1s will b,. c nstitxttd+king lie low watel period on the Iti It Plains BMI pro$ct. A The Lcrie free. Cree:' C -05S rig is tett, sing kuujr:r ra 1 i„ta't: eipenir:e'xttisiruistre t RMS w$ investigate bridge support concepts that minimize substructure elements v Fa the tighty skewed bndge carrying 1-270 over 60th Ave & the BNSF radioed RMS developed a pier concept where cclurnr.s directly support each *clef. eliminating the Skr≥w lengthened dry caps -; ^' s - •. , ter, A bt* bridge is tug! accccoxdate tc:invoic el:i! phasing. J1 Maintain access IN Corr'.tnny:n Scott Island Farms LLC t:, ri11I1t rexy:tnittl dctau'. avadablc. RIBS t:tq acik we die Canty to estabfrh i 1:6 t o i d cb5;re ter approtugacety 6 month; to tacibute. single phase timid + car.in,ctrut See page 16 for feasible dr4our opbora : the KtaemtitRMS team propY ed a l •p dosed 1'r'CR 34 lot tt Hrgtt Plot•. Blvd ptaieci to farmate oat4cratetl rotrebb:U bond inn cuFmt contidton al the fitt4S&la stripitrig contrition and saving bat tare aid nay A hr: both:; tick it °..i :;! tit= tuna' but lint! >ter:l . ^4JiMnaatrr: uien. are rand fir to good and the to 'J raiaz s ailei jiuft' ipob paste'tt it It intere;ied. RMS will work Mb Weld County to explore a deck replacement option as an atternatrle to full bridge replacement A deck replacement, along with mina rehabbtatat of piers and the abtttierr:s, cctId snjndicrSy reduce circled costs and the Waal of road closure. ,tit* sbl prate:ling a masa r M-44 d Ur, bridge's SU .Cf. Wa On Kra;rttk drib Jack Gantscnvitae tit &%dye Re t,bbtarsonUspter of the cur err COOT Badge t.1e,,agn !,Marital. Mich Cents 9xlate on .d101t dedi rtpbbcerre is Jr° a prudettt date We Iecetitly applied tha9a gridebnes nit btu' FaLcom 9 Bridge rrn-i Dodder Creek Cate t Study % t!w ev luabbal a deck ierOlczmul correated to ii txtdqe IrPIxe T *tt Ice the City of Boulder A Sa':urate4, loose sorts lyp::cairntloodrb1rscan poss. chatlenr stodriledshaftcenstructien incurtr3 the risk of defects and ant rr.aites durrt4J Crc shcle Sons Logging iCS! l testing, era RMS can address this risk in design by using a strategic capacity reduction calibrated to offset relatively common "soft bottom' shall defects On the Stroh Road oat Cherry Creek deesign wtxti had s high water table and loose, sandy soils. RMS used a consene.atn'e design approach lot the dirtied shafts to reduce the risk of test anomalies ►cadtrcd to p'oje_t deters aid 1ib,rrtittle rrtltr,t[)rr, during construction Critical issues - Pages 12 & 13 of 25 RM8 PROEGT.AP'PROACH - BRIDGE S:ructs.re Select:pH :-t at;pi =°pi' ate bridge layout is critical in accomplishing the tour:y's project goals to replace :he °ridge within orrdget, on schedule, and while minimizing construction impacts to the public RMS recently visited the site and ^arced that the existirg bridge sits relatively hign auove Lone Tree Creek no s sigri5cantty !orger than :he ex:stir g WCR 62.5 midge one mile upstream These cend'ticns may provice Perch h:y to optimize the new midge layout. 'ndud;rg the followtrg cost-savirg strategies: • Reduce total bridge lergth while still providing a favoraole hydraulic opening. tors:;tent with our approach to gccdplain per'niterg • Minirn ze the number of bridge spars/piers. incl.iding investigation or a single -scan oridge oadcn • Jt•lize deeper girders to minimize the number of girder lines tvhie still meeting freeboard requirements. Our team has already identified the two potential options shown below and we look `o -ward tc further irvesteannp, these arc other Donors and innovations with the Courty Both opt.ens below are compatible with the project goal to avoid a CLOMP and feature the use of -caddy available precast girder shapes :hat to<e advantage of competition amongst multiple ,oca ;abricators REQUEST FOR PROPOSALS (RFP) (QBS) BRIDGE 60 5/49A REPLACEMENT PROJECT Two -Span Option If tamer hydraulic analysis reveals advartages to maintaining the existing bridge length. a new two -span bridge is an efficient sole.:ior The resulting 80 -foot spans can oe sucperted on rust two precast tub girders. resulting rr e highly efficient superstructure type that RMS team merrbers have succ ssfugv tmplerne.nted 'or several water crossings. including the Hess Road bridge over Crrerry Creek shown to the right This structure tyre mirirr.ii^_s the total r•t.rrner of elements tnat reed to be erected or constructed. ultimately reducinj costs and field ccnstruction time. How our approach maximizes project goals r RMS Team members Ryan. Chit Antht Joe. and Kyle worked on the Hess Road over Cherry Creek bndge that uses tea:stubs ceders siffeNted by single columns wpcorting a deck width dig* wider than WCR$0.5 (Patios. CO) Pier tructsatinsbetvoion'denS areS7w4ted This option preserves the existing hydraulic npemng . rig:e to Or torsinrral t arty of tub grder& which may be necessary to achieve a Norse cerUf calla, GOAl. 4 - Minimize Conurutticn Impacts. I r • -deg t. • • Single -Span Option If the hydraulic opening of the existing bridge can be receced a single -soar bridge with no piers anti less total structure length will gee the most cost effecrve bridge solution, but will need to be weighed against the costs ar.ri impacts of new fill required behind and in (for: of abutments Without a pier or pier foundations, a single spar Colwaco Bulb ee (CBI) bridge car be constructed faster than a multi -span bridge. minimizing ronstruction duration and impacts to property owners and the pubftc. This option minimizes total txtdge to )th wtulle :Lilnet advert eiy impaling the lboepIsn j r A single pier located bet' Been the two existmypier!matzos vwlt.i -1i:1 ca it ct inth the ensuing pnfa capt t4•,o Cain Omani t tr-i,}itnn S. ••••=mni1"r Pier ca ps are eliminated with each tub girder supported directly try swig* column [killed shafts with a thect connection to column avoid need for a separate foundation cap. saving costs and reducing construction lime See page 12 for our approach fa mitigating CSL test defects Iwo -Span Qgttor Typical Section Precast lob Grrripc • • A.r How our approach maximizes project goals GOAL 2 - Stay Within Project Budget 2.6T t., 1: •. .,d:. tr,ele- la-- r. ,• fill •t. . teat air �I :Club':) .Y ii µ.-tate3t •-.{ Siceie Span (anon Elelian • Precast girders can present a schedule risk if measured circler c amber s deviate from the predicted values fo mitigate this risk. RMS uses a more accurate method to estimate cambers re*uarvg tie chance of drsuepanue<. between the actual and predicted cambers. and reducing the risk of associated delays Critical Issues - Pages 14 S 15 of 25 . Clint Ktalnik designed this s ,•span bridge over Tarryad Creek usirg Recast Bulb Tee gita is (Iviyad. CO) Precast CBI Girder Using the deice -AA Bulb Tee girder that still meets freeboard criteria rnunimrzes the total nwrthes of constructed elements. accelerating the construction schedule and;e ducmg cost Spin O 'bout • jvnrt 41 n 'ARMS REQUEST FOR PROPOSALS (REP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT PROJECT APPROACH - Rpcipple _LAIN Avoiding the schedule impacts of a CLOMR is one of this project's primary goals. Based on our understanding of the Lone Tree Creek floodplain (see page 4) and our successful past practice of avoiding CLOMRs on other projects, we see two potential paths this project could take to avoid a CLOMR. Option 1 - Achieve a "No -rise" If a No -rise certification can be achieved, neither a CLOMR or LOMR will be required. We will use our 1D model informed by a 2D model to investigate all feasible bridge and hydraulic opening options to see 1 a No -rise is obtainable. In Zone A floodplains, this can be difficult if the approximate flood elevations from the existing floodplain map are determined to be too different (at the discretion of the local floodplain administrator) from detailed modeling results. The practicality of a No -rise approach will be confirmed once our detailed analysis of the floodplain is complete. Option 2 - LOMR after Construction A LOMR may be required. if the existing approximate flood elevations are determined to be too different from the flood elevations produced by the project's detailed floodplain model. Additionally, a direct to LOMR approach (without first completing a CLOMR) could be advantageous if we develop a solution that results in significant cost savings but changes the floodplain enough to warrant a map revision. In this case, our floodplain model would be used to verify that: 1. No adverse impacts result from the changes to the floodplain, and 2. The revised floodplain ties into the existing floodplain both up and downstream of the project without impacting the Zone AE boundary associated with the South Platte River. For either case, we will work with Weld County to pursue a LOMR after an as -constructed survey is incorporated into the floodplain model. How our approach maximizes project goals GOAL 5 - Avoid a CLOMR Either Option 1 or 2 above will avoid the lengthy review process CLON R. The RMS Team is currently using Option 2 on the High Plains Blvd. Project with Weld County. and Option 1 on the Stroh Widening project. GOAL 6 - Use $2M in Federal Aid Following tht' COOT Process will involve coni siinaring this projec t's floodnl,rin permitting approach with both tiie Local Floodplain Administrator anc mth Brian Varrella . CDOT '<egiori 4 Hycira,lir.s We have hrsron, of successfullti .00rrlinanng floudplai n 1 approaches with Brian at id will actively e"gdge him for this project. PROJECT APPROACH a ROADWAY Permanent Roadway Design It is anticipated that profile grade will be maintained along WCR 60.5 so the permanent roadway work is limited to a localized widening at the new bridge ends to accommodate the required template for a two-lane collector over the new bridge, and tapering back to the existing roadway section at each end. The RMS Team will minimize the roadway reconstruction work to only that required to demolish the existing bridge, construct the new bridge, and taper the roadway width back to existing. Temporary Detour WCR 60.5 may be closed for approximately 6 months to facilitate off-line bridge construction. A temporary detour will be acceptable provided the detour uses paved roads and local accesses near each end of bridge are maintained for the duration of the closure. Two potential options for a detour are shown below: The north option would be a shorter detour (2 mile), but the unpaved portion that uses WCR 62.5 would require temporary paving. The south option is similar for travelers between WCR 49 and WCR 53 (3 miles), and all the roads are already paved. VVe will work with Weld County to select the preferred detour. How our approach maximizes project goals //// GOAL 4 - Minimize Construction Impacts A full closure of WCR 60.5 for approximately 6 months is an inconvenience to the r i aveli. Ig uunlic. nit south detour is a reasonable Iengtl i and cloesn'- require rerfijorary paving The accesses at each end of the bridge will be maintained throughout ;onstruction. See the bridge )phons on page 14 that minimize bridge length and,or ulrnirnize substructure elements, could refit ire the duration of the WC. R 60. `_, clos, rr e. whrcri Critical Issues - Page 16 of 25 'ARMS REQUEST FOR PROPOSALS (RFP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT PROJECT APPROACH - ENVIRONMENTAL We will use Tiglas Ecological Services as our Environmental subconsultant. The following is a summary of the anticipated environmental approach, considering there will be CDOT oversight through the Local Agency process. CDOT Categorical Exclusion Checklist (CatEx) As part of the project, the CDOT CatEx checklist will be required, including the following elements: • Air Quality and Noise Memorandum • Initial Site Assessment • Sensitive Species Evaluation • Wetland Delineation • Historic Resources Assessment • Environmental Justice • 404 Wetland Permit • Noxious Weeds Survey and Report • Wetland Finding Report • Birds of Prey and Migratory Bird Survey and Report Our team will meet with Weld County and CDOT Region 4 Local Agency Resident Engineer Bryce Reeves to hold a scoping meeting to outline the appropriate environmental approach. PROJECT APPROACH - RIGHT OF WAY/UTILITIES The RMS Team has committed a value-added position of Kyle Dorrenbacher, ROW/Utility/Irrigation lead to oversee the Right o' Way and utility processes. Combining Kyle's experience and oversight with the resources of specialty firms, such as Western States for title reports, appraisals and negotiations, AzTec Consultants for surveying and ROW plans, and Goodbee for utility investigations and SUE, will streamline the ROW and utility processes and minimize risks to the project schedule, similar to his role on High Plains Blvd. Right -of -Way An early -action item is to determine the roadway template that the new bridge will accommodate, which has ROW implications. Per Weld County's Master Plan, WCR 60.5 is a two-lane collector, which requires 80 feet of ROW. If the County chooses to build the bridge to a four lane Arterial classification for additional future capacity, it will require 120 feet of ROW. The existing ROW is 60 feet wide. We will work with CDOT Region 4, following the Local Agency requirements for assurance that Uniform Act is adhered to, as well as a Right of Way Plan Review (ROWPR). Utilities Our team observed a marker for a DCP Midstream gas line north of the bridge. These facilities, when within a private easement, can be a high cost and long lead schedule risk if relocation is required. We are currently working with Weld County to coordinate local distribution, high pressure transmission, and oil pipeline utilities on High Plains Blvd., including Xcel, Chevron, and Anadarko. We also observed a data conduit supported externally on the north edge of bridge. This utility will need to be relocated, at least temporarily, prior to bridge demolition. The data conduit may be permanently supported by the new bridge. We understand utility requirements and will work closely with the County to assess impacts and coordinate with owners early in the project to reduce schedule risk. PROJECT APPROACH - CDOT PROCESS As highlighted throughout this proposal, there are many aspects of this project that will be affected since Federal Aid money will be used to fund $2M of the construction cost. The CDOT Local Agency process will be followed and CDOT will provide oversight of design and review of milestone submittals. There is a project cost associated with following the CDOT process, and the RMS Team well work with Weld County to maximize how much o' that $2M goes directly towards construction of the project and carefully manage how much is spent on simply meeting CDOT orocess requirements. Streamlining the CDOT Process The RMS Team has committed a value-added position of Stephanie Sisson, CDOT Process Oversight, to streamline the COOT process for this project. Stephanie is an expert in federal funding recusrements having served CDOT Region 1 as a Program Engineer. As an advocate for local governments, Stephanie will find unique and creative ways to navigate federal and state processes without compromising the goals of the County. She will ensure that quality controls, criteria, and contract requirements are followed, with a unique perspective that only her experience working with local agencies brings to our team. Stephanie has rare experience with claims and disputes and will proactively identify project risks. Stephanie looks forward to collaborating with Weld County to optimize the use of Federal Funds on this project. How our approach maximizes project goals GOAL 3 - Meet the project schedule The critical issues and approaches rnvered on this page require early action and proactive and strategic management r0 avoid them horn becoming schedule delays. The RMS Team has a historsuccessfully mitigating Envin ►nmencal. Right -of -Way and Unlity Issues. We provide the rlgm personnel in key posinons who are experts and thrive at solving these challenges. GOAL 6 - Use $2M in Federal Aid There is a project cost associated with following the COOT process. and the RMS Team will work with Weld County to maximize how much of that $2M goes directly towards construction. Critical Issues - Page 17 of 25 B2400133 REQUEST FOR PROPOSALS (RFP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT 'ARMS REQUEST FOR PROPOSALS (RFP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT i PROJECT CONTROL - PROJECT MANAGEMENT OUR PROACTIVE PROJECT MANAGEMENT APPROACH Staying In Touch with County Staff Your project is a top priority of RMS. We will remain visible, vested, & engaged. • Weekly check -ins with County Staff to track project updates & identify needs for upcoming decision making strategies. Utilize virtual meetings and screen sharing to minimize travel time and costs. while also recognizing the value of in - person meetings as a primary format. The Right Team • Each member of the RMS team was strategically chosen based on our past project experience, comfort with his/her qualifications, dedication to quality, & ability to execute with consistency for you. • RMS understands the nature of the subconsultant work for County projects & the scale of budget necessary for various tasks to proactively manage the team. Purchase Order Execution • Clint will be your Consultant team leader for the full project duration, bringing consistency & accountability to every phase, and he has a team of designers and subconsultants. • Clint will work with the County PM to prepare scopes, submit hour estimates/ fees. & submit complete Contract packages to minimize disruptions. Integrating and Excelling at Project Management Best Practices The RMS project management philosophy was formed over years leading and delivering large projects throughout Colorado for CDOT and other local agencies with aggressive schedules. Our approach is ouilt upon the necessary functions of both project management and design management, integrating with your scope, schedule, & budget requirements, managing rapid change, responding to external stakeholder pressures, and coordinating the compatibility of designs, plans, & specifications. Below is a summary of tools and techniques developed on past projects. which will be utilized & shared with the County project team. • Weekly email summaries to County & consultant project team, • Baseline project cost estimate with subsequent cost estimate with a short summary of weekly accomplishments, changes, snap shots over time to communicate changes and identify open action items. and decisions needed from the County. areas of financial risk or areas of focus for value engineering • Biweekly meetings with County PM Team, focused on biweekly and cost reductions. decision making milestones, with technical staff as -needed. • Detailed purchase order budget and schedule management • Agendas with a running status of Environmental, ROW, & to ease the County's role in contracts and invoicing. Utility items. • Utilize shared OneNote project notebook, to share notes/ • Weekly virtual check -in meetings between County PM & RMS action items/decisions automatically with attendees PM. immediately after meetings. Quality Management RMS brings the value of a fully qualified Design & Quality Manager with RMS serving on many complex projects. • Every task & deliverable is reviewed for design compatibility between the roadway, drainage, structures, utilities, etc. RMS understands the trade-offs associated with holistic design solutions. r Proactive Decision Making • RMS understands that inefficiencies associated with decision making can throttle a project's schedule & budget. • Plan the decision making steps with the County PM, recognizing the responsibility lies with the design team to provide the necessary cost/trade-off information in advance to County decision makers. Schedule & Budget • RMS uses a FAR/Federally compliant job -cost accounting and project management system to track cost and schedule performance. • Provide weekly status update emails to the County PM tracking weekly accomplishments in addition to invoice progress reports. EXECUTE PRECONSTRUCTION Design & Plan Production • Continually push critical path activities related to ROW, Environmental & Utility Clearances as well as kicking off specialty designs, such as structures & drainage. • Engineering & Constructability Reviews throughout the design development. leveraging RMS's experience working with Contractors on CM/ GC & Design -Build. Attention to Details - Quantities, Specifications, & Estimates • Fully independent quantity checks, by two designers, which are completed & reconciled prior to each submittal following Weld County contract requirements, including backchecked tabulations and SAQ and fully verified from both the plan sheets & electronic files. • Verification that every bid item has an appropriately specified, comprehensive, & biddable Description, Materials, Construction Requirements, Method of Measurement, & Basis of Payment in the Standard Specifications, Standard Special & Project Special Provisions. • Development of a comprehensive estimate at each milestone, leveraging RMS experience of complex cost estimating & budgeting from large projects. Project Control - Page 18 of 25 'ARMS REQUEST FOR PROPOSALS (RFP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT is PROJECT CONTROL - CONCEPTUAL AND PRELIMINARY DESIGN ESTABLISHING THE DESIGN DIRECTION AND MINIMIZING CHANGES DURING PRELIMINARY DESIGN DATA COLLECTION Surveying and Right of Way • Our team will work with AzTec to efficiently scope the limits and tolerances necessary for specific projects, minimizing rework and remobilizations. • A full understanding of existing right- of-way and easements is imperative for design direction and decision making. • Utilize GiS data, DRCOG aerial imagery, and drone photography for visualizations. r Geotechnical Investigations • Our structural team has worked with the best geotechnical firms in Colorado, anc those that are familiar with the subsurface conditions around Weld County. • We will work with County staff to efficiently scope the drilling and testing requirements for the project. J r Subsurface Utility Engineering • The lead-time and cost of SUE requires early initiation of QL B/C/D information followed by QL A test holes in critical excavation or drilling areas. • We understand how to analyze the SUE and proactively coordinate with the utilities to incorporate their needs early n design. J COMMUNITY ENGAGEMEN Region 4 Local Agency Unit for Federal -Aid Projects (Preliminary Design/FIR Phase) The RMS team understands the full requirements of the COT Project Development Process through our work directly with CDOT as well as our experience working with municipalities, including Weld County, under the requirements of the CDOT Local Agency Manual for Federal -Aid projects. • Work closely with the CDOT Region 4 Local Agency Liaison • Complete the Form 128 Part A/B (top half) to initiate ROW (Bryce Reeves) to proactively plan the project delivery plan authorization for ROW and easement acquisition. process and provide adequate communication within CDOT. • Complete structure selection process, prepare structure • Work closely with the CDOT Region 4 Environmental selection report, and submit to Ali Harajli, COOT Staff Bridge Manager, complete scoping for resources, summarize existing Region 4 Unit Leader (or his designee). conditions and technical reports/memos, and identify and • Submit 30% and 60% plans, specifications, and reports (such mitigate impacts. as a preliminary drainage report) to CDOT for specialty unit • It is assumed that this project will follow the requirements of review. a Categorical Exclusion (CatEx). • Hold a Field Inspection Review (FIR) meeting, including a site - walk. • Prepare Preliminary ROW Plans and hold a ROWPR meeting. County Processes • Work with County Staff to develop solutions that meet the specific needs and context of each community, recognizing opportunities to improve the quality of life throughout the Weld County area. • Comply with Floodplain requirements for Lone Tree Creek. Public Involvement • Assist County Staff with project communications and outreach. • Provide graphics, visualizations and renderings, postcards, newsletters, and presentation materials. • Solicit input on specific items, such as alternatives, aesthetics, and other items designated by County staff. Stakeholder Coordination • Keeping public and private stakeholders informed and supportive of a project can be critical to its success. • We will support County Staff by producing site -specific graphics to clearly convey engineering concepts while meeting one-on-one as needed to understand and address concerns. PRELIMINARY ENGINEERING Design & Plan Production • Develop horizontal and vertical geometrics for all project elements, including the finite details of roadway and drainage elements, retaining walls, and structural plans. • Prepare utility plans and identify impacts and test holes to obtain SUE QL-A info. • Develop construction phasing approach. Collaborating with Weld County Staff Work closely and collaboratively with County Staff, including but not limited to: • Don Dunker, County Engineer • Mike Bedell, Senior Engineer Project Management • Ryan Axtman, Construction inspector Supervisor • Mark Angell, Surveying/Right of Way • Cindy Beng f ord, Permitting/Inspections • Lyndsay Ho/brook. Water Quality Progron Coordinator • Amy Mutchie. Utility & ROW Permits • Duane Naibauer, Deputy Director • Josh Holbrook, Pavement Mgmt. Supervisor • Ron Graves, Rood & Bridge Const. Supervisor 4 Project Control - Page 19 of 25 'ARMS REQUEST FOR PROPOSALS (REP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT as PROJECT CONTROL - FINAL DESIGN PREPARING A COMPLETE PACKAGE OF PLANS, SPECIFICATIONS, AND ESTIMATES (PS&E) UTILITY RELOCATIONS Identify Impacts • Following the 30% review, we will initiate QL-A (test holes) to verify impacts for all major utilities, such as drainage trunklines, gas distribution and service lines, water distribution and service lines, sanitary sewer collection lines. private and County fiber opdc lines, overhead and underground electrical transmission lines, and irrigation conduits and structures. Mitigate through Design • The RMS team understands that typical approaches to utility relocations are not always feasible due to County budget, schedule, and site -context constraints. • Work with County Staff to creatively engineer alternative solutions when possible to avoid utility impacts, including special drainage structures. accommodations within structural foundations, etc. Relocate when Necessary • Our team T_ experience designing water line relocations on many projects, including water mains, service lines/ meters, hydrants, etc. • We will also work closely with public and private owners to develop a well -coordinated utility agreement to minimize delays during construction through early relocation. CDOT LOCAL AGENCY REQUIREMENTS Region 4 Local Agency Unit for Federal -Aid Projects (Final Design FOR Phase) RMS will continue to rely upon its vast experience with CDOT requirements to support your project through final design. • Work closely with the CDOT Region 4 Local Agency Liaison (Bryce Reeves) to proactively identify milestone "touch points" with Specialty Unit leads so that issues are addressed in advance. • Work closely with the CDOT Region 4 Environmental Manager to include mitigation requirements in plans and specifications, while following the commitments and requirements of NEPA. • Complete the Form 128 Part C/D (bottom half) to identify and procure all necessary permits. such as 404 permit for wetlands or MS4 requirements for water quality. • Complete structural design and independent design and quantities check, and complete field package for construction. • Submit 95% plans, specifications, and reports (such as final drainage report) to CDOT for specialty unit review. • Hold a Final Office Review (FOR) meeting and finalize Form 463/464 • Complete ROW and easement acquisition following Uniform Act requirements. • Work closely with the CDOT Environmental Manager, Right - of -Way Manager, and Utility Manager to obtain Environmental, ROW, and Utility Clearance Letters. • Complete the CDOT Form 1180 process for budgeting and clearance to advertise the CDOT compliant plans and specifications package. • Complete CDOT Form 859 for construction schedule. J O O Cl_ 1w C r Constructable Design • Developing designs and details that are simple to understand and easy to construct is at the core of our approach to design. • In some cases, refined analysis techniques can add value to a project by confirming a complex problem can be solved with a simple, practical solution, for which RMS is uniquely qualified. Industry -Vetted Innovation • RMS staff has developed many innovative designs working closely with local contractors on a combined twelve winning Design -Builds and ten CM/GC projects. • Using our lessons learned, RMS will work with Weld County to incorporate proven, practical innovation where it makes sense, focusing on streamlining construction. Value Engineering Up -Front • On Design -Bid -Builds, Value Engineering can take place during construction, but the value provided to Weld County is greatest when it is realized during design. • The RMS approach incorporates Value Engineering best practices from a big - picture perspective early in design, followed by final detail development. r Design & Plan Production • Develop final roadway and driveway access details. • Develop final drainage plans with utility conflicts proactively mitigated. • Develop final structural plans and details. • Develop final County Provisions, StandarO Special Provisions, and Project Special Provisions. r Follow the Same Best Practices on Every Project • Fully independent quantity checks, by two designers, which are completed & reconciled prior to each suomittal following Welc County contract requirements. including backchecked tabulations and SAQ and fully quantified from both the plan sheets & electronic files. • Verification that every bid item has an appropriately specified. comprehensive, & biddable Description, Materials, Construction Requirements, Method of Measurement, & Basis of Payment in the Standard Specifications, Standard Special & Project Special Provisions. • Development of a comprehensive estimate at each milestone. leveraging RM5 experience of complex cost estimating & budgeting from large projects. Project Control - Page 20 of 25 REQUEST FOR PROPOSALS (REP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT 'ARMS L P ROJECT CONTROL - SERVICES AFTER DESIGN SUPPORTING YOUR PROJECT THROUGH CONSTRUCTION ADVERTISEMENT Pre -Bid Meetings & Showings • Your project will remain a top -priority through construction, where the success of a design truly shines. • We will support you with pre -bid meetings and project showings, such that the County can easily solicit interest from qualified and competitive bidders. Contractor Questions/Addendums • Our team is flexible and will evaluate each question and seek opportunities to provide an addendum/revision under advertisement when necessary. • Our team will remain committed to providing efficient plan and specification revisions to minimize delays and potenfiat changes to bid opening dates. r Bid Submittals • We will work closely with the County PM to develop a comprehensive engineer's estimate of probable construction costs, relying on our vast experience and pulse on industry inflationary trends. • We will support the County PM with reviews for reasonable concurrence with estimates as well as potential unbalancing and general errors. ire Z w 2 5 a U z a 0 J I O U Region 4 Local Agency Unit for Federal -Aid Projects (Construction Phase) g g The RMS team will continue to rely upon its vast experience with COOT requirements to support your project through advertisement and post -design services during construction. • Work with CDOT Region 4 Civil Rights Office to • Develop signed and sealed plans and specifications for each include civil and labor compliance information in the field revision requiring a contract modification order (CMO) bid documents, such as DBE goals, On the Job Training and clear with CDOT/FHWA. (OJT) goals, current Davis -Bacon wages, etc. • Obtain concurrence to Award from CDOT, proactively • Review bid documents for proprietary materials. coordinating and working with CDOT to meet County Remove proprietary materials or provide a finding in construction scheaule. the public interest (FiPi) justification. • Complete as -built plans and follow CDOT finals process for • Include Buy America Requirements. project close out. • Support requirements for Intergovernmental Agreements (IGAs). CONSTRUCTION Requests for Information • Maintain a detailed log of RFIs, including receive and transmittal dates. • Provide thorough, comprehensive responses that are helpful to the County Construction PM and field staff. • All RFIs are addressed to County, so the County maintains control of the directives to the Contractor. Shop Drawings & Working Drawings • Timely reviews of shop arawings, recognizing the urgency and lead time associated with procurement of structural materials, etc. • RMS understands the difference between Shop and Working Drawings and wi I provide information that is helpful to your team in the field. Field Revisions & Contract Modification Orders (CMO) • When necessary through field changes, unforeseen conditions, requests by County staff, or proposals by the Contractor, RMS provides efficient revision packages for plans and specifications, minimizing the needs for as -built documentation later. di EXPERIENCE WITH CDOT AND FEDERAL -AID REQUIREMENTS Our team has comprehensive experience on CDOT's most challenging projects and an understanding of Local Agency/ Federal -Aid requirements. RMS holds a current CDOT Front Range (Regions 1, 2, 4, and Headquarters) Non -Project Specific (N PS) Contract for "on -call task orders:' RMS has been providing CDO 1 design & management support through N PS task orders over the last five years, working alongside Region 4 to support many projects through all Federal Aid Requirements. Additionally, the RMS team includes former CDOT Region 1 Program Engineer Stephanie Sisson, who is an expert in federally - funded project execution. including schedule and reporting requirements. Appropriately administering federal funds not only makes this project successful but provides future opportunities for grant pursuit on other projects. We are Prequalified with COOT through January 31, 2025 (annual renewals) in Bridge Design (BR), Civil Engineering (CE), Engineering Expert Witness (EW), Engineering Management (Contract Admin.) (MA), Engineering Management (Construction) (MC), Subsurface Utility Engineering (SUE), Highway and Street Bridge Design (HD), Hydraulics (HY), Landscape Architecture (LA), Structural Engineering (SE), Traffic Engineering (TR), Transportation Engineering (TP), and Value Engineering (VE). Project Control - Page 21 of 25 REQUEST FOR PROPOSALS (REP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT WORK LOCATION/COORDINATION RMS is located to the Denver Metro Area with our office in Greenwood Village. We have successfully designed and managed many projects throughout Colorado and the Front Range, with Northeast Colorado being one of our primary markets. Through projects like High Plains Blvd. Design -Build, we demonstrate our commitment to serve our clients in person when preferred. Communication with Weld County Effective communication will be the cornerstone of our coordination approach with Weld County. Our Project Manager, Clint Krajnik, will be the County's day-to-day point of contact for the project. Clint lives just north of Mile High Stadium off 1-25 in Denver, so he can be at the Weld County Public Works or the project site in an hour. All RMS and subconsultant Key Personnel live in the Denver Metro area/ Front Range, so it is a reasonable drive for any of our team members for in -person meetings or site visits. Our approach to coordination will be to attend key meetings in -person, with virtual meetings and phone calls supplementing more frequent coordination efforts. While we recognize the efficiency of virtual communication, we also see the benefits of strategic in -person meetings to foster collaboration in a way that virtual meetings cannot replicate. We will work with Weld County to establish an efficient and effective blend of in -person and virtual communication. A consulting engineering firm, no matter their size or history, is only as good as their staff. I worked with Clint Krajnik and Andy Pelster for almost 15 years on municipal transportation structures. Their creative approach, technical expertise and responsive attitude has yielded high quality projects of a level above their peers. Alex May, Retired City of Boulder Transportation Proj. Mgr. NORTHEAST COLORADO PROJECTS 1-25 Segments 5 & 6-SH66 to SH402 (Region 4) 1-25 Segments 7 & 8-SH 402 to SH14 (Region 4) SH7 Boulder to Brighton (Regions 1 & 4) Conveyor Bridge over US85 High Plains Boulevard Design -Build SH119 Baseline Underpass VE Redesign Folsom St. over Boulder Creek Concept Study FAMILIARITY WITH WELD COUNTY RMS has worked exclusively in Colorado on Colorado projects, and 100% of our staff is locally based in Colorado. We have experience working on projects in Weld County, and we understand Weld County's policies and design/ construction criteria. Weld County Experience This same RMS Team is currently working with Weld County policies and design/construction criteria on the High Plains Boulevard project. Clint Krajnik was the Project Manager on the Conveyor Bridge over US85 project in Weld County south of Ft. Lupton, for which he coordinated with and incorporated review comments from Don Dunker on the bridge design. Ryan Sisson served a significant leadership support role for CDOT's North 1-25 Express Lanes Segments S & 6 project, located in Weld County. To supplement our Weld County familiarity, we are including Greg Frazee and Andrei Bedoya with Axios, who have a long history of successful Weld County project experience. In addition to Constructibility Reviews and Pavement Design, Greg and Andrei will help guide our efforts towards meeting the County's expectations for a successful project. How our approach maximizes project goals LJ GOAL 1 - Replace Bridge 60.5/49A Selecting a team with Weld County familiarity and Colorado project expertise will have the following benefits for this project. • Realized value of local bridge design best practices. • A quality set of plans, quantities and specs. • Fewer iterations of review comments from Weld County since it will be done right the first time. RMS STAFF 0 co a) C Q C O U) ro O ro ro C KEY EXPERIENCE Work Location/Familiarity - Page 22 of 25 CEO In Gi B2400133 REQUEST FOR PROPOSALS (RFP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT FIRMS REQUEST FOP PROPOSALS (PFP) (QBS) BRIDGE 40.5/49A REPIAC LMEtNT PROJECT SCHEDULE THOROUGH UNDERSTANDING OF PROJECT DEVELOPMENT PROCESS AND SCHEDULE We have reviewed :he Corn:y's overall ,t-eoulc milestones and have consderec actual srhedrles of oast p+t,ec's e( srm lar scope anc complexity. -he `cllowing p]rtral: a rearr-.t r scnedule min surto::argets `cr critical r ' lestones The schedule WI! be a !.vn4 dccurncn: chat we will Jute as tre cesgn =vessel Wirtz rrirdful of the ultimate sc'edule pi { 1 2 c f vl d n 2025 3 4 5 6 orb H N 36 I tn N N 1 J 7 N Q 9 .21 9 h 10 h to 13 C C-, -C �.- RMS witinitiate Goedbee and AzTec immediately- upon nonce to proceed allallairand anticipate getting survey and utility data back vi thin a [no'idi 01 2, a W n The County procured title reports on High Plains Blvd prior to award This was extremely helpful 'r the early 5Unrey 3' existing ROW. anti more importantly, existing utility and other easements to keep :ne ROW o. unlides on schedule Ex Conditions/Alternatives SUE QL8/C/D 1< No -rise or LOMR approach 's verified at 30% r.c D tgrt Support andFinal a " Report Utility Relocations SUE gt.A(TestHogngi Win/ Coordination 14 15 'O h PRECONSTRUCTlON PHASE Utility Agreements Executed With no as -built clans available for the bridge an early going to determine basic geology and b+dnxk depth will help inrorm the 3O% concept,. and cost esnrnate Submit COOT Structure Selection Report I t I I I I I 2026 17 18 'o CONSTRUCTION PHASE 20 21 V1 22 23 o ,o ry N 0 o z Submit Floodolarn Development permit for approval cr- I I I I 5ubm.t CDOT Bridge Design Calculations and Independent Ore-isn Cneck Package 1 •) V 0 24 c 25 26 n N N 163 - LL 2027 21 28 29 30 P1/4. ^r N � nCI ].. RMS is proactivelydntioptnz the wetland delineation and impacts toprepa 1.404 PbdevSldSPermrt and aiad an Indh►dual Permit Nigh Plains Blvd. Wetlands at North Creek t Postg-carzstruCionn surveyandLOMR pie ass willApp.. c.ompletedzftar contbuction. it necessary. The current schedule appears to include approximately : ? monthstor ROW acquisition creatingabout 6 months of float between the complenor of design plans .wd advertisement. While :nis duration is possible in 3 condeiywt,3tton ;cenarto_ our team will work to accelerate the acquisition. relying upon our approach for High Plains Blvd to avoid ROW irr.pac:s. identity ROW and easement: early, de.etop plans. and initiate Notice of Intent (ROI). allowing fur appraisals and if pOs5&bie. Possession and Use A&seement K.• ••• While RMS will continue to support to me County throughout construction. we know that our most significant impact comes during the resign phase where we prioritize constructability protecting the client's interests. and ceveloping contract documenh that lead to a high - quality end product CDOT issues ROW. Utilities.. and Emnronrnertjl Clearances • •- • -• • 1> and 118O amebae or tor Adve'tisement ' The protect cannot br advt't ed until ROW clearance-. are -sued by COOT I Lurrently J:,..'.t' a: tht Lnhc sl pith Schedule - Pages 23 & 24 of 25 'ARMS DEMONSTRATED AVAILABILITY REQUEST FOR PROPOSALS (REP) (QBS) BRIDGE 60.5/49A REPLACEMENT PROJECT Availability of Key Personnel RMS greatly appreciates the opportunity to support your project. We are committed to delivering exceptional services with the high level of investment and passion that Weld County and its community of taxpayers and transportation system users deserve from our team. Our key personnel will be available to support your project as demonstrated by the table below. Personnel - IF V ■ ■ \ V V • . •••• . -• % - - - - - - - - - - - - -- - PROJECT ANTICIPATED COMPLETION DESIGN FEE Stroh Road Bridge over Cherry Creek November 2024 $2M+ High Plains Blvd. Design -Build Spring 2025 <$2.9M 1-40 Gallup Interchanges Phase 1A/B/C/D Summer 2025 $800K 1-270 Critical Bridge Replacements I Fall 2026 $4M CDOT Project Front Specific Range (Region (On -Call) 1, Contract 2, 4, and HQ) Non- Fall 2027 <$2M Below is a summary of the availability of our key personnel over the next five years, based on current contracted bacKlog shown as a percentage of hours, with our current team of eight professionals. We be►ieve this project lines up perfectly for our team's upcoming availability at the conclusion of the High Plains Blvd. design phase in Spring 2025. Additionally, we just submitted 100% advertisement plans for Stroh Road Bridge over Cherry Creek in the Town of Parker on 11/18/2024. AVAILABILITY OF RMS KEY PERSONNEL (%) 100.0% 90.0% 80.0% 70.0% 60.0% 50.0% 40.0% 30.0% 20.0% 10.0% 0.0% Q4 2024 Q2 2025 Q2 2025 Q3 2025 Q4 2025 2026 2027 2028 2029 Schedule - Page 25 of 25 • rs Y r -r4 f w.. I'_• '.4,1 1.g lad ' 1 4. 'ARMS �vanacrasit fa tilt 14C,R TV i►WOvAnON a 4 1VSOdO2id JO 3dOJS SWISS' 1VJi112JJ 10a1NOJ 1J31OHid 31fG3HJS Schedule E - Proposal Required Forms Proposal Submittal Instructions The following documents must be completed and submitted with your proposal on or before the proposal submittal deadline of November 22, 2024, at 1:00 PM: 1) Schedule E — Proposal Form. 2) IRS Form W9, if applicable. * 3) All other items as requested in the Proposal Specifications and/or Scope of Work. 4) Any potential or future addenda must be completed/acknowledged. *A current W9 is required for new proposers. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your Proposal may result in your Proposal being incomplete, non -responsive, and your Proposal being rejected. If there are any exclusions or contingencies submitted with your proposal it may be disqualified. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The Proposal proposed herein meets all the conditions, specifications and special provisions set forth in the for Proposal for Request No. #B2400133. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement of Schedule F — Insurance and Bond 5. Acknowledgment of Schedule G — Weld County Contract 6. By submitting a responsive Proposal, 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 any and 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 Entry Item Company Name: RMS, Inc. , Address: 2221 E Arapahoe Rd, #3041, Centennial, CO 8012.2 Phone 303-547-4835 Email: rsisson@rmsmobility.com FEIN/Federal Tax ID #: 83-3159145 Solicitation #82400133 Page 15 CONTRACT PROFESSIONAL: By: Name: Ryan Sisson, PE Title: President 11/20/2024 Date of Signature Solicitation #B2400133 Page 16 Addendum #1 Bid Request Number B2400133 Design Engineering Services for Bridge 60.5/49A Replacement Project Revision to Schedule F - Insurance The first paragraph of Section 2 on page 17 shall be reworded as follows: The Contract Professional's Commercial General Liability and Comprehensive Automobile Liability policies and certificates of insurance shall list Weld County Government and State of Colorado employees as an "additional insured", and shall include the following provisions: Revision to Schedule G - Weld County Contract The seventh paragraph of Section 13 on page 24 shall be reworded as follows: The Contract Professional's Commercial General Liability and Comprehensive Automobile Liability policies and certificates of insurance shall list Weld County Government and State of Colorado employees as an "additional insured", and shall include the following provisions: Consultant Questions and County Answers Question #1: Will the County allow a full closure of WCR60.5 during the bridge construction? Answer #1: Yes, the County will allow a full closure of WCR60.5 during the bridge construction and anticipates traffic will be detoured utilizing the closest paved roads. Question #2: Can the County provide consultants with the latest Bridge Inspection Report? Answer#2: Yes, the latest Bridge Inspection Report has been posted on Bid Net. Question #3: Can the County provide consultants with as -constructed plans of the existing bridge. Answer #3: No, the County does not possess any such plans of this bridge which was constructed in 1967. Question #4: Will the consultant be required to arrange for an independent design review of their structural plans? Answer #4: Yes, the consultant will be required to arrange with a qualified subconsultant to perform an independent review of the structural bridge plans. Question #5: Does the County anticipate that a floodplain CLOMR and LOMB be submitted to FEMA for their review and approval, and if so, has the County factored the long lead time for review/approval of these documents into the overall project schedule? Answer #5: The County anticipates that a CLOMR will not be required and that a floodplain model ensuring a "no -rise" condition can be accomplished. After construction has been completed the consultant will need to conduct an as -constructed survey and submit a LOMB document to FEMA for review/approval. Addendum Acknowledgement ***A signed copy must be submitted with your proposal. Company Name:�RMS, Inc. Signature: Name: Ryan Sisson, PE Title: President November 20, 2024 11/20/2024 Date of Signature .■ Request qGive for Taxpayer requester. send Form to the to Do IRS. the not (Rev. rot:October2018 Department Internal Revenue ) of the Treasury Service Identification ► Go to www.irs.gov/FormW9 Number for and instructions Certification and the latest information. 1 RMS, Name Inc. (as shown on your income tax return). Name is required on this line; do not leave this line blank. 2 RMS, Business Inc. name/disregarded entity name, if different from above co cn ca a 3 Check following appropriate box for federal seven boxes. tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes certain entities, not individuals: instructions on page 3): apply only to see ❑ ❑ C Corporation 1 S Corporation II Partnership Trust/estate ❑ Individual/ sole or o c proprietor single -member LLC Exempt payee code (if any) 5 ❑ Limited liability comoany. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► p ` n Note: Check the appropriate is box in the line above LLC for the tax classification of that is disregarded from the the single -member owner. Do owner unless the owner of the not check LLC is Exemption from FATCA reporting LLC if the LLC classified as a single -member LLC that code (if any) C - another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member 0. o .m is disregarded from the owner should check the appropriate box for the tax classification of its owner. (Applies to accounts maintained outside the U.S.) Other (see instructions) ► See Spl 5 Address 2221 (number, E Arapahoe street, and Road, apt. or #3041 suite no.) See instructions. Requester's name and address (optional) 6 City, Centennial, state, and ZIP CO code 80122 7 List account ,number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter TIN in the box. The TIN provideo must match the name given on line 1 to avoid Social security number your appropriate backup resident withholding. alien, sole For individuals, proprietor, or disregarded this is generally entity, see your the If social instructions do security not have number for Part a number, (SSN). I, later. see However, For other How for a to a - - entities. it is your employer identification number (EIN). you get TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. or Employer identification number 8 3 3 1 5 9 1 4 5 Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you " e not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Date ► 11/20/2024 Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or pa'd) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest) 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) INFRASTRUCTURE I MOBILITY I INNOVATION Bridge 60.5/49A Replacement Project Design Services RMS, Inc Project Nu l ber 2024101401 Scope of Work CONTRACT TYPE Specific Rate of Pay Not To Exceed Cost Plus Fixed Fee Lump Sum CLIENT CLIENT PROJECT NUMBER PROJECT LOCATION 111 Weld County B2400133 Weld County, Colorado Contents INTRODUCTION SECTION 10 — GENERAL Project Background Work Duration Project Team SECTION 2 0 - PROJECT MANAGEMENT Section 21 1- Administration Section 212 — Cost Management Section 213 — Schedule Management 214 Meetings Project Management Travel and Expenses SECTION 3 0 — QUALITY MANAGEMENT 3 31 Design Quality 3 6 2 Design Deliverables 3 7 Deliverables SECTION 4 0 - PUBLIC INFORMATION SECTION 5 0 - ENVIRONMENTAL -REQUIREMENTS SECTION 6 0 - THIRD PARTY AGREEMENTS 61 Imgation Ditches 6 3 CDOT Coordination `6 4 Deliverables SECTION 7 0 - UTILITY RELOCATIONS 7 2 General Utility Work Obligations 7 21 Utility Work 5 5 5 5 5 6 6 6 6 6 7 7 7 7 7 9 9 9 9 9 10 10 10 10 10 Bridge 60.5/49A Replacement Project Design Services RMS, Inc Project Number 2024101401 Scope of Work 7 31 Utility Owners 7 4 2 Contractors Investigations 7 51 Utility Coordination — General 7 5 2 Utility Meetings 7 5 3 Review Schedules 7 5 4 Notices 7 71 Utility Agreements 7 8 Deliverables SECTION 8 0 — RIGHT OF WAY 81 3 Right of Way Manager and Compliance with CDOT Right of Way Manual 814 Property Management Plan 815 Permission to Enter Forms 8 21 Request for ROW 8 2 2 Acquisition of ROW 8 2 3 Utility Easements 8 2 4 Relocation 8 2 5 Condemnation 8 2 6 Contractor Possession of Acquired Parcels 8 3 Construction Requirements 8 4 Deliverables 8 5 Exclusions SECTION 9 0 - SURVEY 91 Administrative Requirements and 9 2 Design Requirements 9 3 Construction Requirements 9 4 Deliverables SECTION 10 0 - GEOTECHNICAL, ROADWAY PAVEMENTS, STRUCTURE FOUNDATIONS 101 1 Geotechnical Investigations 10 2 2 Roadway Pavement Analysis/ Design and Constructabdtiy Reviews 10 2 3 Existing Pavement Sections — Side Roads Only 10 2 4 Altemate Pavement Designs 10 2 5 Structure Foundation Analysis and Design 10 3 Construction Requirements 10 4 Deliverables SECTION 110 - EARTHWORK 11 11 14 14 14 14 14 14 15 15 15 15 15 15 16 16 16 16 16 16 16 17 17 21 21 21 21 22 22 22 22 22 22 23 Bridge 60.5/49A Replacement Project Design Services RMS, Inc Project Number 2024101401 Scope of Work SECTION 12 0 - DRAINAGE 121 Standards 12 21 Coordination with Other Agenaes 12 2 2 Permits 12 3 Requirements 12 6 Deliverables SECTION 13 0 - ROADWAYS 13 2 2 Traffic Analysis and Design 13 2 3 General Design Requirements by Project Element 13 2 8 Guardrail 13 2 9 Access (Dnveway) Design 13 211 Design Exceptions 13 3 2 Fencing 13 4 Deliverables SECTION 14 0 - SIGNS AND PAVEMENT MARKINGS 141 1 Permanent Signing 1412 Permanent Pavement Marking 141 3 Temporary and Permanent Traffic Signalization 14 2 Construction Requirements 14 3 Deliverables SECTION 15 0 - STRUCTURES 15 2 3 Bndges 15 2 4 Bndge Components 15 2 5 Box Culverts 15 2 6 Retaining Walls 15 2 7 Submittals and Reviews 15 2 8 Design 15 3 Deliverables SECTION 16 0 — MAINTENANCE OF TRAFFIC 161 1 Traffic Operations 16 21 Traffic Control Plans 16 2 2 Method of Handling Traffic (MHT) 16 4 Deliverables SECTION 17 0 - LANDSCAPING 23 23 23 24 24 27 27 27 27 27 27 27 28 28 28 28 28 28 28 28 28 28 29 29 29 29 29 29 29 29 30 30 30 30 Bridge 60.5/49A Replacement Project Design Services RMS, Inc Project Number 2024101401 Scope of Work SECTION 18 0 - MAINTENANCE DURING CONSTRUCTION SECTION 19 0 - MODIFICATIONS TO STANDARD SPECIFICATIONS SECTION 20 0 - OTHER PROFESSIONAL SERVICES SECTION 210 - SERVICES AFTER DESIGN 30 30 30 30 Bridge 60.5/49A Replacement Project January 21, 2025 Page 5 of 30 INTRODUCTION This scope includes design services for Weld County (the County) associated with the Bridge 60.5/49A Replacement Project. Design services include concept design, preliminary design, final design and post design services. This scope excludes Construction Management services. SECTION 1.0 — GENERAL Pro'ect Back. round Badge 60.5/49A carries WCR 60.5 over Lone Tree Creek east of Greeley Airport. The existing bridge deck is in poor condition and the County has secured funding to replace the bridge with a new structure. A portion of the construction funding is from a Federal Grant that will be administered by CDOT; thus the design is required to follow the CDOT process for local agency projects. The summary below is a general description of the scope and design requirements: • Removal of existing bridge over Lone Tree Creek. • Design a new bridge over Lone Tree Creek • Design approach roadway reconstruction at each end of the new bridge. • Identify temporary detour of WCR 60.5. • All final plan sheets will be submitted electronically on 11"x17" sheets. Reviews will be facilitated with Bluebeam or Adobe cloud -based comment -resolution. • The design team will develop the conceptual design to final design and AD Documents in conformance with Weld County, AASHTO and CDOT requirements. • General assumptions include: o 1000 feet of roadway reconstruction limits, with up to a 2.5' profile raise of WCR 60.5 over Lone Tree Creek. o 1650 feet of survey mapping, SUE, and ROW impacts along WCR 60.5. These limits are assumed based on potential for utility relocation to extend beyond the physical construction limits of 1,000 feet. o The Consultant intends to reduce these limits as much as practical based on the floodplain hydraulic opening required for an optimized bridge type and roadway profile. Work Duration It is assumed that construction will begin early 2027 and be completed by fall 2027. The timing for the project is estimated to be as follows: Notice to Proceed — January 2025 30% Concept Design Submittal — June 2025 60% FIR Preliminary Design Submittal — October 2025 95% FOR Final Design Submittal — March 2026 100% Advertisement Plans — May 2026 Advertisement — November 2026 Begin Construction — February 2027 End of Construction — October 2027 Project Team The Consultant design team includes the following firms for the design -related services associated with this scope. Bridge 60.5/49A Replacement Project January 21, 2025 Page 6 of 30 • RMS, Inc. — Project Management, Roadway, Structures, Construction Phasing/Traffic Control, Roadway Storm Drainage, Utility Coordination. • Goodtee & Associates — Subsurface Utility Engineering (SUE) Quality Level A/B/C/D • Tiglas Ecological Services* — Environmental Requirements • Wright Water Engineers — Lone Tree Creek Floodplain Analysis • Granite Engineering Group — Soils Investigation and Bridge Foundation Design • Axios — Pavement Design and Constructability Reviews • Weste71 States — Right of Way Acquisition • Aztec — Surveying and Right -of -Way Plans *Tiglas Ecological Services will be contracted directly with Weld County for all environmental tasks required on this project. This scope indudes tie coordination of environmental tasks. SECTION 2.0 - PROJECT MANAGEMENT Section 2.1.1 Administration Client Contact The Contract Administrator for this project is Michael Bedell, Weld County Project Manager. All correspondence will be directed to the Weld County Project Manager. Consultant Contact The Contract Administrator for this project is: Ryan Sisson. Active day-to-day administration of the contract will be delegated to the Consultant Project Manager: Clint Krajnik. Project Coordination For all meetings, the Consultant will provide an invitation list, agenda, graphics or supporting material as appropriate, meeting notes, and maintain action item and decision item logs. Section 2.1.2- Cost Mana • ement Invoice Submittals Invoices will be submitted monthly. Invoices from Consultant and Subconsultants will include: • Cover sheet, progress report, updated schedule, and certification by Quality Manager in accordance with the requirements. Section 2.1.3 - Schedule Mana • ement The Consultant will prepare and maintain a design schedule. 2.1.4 Meetin . s Project Meetings Project Kick Off Meeting This meeting will be with the County PM, key County Staff, key CDOT staff, and key Consultant staff. The meeting will be attended in -person by the Consultant. Progress Meetings Monthly meetings will be attended by applicable key staff to discuss on -going project requirements and updates. The meetings will be attended in -person by the Consultant, unless agreed upon by the Weld Bridge 60.5/49A Replacement Project January 21, 2025 Page 7 of 30 County PM that a meeting will be held virtually. Weekly phone or email updates will be provided by the Consultant. Internal Design Coordination Meetings Bi-Weekly internal design coordination meetings will be held between Consultant and applicable Subconsultant design team staff. These meetings will be held virtually. Concept (30%) Review Meeting This meeting will be with the County PM, key County staff, key CDOT staff, and key Consultant staff. The meeting will be attended in -person by the Consultant. Preliminary (FIR 60%) Review Meeting This meeting will be with the County PM, key County staff, key CDOT staff, and key Consultant staff. The meeting will be attended in -person by the Consultant. Right of Way Plan Review (ROWPR) Meeting This meeting will be with the County PM, key County staff, key CDOT staff, and key Consultant staff. The meeting will be attended in -person by the Consultant. Final (FOR 95%) Review Meeting This meeting will be with the County PM, key County staff, key CDOT staff, and key Consultant staff. The meeting will be attended in -person by the Consultant. Pro'ect Mana • ement The Consultant shall coordinate all the work tasks being accomplished by all parties to verify project work completion stages are on schedule. Travel and Ex•enses Expenses for travel, such as mileage, will follow current IRS and GSA Rates. Lodging and meals will not be included in the scope. SECTION 3.0 — QUALITY MANAGEMENT 3.3.1 Desi • n Quail Consultant will conduct an internal QA/QC review of the plans prior to each milestone submittal to Weld County (30%, 60%, 95%, and 100%). 3.6.2 Des!. n Deliverables The following plans will be provided at each design submittal milestone. Pre -AD 100% plans will include the same sheets as the FOR 95% submittal. Plans Sheets Concept 30% 60% FIR FOR 95% Engineer Record of Title Sheet 1 Yes Yes Yes RMS Index 1 Yes Yes Yes RMS Standard Plans List 1 Yes Yes Yes RMS Roadway Design Data 1 Yes Yes Yes RMS General Notes 4 Yes Yes Yes RMS Typical Sections 1 Yes Yes Yes RMS Pavement Details 1 Yes Yes Yes Axios Bndge 60 5/49A Replacement Project January 21, 2025 Page 8 of 30 Plans Sheets Concept 30% FIR 60% FOR 95% Engineer of Record Summary of Approximate Quantities 4 No Yes Yes N/A Tabulations of Quantities (Earthwork, Surfacing, etc ) 3 No Yes Yes N/A Survey Control Diagram Sheets 3 Yes Yes Yes Aztec Right of Way Plan Sheets 6 Yes Yes Yes Aztec Roadway Geometric Layout Plans i 2 Yes Yes Yes RMS Geotechnical Bonng Plans 6 No Yes Yes Granite SUE Plans 8 No Yes Yes Goodbee Utility Coordination Plans 8 Yes Yes Yes RMS Utility Relocation Plans 0 No No No N/A Removal Plans 4 Yes Yes Yes RMS Roadway Details 2 No Yes Yes RMS Roadway Plan and Profiles (WCR 60 5) 4 Yes Yes Yes RMS Dnveway Profiles 6 Yes Yes Yes RMS Miscellaneous Area Details 2 No Yes Yes RMS Pavement Plans 4 Yes Yes Yes RMS Bndge Structural Plans 37 Yes, General Layout and Typ Section Yes Yes RMS SWMP (including LandscapetSeedinglVegetation) 20 No Yes Yes RMS Environmental Mitigation Plans (shown on SWMP) 0 No No No Tiglas/RMS Storm Drainage Details 1 No Yes Yes RMS Storm Drainage & Grading Plans 4 Yes Yes Yes RMS Storm Drainage Profiles 8 No Yes Yes RMS Imgation Crossing Plans 1 No Yes Yes RMS Lone Tree Creek Itii7p/Channel Details 4 No Yes Yes Wnght Water Permanent Signing &Stnping Plans 4 Yes Yes Yes RMS Traffic Signal Plansl 0 No No No N/A Detour Construction Phasing Plans 2 Yes Yes Yes RMS Permanent Pavement Stnping subset) Marking Plans (see Signing and 0 No No No N/A Cross Sections 25 Yes Yes Yes RMS 178 Project Special Provisions 150 No Yes Yes RMS Standard Special P iovisions 16 No Yes Yes RMS Bridge 60.5/49A Replacement Project January 21, 2025 Page 9 of 30 3.7 Deliverable • Concept (30%) Submittal o Electronic copy of plans o Engineer's Estimate o Quantity Calculations for 15 costliest items • Preliminary (FIR 60%) Submittal O 30% Comment Resolution o Electronic copy of plans o Engineer's Estimate o Quantity Calculations for 25 costliest items • Final (FOR 95%) Submittal O 60% Comment Resolution o Electronic copy of plans o Engineer's Estimate o Quantity Calculations for 30 costliest items • Pre -AD Plans (100%) O 95% Comment Resolution o Electronic copy of plans o Revised Engineer's Estimate o Revised Quantity Calculations for 30 costliest items • See Services After Design for Revisions SECTION 4.0 - PUBLIC INFORMATION Excluded. SECTION 5.0 - ENVIRONMENTAL REQUIREMENTS Tiglas Ecological Services is contracted directly with Weld County. Environmental services are not included in this scope. SECTION 6.0 - THIRD PARTY AGREEMENTS The Consultant will work with Weld County, Private Irrigation, and Oil and Gas companies to coordinate and obtain approvals associated with the design deliverables. The Consultant will not prepare IGAs, but will provide supporting information requested by Weld County. 6.1 Irri. ation Ditches Irrigation relocation plans are assumed to be in -kind, like replacements of existing conveyance structures. The Consultant will provide a 3rd party irrigation coordination lead to meet with property owners to identify impacted irrigation facilities, determine facilities that will be included in this project's construction scope, and prepare relocation plans for irrigation facilities that will need to remain (cross) the ROW. The Engineer will provide design services to re-route these lines in -kind to accommodate construction. Three (3) sheets are assumed to be induded. Bridge 60.5/49A Replacement Project January 21, 2025 Page 10 of 30 The Consultant will coordinate with irrigation companies including submittal application and Fee, development of plans, meeting with owners, and approvals. Payments to self -perform the relocations are not included, and will be paid by Weld County as part of the Right -of -Way acquisition and compensation. One (1) irrigation review permit fee is included of $10,000. 6.3 CDOT Coordination CDOT coordination is included. Requirements of federal funds and CDOT Local Agency Requirements are included. 6.4 Deliverables • Utility Relocation Agreements — Not included in this Section. See Section 7.0 • IGA Support Materials • Private Irrigation Relocation Plans SECTION 7.0 - UTILITY RELOCATIONS All utilities inside existing Weld County ROW will relocate at no cost to the County, and therefore no design cost for the Consultant is induded. Al utilities located in private easements will relocate at no cost to the Consultant. No utility or Oil and Gas Owner relocation designs are included in this scope. This includes public, private, and wet utilities, regardless if located inside ROW or within a private easement. In general, the Consultant will coordinate, identify, and support the development of Utility Relocation Agreements, which will be formally executed by Weld County. The Consultant will provide a Utility Coordination Lead to perform the requirements of this section. 7.2 General Will Work Oblations The Consultant will coordinate with existing and planned utilities. 7.2.1 Utili Work 1. Verification of all Utilities, as identified or described in the Utility Data, and the identification of all other Utilities, including in each case all necessary potholing located within the Project limits or otherwise impacted by the work. The Consultant will perform the work in accordance with project requirements. All design -phase testholes will be performed under the SUE section. No Construction -phase potholing is included. 2. Reimbursement to Private or Public Utility Owners for relocation of Utilities that are within their own easement prior to construction. The Consultant will work with utility owners to request private easement records and coordinate with Weld County to determine responsibilities. No reimbursements to utility owners are included in this scope. 3. Development and updates of the Contractor's Utility Tracking Report. The Consultant will prepare a Utility Tracking Matrix to support the development of Utility Relocation Agreements (URAs). The tracking matrix will be provided to Weld County for use during construction and the Construction -phase requirements of this section. 4. Removal of abandoned existing Utilities. If impractical to remove, Weld County may approve flash -filling of abandoned existing Public Utilities that are greater than 2 inches in diameter. The Consultant will work with utility owners and Weld County to determine the locations and requirements for removal/abandonment of existing utilities, and will incorporate the requirements, if applicable, into the design plans. 5. Review of the Utility Relocation design for each Private Utilities Relocation, then verification that each Utility Relocation is compatible with the Project. Bridge 60.5/49A Replacement Project January 21, 2025 Page 11 of 30 The Consultant will perform the requirements of this section in accordance with project requirements. Assume 6 utility relocation plan reviews. 6. Inspection of the Utility Relocation construction for each Private Utilities Relocation, then verification that each Utility Relocation is compatible with the Project. On -site inspection is not included. 7. Resurfacing and restriping of County Roads, where necessary, due to Utility Work performed by the Contractor within the Project limits. Excluded. S. Providing public information to the County for Utility Work performed by the Contractor or performed by the Utility Owner. Public information for utility work is excluded. 9. Performance of traffic control for Utility Work performed by the Contractor or performed by the Utility Owner. Traffic control for utility work is excluded. 10. Providing survey coordinates in the field for design and construction of the Utility Work performed by the Contractor or performed by the Utility Owner. Construction survey for utility work is excluded. 11. Performance of Incidental Utility Work, as defined in URAs. Design phase incidental utility work in accordance with the project requirements will be included in the design plans. 12. Performance of and coordinating As -Built plans for all Utility Work. Excluded. 13. Identification and removal of abandoned Private Utilities as required to complete the work. The Consultant will work with Utility Owners and Weld County to identify abandoned utilities on the plans. 14. All necessary work associated with Utility Work. The Consultant will perform design -phase utility work in accordance with the project requirements. 15. Staking of the Right of Way and/or Easements for use by the Utility Owners. Final right-of-way will be staked in accordance with Section 8 — Right of Way. 7.3.1 Utili Owners Design and relocation utility work is not included. If desired, the Consultant may perform the design and a separate scope and fee will be developed on a case -by -case basis. 7.4.2 Contractor's Invests I. ations Subsurface Utility Engineering (SUE) - Consultant Conflict Matrix The Consultant will prepare a Utility Conflict Matrix, which the Consultant will manage through the design phase. It is assumed that Weld County will manage all utility requirements during construction. Subsurface Utility Engineering (SUE) - Goodbee The following SUE investigations will be performed by Goodbee: PROJECT UNDERSTANDING AND SCOPE OF WORK This project consists of WCB 60.2/49A bridge replacement and roadway design in Weld County. Goodbee will provide the following subsurface utility engineering (SUE) services. Bndge 60 5/49A Replacement Project January 21, 2025 Page 12 of 30 Project Management and Utility Meetings • Project meetings — assume 4 design team meetings • Monthly progress reports — submit progress report and invoice, assume up to 4 invoices Conceptual Design/ 30% - Subsurface Utddy Engineenng (SUE) • Goodbee will perform SUE services in accordance with CRS Article 15 of Section 9 and the recommended practices and procedures descnbed inASCE/UEIS/CI 38-22 "Standard Guideline for Investigating and Documenting Existing Utilities" • Utility Record Data Collection - Goodbee will submit CO 811 SUE notification If utility companies do not provide records in 10 days, Goodbee will follow up with utility companies to request records Goodbee will also review utility owner and other databases such as PointMan for existing utility data • Geophysical utility investigations (SUE QLB) — Goodbee will initiate ASCE 38-22 Quality Level B (QLB) investigations for underground utilities noted in the project area The QLB investigation area is approximately 1650 LF on WCR 60 5 east of Greeley and noted in teal outline in the graphic that follows The Client will arrange for Right of Entry to access work areas, where required, pnor to the commencement of field work Goodbee will complete geophysical investigations to designate the honzontal location of underground utilities in the study area Goodbee will utilize appropnate tools and methods to attempt to achieve QLB Equipment generally includes RD 8100, rodder/sonde, and other devices as appropnate for field conditions Utility service lines will be investigated where ground -level access is available CCTV services to locate sanitary mains and services are ' exduded from this scope of work When access is provided/allowed by utility companies, vaults, maintenance holes, or other accessible subsurface chambers, will be documented and diagrammed using LiDAR or direct survey measurements, including ground -level and invert elevations Confined space entry is excluded from this scope of work Where evidence of a septic system and/or leach field is present, either by visible surface features or visible surface - level change in soil conditions, investigations of such areas will include GPR gnd sweeps to attempt to identify the impacts and/or conflicts with bndge and roadway design Sweeps will attempt to determine the location of the edge of the field or system, and survey of those potential edges will be completed for honzontal documentation QLA test holes maybe induded for vertical confirmation Goodbee's survey technician will not collect data on open channels, open-air culverts, imgation ditches, or landscape irrigation systems, as it is assumed those will be collected as part of the project topographic survey provided by others Goodbee will survey electnc or communication pole locations and complete associated pole diagrams Line sag heights and electnc voltages are excluded The Client will provide Project Control Diagram (PCD) and/or project survey control (jxl or job file) and associated base mapping to Goodbee pnor to the beginning of field work Goodbee's survey technician will collect visible utility features associated with SUE markings, utility appurtenances, and utility poles SUE investigations will be surveyed to 0 2' honzontal accuracy using Tumble R12i GPS receiver and Tnmble TSC-5/7 Tumble Real Time eXtended Network (RTX) will be used in lieu of a static base station 3D elements (Stomn/Sanitary structures and QLA Test Holes) will be collected with Recaver/Base Station combination and/or Total Station for 0 1' vertical accuracy • Goodbee will complete up to 20 QLA test holes based on locations provided by the client Goodbee will oversee, survey, and develop test hole data sheets Goodbee will collect utility type, size, condition, and other notable charactenstics in a test hole data sheet Vacuum excavation greater than 10 -feet deep is exduded from this scope of work QLA test holes will be backfilled with appropnate matenals per industry standards Asphalt repair will be completed with DOT -compliant cold -patch asphalt Should alternative methods of test hole restoration be required, Goodbee will invoice the repairs at cost Client should notify Goodbee pnor to scoping if possibility to encounter and dispose of contaminated soil or water dunng test hole investigations Bridge 60.5/49A Replacement Project January 21, 2025 Page 13 of 30 SUE QLB Investigation Area Goodbee will update existing utility CAD file and SUE Plan with test hole survey data. 3D existing utility model — excluded • Finalize SUE Plan and Report. The SUE plan set will be signed and stamped by a professional engineer licensed in the state of Colorado and will include associated notes, methodologies, and documentation as part of the deliverable. • Deliverables: -2D utility CAD basefile at achieved quality levels and draft SUE plan and SUE report consistent with C.R.S. Article 1.5 of Section 9 and the recommended practices and procedures described in ASCE/UEIS/CI 38-22 "Standard Guideline for Investigating and Documenting Existing Utilities". Should Weld County require usage of a specific Weld County SUE template, deliverables will be adjusted once such template is provided, to meet Weld County SUE design criteria. -After test holes are completed - sealed SUE plan and report with test hole data. SCHEDULE AND DURATION • Assume a 10 -month period of performance (assume January 2025 through October 2025). • Goodbee will provide an estimated field schedule once notice to proceed is received. ASSUMPTIONS AND EXCLUSIONS • CAD work in AutoCAD. • Third -party traffic control will be required for SUE investigations. The traffic control cost is estimated based on past fees and will be invoiced at cost. It is assumed that SUE investigations can be completed during weekday working hours (generally Monday — Friday, 8am-5pm). If CDOT or local agency permit requires night work, Goodbee will invoice at cost. Bridge 60.5/49A Replacement Project January 21, 2025 Page 14 of 30 •The SUE Plan set is valid only at the time of field investigations. Should the project occur over an extended duration of time, an additional SUE investigation may be warranted to collect updated existing subsurface utility conditions. • It is the responsibility of Goodbee to perform due diligence with regards to records research (QLD level of effort) and acquisition of available utility records. Goodbee will further investigate the project area utilizing a suite of geophysical equipment to obtain QLB data. During QLB field work, Goodbee will scan the defined work area using electronic prospecting equipment to search for previously unrecorded utilities. Utilities that are not identified through these efforts will be here forth referred to as "unidentified" utilities. Goodbee is not responsible for designating ` unidentified" utilities that were not detected through due diligence and scanning the work area. • 3D existing utility model is excluded. • Utility Coordination, utility relocation plans, and water and sanitary design excluded. Note that utility contacts identified during records collection (QLD) will likely be different than utility contacts developed during the utility coordination process that will be completed by others. • ITS, lighting, and traffic relocation design are excluded. • Wates and sanitary relocation design are excluded. 20"or larger conduit relocation design excluded. • Ditch and railroad company coordination are excluded. • Post design services during construction and utility as-builts are excluded. •CDOT Utility Account Matrix (PD 90.1) is excluded. 7.5.1 Utili Coordination — General The Consultant will lead the utility coordination. 7.5.2 Utili Meetin • s The Consultant will include the following: Utility Coordination Meetings — held bi-weekly and virtual The Consultant will provide meeting minutes and review utility schedules as needed. 7.5.3 Review Schedules Review of Utility Relocation/Construction schedules are excluded. 7.5.4 Notices The consultant will provide design -phase notices required for coordination. Construction phase notices are excluded. 7.7.1 Utili A. reements The Consultant will support the development of URAs in accordance with the Technical Requirements. All reimbursements for the design and construction of relocated utilities are excluded. 7.8 Deliverables • Utility Tracking Matrix/Report (includes conflict matrix) • Meeting Mirutes • Concept SUE Plans (30%) — see Section 3.6.2 Design Deliverables for Sheet Count • Preliminary =IR SUE Plans (60%) — see Section 3.6.2 Design Deliverables for Sheet Count • FOR SUE Plans (95%) — see Section 3.6.2 Design Deliverables for Sheet Count • Final 100% SUE Plans • Right of Way Permits, Right of Entry Permits, and MHTs necessary for SUE investigations • Utility Coordination Plans Bridge 60.5/49A Replacement Project January 21, 2025 Page 15 of 30 • Utility As -Built Plans are Excluded SECTION 8.0 — RIGHT OF WAY The Consultant will support the Right -of -Way and Easement acquisition for this project. It is assumed that property interests will be acquired from up to 4 landowners, with 4 ROW fee parcels, 4 utility easements, and 2 drainage easements. 8.1.3 Ri • ht of Wa Mana • er and Com • fiance with CDOT Ri • ht of Wa Manual The Consultant will provide an overall ROW/3rd Party Manager. The Certified ROW Manager will be Western States. 8.1.4 Pro. - Mana • ement Plan The development of Property Management Plans for property demolition are excluded. 8.1.5 Permission to Enter Forms The Consultant will prepare up to 4 permission to enter forms. The form will be provided by Weld County. 8.2.1 Rep nest for ROW The Consultant will prepare the requirements of this section in the 30% ROW plan submittal. 8.2.2 Ac • uisition of ROW The following services will be provided by Western States: Periodic team meetings to discuss acquisition schedules, status and various coordination efforts. This project will receive federal funding and therefore acquisition services will comply with the Federal Uniform Assistance and Real Property Acquisition Policies Act of 1970 (Uniform Act), 23 CFR 710.313 and the Colorado Eminent Domain Act (Section 38-1-101 et seq., CRS as amended). No relocation services will be required. A. Meetings and general coordination / research. Western States will meet with the appropriate Consultant and County representatives to assist with the various coordination efforts and design review. Western States plans to use web -based virtual meetings when appropriate but remain available to meet in person as necessary. Western States will meet with each of the landowners at least once in the field as well. B. Permission to Enter If directed to do so, Western States will request permission to enter from each landowner to allow for access during design. C. Title: Western States will procure informational title binders for all thirteen ownerships. D. Valuation: Based on the limited information available, Western States is assuming the need for an appraisal of each affected parcel. If an appraisal is not necessary, Western States will complete an in-house waiver valuation for $500 per parcel. Since this project will receive federal funding, Western States has included the cost for two third -party appraisal reviews. Western States understands the County will review the appraisals in-house. E. Preparation of Documentation: Western States will work with the County to prepare the necessary notices, license to enter forms, offers or final offers. Western States anticipate using standard County conveyance documents. All documents shall be reviewed and approved by the County before Western States use them. Western States staff will use the templates approved by the County to prepare landowner specific packets. Western States will use a statutory acquisition process and will ensure that our acquisition efforts meet all of the requirements for good faith negotiations. F. Negotiations: Once Notices/Offers have been issued, Western States will attempt to meet with each property owner and/or their representatives in an effort to establish "good faith" negotiations and resolve the acquisition by voluntary settlement. Typically, federal and CDOT policies require that the negotiations remain open for at least 30 -days in order to allow a reasonable opportunity for the property owner to consider and negotiate the County's Offer. During these negotiations, Western States will maintain current communication with the County regarding the status of the negotiations and any issues that may arise. At the conclusion of the 30 -day negotiation period, in the event any right of way remains to be acquired, Western States will review with the County the status of the negotiations and the potential to obtain same through continued voluntary negotiations. A Final Offer may be issued at this time. If Western States believe that the negotiations are reaching a point of impasse with any particular property owner, Western States will review the specific circumstances with the County and request guidance as to whether or Bridge 60.5/49A Replacement Project January 21, 2025 Page 16 of 30 not the County wishes to pursue the acquisition of the right of way and/or easements through condemnation or consider alternatives. When appropriate, Western States can request that a property owner consider an interim Possession Agreement that will provide the County with the rights to occupy the area necessary for the project construction while negotiations continue. G. Closings: Upon obtaining executed Agreements, the documentation will be forwarded for final review and approval by the County. Executed IRS W-9 forms will accompany signed Agreements from the property owners in order to facilitate payment requests. It is our understanding that the County will complete the closings in-house. H. Condemnation: If it is determined that the County must seek acquisition of any of the right of way and/or easements through condemnation, it is our understanding the County will pursue possession without our involvement. Western States would turn over our acquisition files for use by the County. If it is later determined that the County would like us to provide testimony at an IP hearing, Western States will participate but might require an amendment to our cost proposal. Services to be provided by the Consultant or the County A. Engineering and design information, including necessary plans. B. Surveys and legal descriptions including individual descriptions and exhibits for each parcel to be acquired. C. Right of Way Plans D. Tine reports E. Field staking as necessary of the areas to be acquired for review with the property owner / representative. F. Legal assistance and advice relating to matters that may be raised during the negotiations, including contracts, contractual terms and the like. 8.2.3 Utili Easements The Consultant will develop new utility easements and acquire them through the ROW process. 8.2.4 Relocation No relocation services are included. 8.2.5 Condemnation See Section 8.2.2 above. 8.2.6 Contractor Possession of Ac• uired Parcels See Section 8.2.2 above. 8.3 Construction Re • uirements Excluded. 8.4 Deliverables • Right of Way Survey and Ownership Map • Parcel Acquisition Files (ROW and/or easement parcel exhibits and legal descriptions) • Permission to Enter Forms • Appraisals • Value Findings/FMV reports • Acquisition Negotiation Reports/Minutes • Administrative Settlement Report • Certification of Acquisitions in Compliance with State/Federal Requirements. 8.5 Exclusions Bridge 60.5/49A Replacement Project January 21, 2025 Page 17 of 30 • Relocation Plans SECTION 9.0 - SURVEY 9.1 Administrative Re • uirements and 9.2 Desi • n Re. uirements The design survey will be performed by Aztec Consultants and include the following: 1. Right of Entry Permitting • Obtain necessary written permission to enter adjacent properties utilizing CDOT form 730 or something similar. • Submit signed permissions to the county/PM prior to entering property. 2. Project Meetings • Aztec Project Manager will attend up to 4 meetings for the project to include a Kick-off meeting, FIR, FOR and ROWPR. 3. Control Survey • Aztec will establish permanent project specific inter -visible control points along the project corridor based on NGS/Weld County control points. Control points will be tied to all nearby recovered section corners and quarter section corners along the corridor that are within 500 feet of the project. • Coordinates will be Colorado State Plane North Zone modified to ground. Vertical Datum will be NAVD88. 4. Aerial Mapping • Contract with Synergy Mapping to provide new 2.5 cm GSD color digital aerial photography, digital aerotriangulation planimetric mapping supporting 1"=20' map scale, Digital Terrain Modeling (DTM) supporting 0.5' contour interval and digital orthophotos at 0.15 pixel resolution within the mapping limits outlined on "EXHIBIT A". • Set 24 panel locations to control the aerial mapping as outlined on the attached "EXHIBIT B". • Mapping will include all structures and improvements identifiable from aerial photos. • Provide a separate drawing file containing all dtm boundaries, points and break lines used to create the terrain model. 5. Supplemental Topographic Survey Field survey to locate all unidentified items in the aerial mapping and areas obscured in the aerial mapping. • Total Station cross-section survey of paved portions of WCR 60.5 at 50' intervals. • Survey of trees 8" or bigger and note type as coniferous or deciduous. • Survey fences and note type. • Survey all irrigation ditches and any culverts within them. • Surveying underground utilities and utility markings is not a part of this scope of services. Aztec will locate any visible above ground evidence of utilities i.e. pedestals, manhole lids, vaults, poles, etc. these items are not to be relied upon for design but just as a cross-check for the SUE report. • As -built survey of sanitary/storm sewer is not a part of this scope of services. • Detailed field survey of the existing WCR 60.5 bridge to include low chord elevations, high cord elevations, dimension of piers/abutments, etc. is included in this task. • Detailed field survey of 2 private road crossings to include low chord elevations, high cord elevations, dimension of piers/abutments, etc. is included in this task. • Field survey of 5 geotechnical borings to include horizontal location and ground elevation provided to client in CSV and AutoCAD format is included in this task. Bridge 60.5/49A Replacement Project January 21, 2025 Page 18 of 30 EXHIBIT A Survey Limits Bridge 60.5/49A Replacement Project January 21, 2025 Page 19 of 30 EXHIBIT B FLIGHT LINE AND CONTROL DIAGRAM I Illipapecm 'Saar Firrmat y Map Scale Contour Intenal: Film Type: Photo Scale I'urple. Yellow: Red: I" 20' 0.5' Digital 2.5cm (;SD Mapping Limns Photo Model Limits New Panel Locations (24) 6. Preliminary ROW/Ownership Base Map • For this task the project limits are generally outlined blue on the attached "Exhibit A". • Research Weld County records and CDOT records to obtain subdivision plats, Land Survey Rats and deeds relevant to project corridor and the adjoining properties. Bndge 60 5/49A Replacement Project January 21, 2025 Page 20 of 30 • Field survey to locate section corners, property comers and range points controlling the boundanes of the nght-of-way of WCR 60 5 and the adjoining parcels • Resolve any discrepancies between field measured data and record data • Resolvent of property boundary adjoining the nght-of-way comdor is not a part of this proposal • ALL easements as identified within the B-2 exceptions of the title commitments will be shown and labeled • Prepare an AutoCAD Civil 3D drawing file containing boundanes and easements of record 7. Title Commitment Review • Review a current title commitment for parcels adjoining the project comdor along WCR 60 5 to identify and plot existing easements These are for parcels being considered for nght-of-way or permanent easement acquisitions • Title commitments to be provided by dient or land agent • This proposal assumes 4 affected parcels as part of this project • Additional title commitment reviews will incur additional costs of $950 each 8. CDOT Right -of -Way Plans • For this task, only the area along WCR60 5 will require CDOT Right -of -Way Plans • Review project coordinate system and basis of beanng from Control Survey pnor to calculations •,Review and tabulate all found boundary and nght of way evidence • Label all monuments found with description of monument and Project coordinates • Label all aliquot lines and found comer monuments and descnbe each found comer • Compute alignment of ROW centerline and store coordinates of all found monuments within the first tier of properties left and right of Centerline • Review ownership documents (Memoranda of Ownership and/or title commitments, deeds and supporting plats) • Number ownerships alternately as they occur along the centerline from south to north or west to east in the same direction as the stationing Show current names of owners and lessees - • Calculate the total area of all ownerships affected, including coordinates of all property comers • Deduct areas for existing road Rights -of -Way Beanngs and distances do not need to be shown on ownership Maps • Create a Tabulation of Properties for the proposed nght of way parcels and proposed easements • Create a Tabulation of Monumentation to be set for the proposed nght of way parcels and proposed easements • Transmit finished reproducible ownership map, electronic drawing files, with all calculations, field notes, and supporting data The ownership map will include a copy of the control and monumentation sheet (Note that only the Project control data needs to be completed at this time) - • Prepare ROW plans in accordance with the current version of the CDOT ROW manual • Prepare the Land Survey Control Diagram for the project per CDOT standard • This will include a tabulation of all pnmary project control as well as all aliquot comers and all found property evidence • Plan set will include Title Sheet, Tabulation of Properties, Land Surrey Control Drawing, Monumentation Sheet, Plan Sheet and Ownership Maps • Address all comments ansing from the official review of the plan set • Any design changes made after Aztec Consultants, Inc has commenced right of way plan preparation directly effects the nght of way plan set changing Any parcel or property descnption changes will be considered additional services and will be billed on a time and matenal basis Bridge 60.5/49A Replacement Project January 21, 2025 Page 21 of 30 9. Legal Description wlexhibits • Prepare a legal description w/exhibit per CDOT specifications to be signed and sealed by a Colorado Licensed Professional Land Surveyor for use in dedicating permanent easement and right-of-way fee parcels. • It is anticipated there will be 4 acquisition (fee) parcels and 6 permanent easement parcels for a total of 10 legal descriptions w/exhibits. • Additional legal descriptions will require an additional fee of $900 each. 10. Appraisal Staking • Stake proposed acquisition/easement parcels with hub and lath for a visual inspection of each parcel by appropriate authorities. • Stakes will be set at all corners and angle points and on line as necessary to have at least three stakes visible from any point on line. • Mark COGO point numbers on all stakes and color code per CDOT Survey Manual. • This task assumes 10 mobilizations will be needed to stake and or re -stake parcels. 9.3 Construction Re. uirements Excluded. 9.4 Deliverables • Design Control Survey • Survey Control Diagram • Preliminary Design/Topographic Survey • ROW Plans • ROW Legal Descriptions • ROW Monumentation Field Staking SECTION 10.0 - GEOTECHNICAL, ROADWAY PAVEMENTS, STRUCTURE FOUNDATIONS The Consultant will provide the geotechnical, pavement, and structure foundation work for this project. It is assumed that the proposed bridge will be a three span bridge that is 55 feet wide. It is assumed the roadway will be reconstructed for a 1000 -ft total in the vicinity of the bridge. Based on limited research, the proposed project is located in the Alluvium One and Alluvium Three. These alluvium materials are expected to consist of sand and gravel. 10.1.1 Geotechnical Invest!. ations Geotechnical Investigations will be performed by Granite Engineering Group (GEG) and include the following: 1. Arrange for the underground utility locates within the vicinity of the proposed boring locations. A private utility locator is not anticipated nor is included in the proposed services. 2. Perform the subsurface exploration program in accordance with following table. Location Number of Remark Borings Preliminary Boring I Extend to 30 60 feet feet below into existing bedrock. ground Bedrock surface estimated at Bridge Structure' 4 Extend to 30 60 feet feet below into existing bedrock. Bedrock ground surface estimated at Pavement Borings 4 extended 500 Existing feet to 10 with pavement feet at least below will 1 boring surface. be cored in and Boring each soil borings spacing at series Bridge 60.5/49A Replacement Project January 21, 2025 Page 22 of 30 3. Traffic Control will be provided by a traffic control contractor following approved MUTCD while performing the borings on the roadway. For the purpose of this scope and fee, it is planned to perform all the bridge borings on the existing roadway. The borings for the pier locations will be performed by coring through the existing bridge deck and perform the drilling on the existing bridge deck. The holes will be patched after the drilling is completed. The borings may be moved to the area outside of the existing bridge oice the pier locations are decided and if access can be obtained through some trees clearing. Two (2) drill rigs are planned for drilling in the same lane to minimize the needs for traffic control. 4. The soil and bedrock samples will be collected using SPT or a California Sampler depending on the soil types encountered. A GEG representative will log the borings in the field and recover soil samples. 5. The borings will be backfilled with cuttings and granular materials at the completion of drilling. Borings performed on the existing pavement area will be patched with materials similar to the existing pavement surface. 6. GEG will conduct laboratory testing on recovered samples as needed to classify the subsurface soils and rock to develop the geotechnical engineering properties. Laboratory testing is anticipated to include soil index testing, moisture content, swell tests, R -value test, corsolidation test, and analytical testing. Samples from the bridge borings will be tested for gradation/hydrometer test to provide D50 value for scour analysis. The exact type and quantity of the testing will be established when the field exploration is completed and subsurface samples are obtained. 7. GEG will provide an electronic copy of the draft geotechnical report. The report will include a description and results of the field and laboratory test programs, exploration location map, boring logs, a description of site conditions, recommendations for the bridge foundation system for the proposed bridge including skin friction and end bearing parameters, Lpile parameters for deep foundation design, pavement subgrade data for pavement thickness design, and discussions of roadway embankment settlement and slope stability if applicable. The pavement thickness design will be completed by Axios Civil Solutions, LLC.. 8. GEG will provide a final report that addresses the review comments. 10.2.2 Roadwa Pavement Anal sis/ Desi • n and Constructabilti Reviews Pavement design will be performed by Axios Civil Solutions (ACS) and include the following: 1. ACS will provide pavement engineering and design for the roadway section of the project to include earthwork recommendations, materials design, and details, such as over -excavation details for soft soils, as they relate to pavement support. 2. RMS will provide drafting details for the plans, such as pavement sections, over -ex details, etc. based on ACS recommendations/redlines/oversight. 3. Geotechnical exploration will be conducted by GEG. Constructability reviews will be performed by Axios Civil Solutions (ACS) and include the following: 1. ACS will provide constructability reviews of the plans at the 30%, 60% and 95% submittal stages. 2. ACS will attend meetings with RMS and the County at each submittal stage to address comments and concerns. 10.2.3 Existin • Pavement Sections - Side Roads Onl See Section 10.2.2 10.2.4 Alternate Pavement Desi • ns See Section 10.2.2 r "•, I /. ' • / • , • "• n See Section 10.1.1 10.3 Construction Re • uirements Excluded. 10.4 Deliverables • Geotechnical Investigations Report (Granite) Bridge 60.5/49A Replacement Project January 21, 2025 Page 23 of 30 • Pavement Design Report (Axios) • Structures Foundation Design Report (Granite) • Concept PCCP Jointing Plans (30%) — see Section 3.6.2 Design Deliverables for Sheet Count • Preliminary FIR PCCP Jointing Plans (60%) — see Section 3.6.2 Design Deliverables for Sheet Count • FOR Jointing Plans (95%) - see Section 3.6.2 Design Deliverables for Sheet Count • Pre -AD Jointing Plans (100%) — same sheets as FOR • Concept Pavement Details (30%) — see Section 3.6.2 Design Deliverables for Sheet Count • FIR Pavement Details (60%) — see Section 3.6.2 Design Deliverables for Sheet Count • FOR Pavement Details (95%) — see Section 3.6.2 Design Deliverables for Sheet Count • Pre -AD Pavement Details (100%) — same sheets as FOR SECTION 11.0 - EARTHWORK Excluded. SECTION 12.0 — DRAINAGE The Consultant will provide the drainage and floodplain design for this project. Temporary drainage design is excluded. Permanent water quality (PWQ) is excluded, as this project is outside of the MS4 boundary. 12.1 Standards The Consultant will prepare drainage design criteria in accordance with Table 12-1 and follow Design Guidelines from Table 12- 2 from the Technical Requirements. Table 12-1 Standards for Drainage Author or Agency Title Weld County Code, Weld County Engineering and Construction Criteria Manual Weld County Weld County Code, Chapter 23. Floodplain Regulations CDOT Standard Specifications for Road and Bridge Construction CDOT Standard Plans. If & S Standards CDOT Drainage Design Manual ('DOT Bridge Design Manual, Section 16 —Hydraulics and Drainage CDOT Erosion Control and Storm Water Quality Guide CDOT Winer Qttalit- Guidance for Consultants FEMA Guidelines and Specifications for Flood Hazard .dapping Partners Table 12-2 Design Guidelines for Drainage Author or Agency CDOT Title Erosion Control and Stonn ater Quality Guide CDOT Water Quality Guidance for Consultants AASHTO A Policy on Geometric Design of Highways and Streets FHWA Hydraulic Design of Energy Dissipaters for Culverts and Channels, NEC -l4 FHWA Scour at Bridges. NEC -1S FHWA _Evaluating Stream Stability at Highway Stnrctures. NEC -?0 FHWA Drainage of Highway Pavements, NEC -12 FHWA Bridge Scour and Stream Instability Countermeasures. NEC -23 FHWA Design of Roadside Channels with Flexible Linings. HEC-1.5 FHWA Design of Riprap Revetment, HEC-11 FHWA Hydraulic Design of Improved Inlets for Culverts, HEC-13 FHWA Design of Bridge Deck Drainage. HEC-21 _ FHWA Hydraulic Design of Highways Culverts, MS -3 USACE HEC-R-! S Reference Manual 12.2.1 Coordination with Other A • encies Bridge 60.5/49A Replacement Project January 21, 2025 Page 24 of 30 The Consultant will coordinate with other agencies. 12.2.2 Permits Permits are excluded. The Contractor will obtain the permits, such as the CDPS-SCP using information provided by the Consultant in the design plans. Storm Water Management Plan (SWMP) and Best Management Practices (BMPs) The consultant will provide the design -phase SWMP plans using BMPs in accordance with project requirements. The SWMP plans are assumed to include the template sheets, initial, interim, and final stabilization sheets. The Contractor will maintain the SWMP and its requirements during construction. Spill Prevention Control and Countermeasures Plan (SPCC Plan) Excluded. Temporary Drainage Temporary drainage design is excluded. General location of temporary drainage will be shown on the SWMP plans. Erosion Control Supervisor Excluded. Inspections Excluded. Colorado Discharge Permit System, Stormwater Construction Permit Closure Excluded. Construction Dewatering Permit Excluded. U.S. Army Corps of Engineers (USAGE) Section 404 Permit See Section 5 Environmental Requirements. Weld County Regional Floodplain Management and Floodplain Development Permit See sections below. 12.3 Re • uirements The Consultant will provide the drainage design using software approved by Weld County. 12.3.2 Data Collection The Consultant will work with Weld County to obtain all area drainage plans. 12.3.3 Surface Hydrology The Consultant will develop the design frequencies as required for the drainage facilities required by the project. 12.3.4 Hydraulic Structures The Consultant will design roadway storm catchment and conveyance systems in accordance with project requirements, including inlets at sag points and others required for spread. No future drainage systems are included with the design assumptions. Roadside ditches will be designed in accordance with the project requirements. Cross culverts will be designed in accordance with the project requirements. Storm drains, inlets, manholes, and outfalls will be designed in accordance with the project requirements. Bndge 60 5/49A Replacement Project January 21, 2025 Page 25 of 30 Scour analysis associated with open bottom cross drains is exduded Underdrams will be included in accordance with the project requirements Bndge and deck drainage will be included in accordance with the project requirements n3.5 Floodplams „„_ •_ W � Floodplain analysis and design for Lone Tree Creek will be provided by Wnght Water Engineers (WWE) and include the following Phase 1 Preliminary Design Phase Task 1 1 —Develop Hydrology for Hydraulic Models This task involves developing the hydrologic inputs for the hydraulic models Since this project is located within a Zone A floodplain, it is assumed there is not an existing hydrologic model that can be used directly The only available information available is the 2016 Weld County Parkway Drainage Plan that indudes peak flow rates for Lone Tree Creek based on USGS Regional Regression Equations Given the large extent of the Lone Tree Creek contributing area, WWE proposes to use these equations for this project Doing so would result in considerable cost savings compared to developing hydrology from scratch Key Assumptions • Use of the USGS equations will require pnor approval with the Weld County floodplain administrator and CWCB • Any other hydrologic analysis beyond use of the USGS equations will require a modification to this scope and proposed budget Task 12 —Hydraulic (HECRAS) Model Background and Preparation This task includes obtaining information necessary to develop the Lone Tree Creek hydraulic models This task includes time for several WWE team members to perform an initial site visit, photograph the modeling area and collate other data necessary for modeling It also includes time for obtaining the effective floodplain model for the South Platte River that will serve as the downstream boundary of our hydraulic model This task also includes obtaining and reviewing the effective (EFF) floodplain model for Lone Tree Creek and developing the duplicate effective (DE) and/or corrected effective (CE) models Key Assumptions • Survey data of the existing conditions and as -built conditions will be provided to WWE in a common coordinate system (e g , Colorado State Plane) and vertical datum (e g , NAVD 88) that may be easily integrated into the existing effective floodplam modeling/mapping Task 13 — Develop Protect Hydraulic (HECRAS) Models This task includes developing both the pre -project and post -project HECRAS models The post -project models will be used to evaluate changes to the floodplain from different design concepts as they are fleshed out We understand the County has requested 2D modeling to support development and use of the 1D models - the 2D model will only be needed for the post -project conditions Deliverables for this phase will include a bnef technical memorandum summanzmg the changes in the floodplam for the proposed project Key Assumptions • WINE assumes the extents of floodplain modeling will be approximately County Road 62 5 (upstream) and the South Platte River (downstream) The upstream boundary will tie into the Zone A floodplain boundary 11• Project drawings and other information that require incorporation into the hydraulic model will be provided to WWE in formats compatible with AutoCAD Civil 3D in a common coordinate system (e g , Colorado State Plane) and vertical datum (e g , NAVD 88) that maybe easily integrated into the existing effective floodplain modeling/mapping Task 14 — Scour Analysis Bndge 60 5/49A Replacement Project January 21, 2025 Page 26 of 30 WWE will perform scour analysis of the proposed bndge foundations for the 100 -year and 500 -year events Key Assumptions 0" Geotechnical bonng data will be obtained and provided by others The bonng data will be obtained from locations representative of the abutment locations and will extend at least 10 feet below the existing Lone Tree Creek channel invert Depending on initial scour analysis results, WWE may request additional bonng data be obtained Task 1 5 — Meetings and Project Management This task covers vanous meetings and project management support for this phase We anticipate weekly to biweekly coordination meetings with the team over the course of about 4 months The PM will carefully monitor who needs to attend 'coordination meetings from WWE One of the first meetings will be with the floodplain administrator(s) to determine the requirements of the project We have assumed for now that both a CLOMR and LOMR will be required, as well as 2D modeling to support the 10 "regulatory" hydraulic models Project management will indude monitonng schedule and budget, coordinating internal resources and providing monthly invoices Phase 2 Final Design Phase Task 21— Finalize Project Hydraulic (HECRAS) Models The post -project HECRAS model(s) will be updated according to the overall final designs These models will provide the basis for the CLOMR application Task 2 2 — Prepare and Submit CLOMR WWE will prepare and submit all the relevant CLOMR MT -2 submittal requirements A stand-alone technical memorandum will be developed as part of the submittal requirements This does NOT include the CLOMR application/review fees (which generally run $6,000-$8,000) Key Assumptions Since this is currently a Zone A floodplain without established hydrology, we assume that as separate hydrology CLOMR will not be required • The CLOMR and LOMR submittals will include updated floodplain and floodway mapping consistent with FEMA's guidelines, based on the effective model and survey data The CLOMR and LOMR submittals will not include a full 2D model (2D modeling will only be used to inform the 10 modeling) The CLOMR/LOMR assumes no direct involvement in ESA compliance or Section 404 permitting Coordination with others responsible for these items will ensure that regulatory requirements are met Task 2 3 — Address CLOMR Comments WWE will address comments and questions provided by the review agency Task 2 4 — Meetings and Project Management This task covers vanous meetings and project management support for this phase We anticipate biweekly coordination meetings with the team over the course of about 3 months Project management will include monitonng schedule and budget, coordinating internal resources and providing monthly invoices Imgation facilities are included in Section 6 - Third Party Approvals 92.4 C®ns>trcecdonRequrPiementsaTs L�'L Excluded X92 51 Drainage Report � �,,�� y� Bridge 60.5/49A Replacement Project January 21, 2025 Page 27 of 30 The drainage reports will be separated into two separate reports: • Drainage Report o Preliminary o Final • North Creek Floodplain Report o Preliminary o Final 12.6.1 Drainage Design Deliverables Plan sheets will include the plan views, profiles, and details in accordance with the Technical Requirements. 12.6 Deliverables • Concept Drainage Plans, Profiles & Details (30%) — see Section 3.6.2 Design Deliverables for Sheet Count • FIR Drainage Plans, Profiles & Details (60%) — see Section 3.6.2 Design Deliverables for Sheet Count • FOR Drainage Plans, Profiles & Details (95%) — see Section 3.6.2 Design Deliverables for Sheet Count • Pre -AD Drainage Plans, Profiles & Details (100%) — same sheets as FOR • SWMP Site Map • SWMP Plans • Interim Drainage Report (30%) • Final Drainage Report (100%) • Interim North Creek Hydraulics Report (30%) • Final North Creek Hydraulics Report (100%) • Floodplain Development Permit • FEMA LOMR (after project is constructed) SECTION 13.0 - ROADWAYS The Consultant will provide the roadway design in accordance with the project requirements. 13.2.2 Traffic Anal sis and Design Excluded. 13.2.3 General Desi . n Re. uirements b Pro "ect Element The Consultant will provide the roadway design, including superelevation, stopping sight distance, decision sight distances, grading for cut/fill slopes and dear zones. 13.2.8 Guardrail The Consultant will provide guardrail design. 13.2.9 Access Drivewa Desi • n The Consultant will provide access/driveway designs. 13.2.11 Desi . n Exce ' tions No design exceptions are anticipated, and this section is excluded. Bridge 60.5/49A Replacement Project January 21, 2025 Page 28 of 30 13.3.2 Fencin • The Consultant will provide temporary fencing, permanent fencings, and gates on the roadway plans. 13.4 Deliverables • Design Exception Documentation (AD) - Excluded • Concept Roadway Plans, Profiles & Details (30%) — see Section 3.6.2 Design Deliverables for Sheet Count • FIR Roadway Plans, Profiles & Details (60%) — see Section 3.6.2 Design Deliverables for Sheet Count • FOR Roadway Plans, Profiles & Details (95%) — see Section 3.6.2 Design Deliverables for Sheet Count • Pm -AD Roadway Plans, Profiles & Details (100%) — same sheets as FOR • Design Exceptions - Excluded SECTION 14.0 - SIGNS AND PAVEMENT MARKINGS The Consultant will provide the signing and pavement marking design in accordance with the project requirements. 14.1.1 Permanent Si. nin • The Consultant will prepare permanent signing plans as a single set of signing and striping plans, including signs up to Class III ground mounted signs. The Consultant will provide a preliminary signing plan for the roadway. Overhead and monotube signs are excluded. 14.1.2 Permanent Pavement Markin • The Consultant will prepare permanent striping plans as a single set of signing and striping plans. 14.1.3 Tem •ora, and Permanent Traffic Si• nalization Excluded. 14.2 Construction Re • uirements Excluded. 14.3 Deliverables • Concept Signing & Striping Plans & Details (30%) — see Section 3.6.2 Design Deliverables for Sheet Count • FIR Signing & Striping Plans & Details (60%) - see Section 3.6.2 Design Deliverables for Sheet Count • FOR Signing & Striping Plans & Details (95%) — see Section 3.6.2 Design Deliverables for Sheet Count • Pre -AD Signing & Striping Plans & Details (100%) — same sheets as FOR • Monotube Plans — Excluded • Sign Layouts for Special Signs — Included in plans above. • Median Butterfly Sign Structure and Foundation Plans — Excluded • Temporary Traffic Signal Plans — Excluded. SECTION 15.0 - STRUCTURES The Consultant will provide the following structural design for the replacement of Bridge 60.5/49A over Lone Tree Creek. 15.2.3 Brides Bridge 60.5/49A Replacement Project January 21, 2025 Page 29 of 30 This scope assumes the new Bridge 60.5/49A over Lone Tree Creek will be a multi -span bridge up to 300 feet in length and 55 feet wide. The scope does not include evaluation of an existing bridge rehabilitation alternative. 15.2.4 Brid . e Com . onents The scope assumes the new bridge will be skewed at 45 degrees and composed of precast, pretensioned girders (Bulb -Tee, Box, or Tub shape). The scope assumes design of integral abutments on H -Piling, concrete pier caps, concrete pier columns, and concrete pier foundation caps supported by H -piling or drilled shafts. This scope assumes approach slabs and expansion joints at each end of bridge. The expansion joints are assumed to be asphaltic plug joints. 15.2.5 Box Culverts Excluded. 15.2.6 Retainin • Walls Excluded. 15.2.7 Submittals and Reviews Submittals will be prepared in accordance with Section 3. 15.2.8 Desi . n Conceptual design will evaluate a maximum of three alternative bridge solutions. Preliminary design will advance the selected bridge alternative. The Consultant will prepare the final Bridge Design Calculations and Independent Check calculations. The designer and independent checker will resolve any differences that would impact the bridge design. 15.3 Deliverables • Structure Selection Report (30%) • Concept Bridge Plans (30%) — see Section 3.6.2 Design Deliverables for Sheet Count • FIR Preliminary Bridge Plans (60%) — see Section 3.6.2 Design Deliverables for Sheet Count • FOR Bridge Plans (95%) — see Section 3.6.2 Design Deliverables for Sheet Count • Pre -AD Bridge Plans (100%) — same sheets as FOR • CDOT Structural Package (100%) SECTION 16.0 - MAINTENANCE OF TRAFFIC The Consultant will provide the Maintenance of Traffic (MOT) design in accordance with the project requirements. 16.1.1 Traffic O . erations MOT Traffic Task Force Excluded. Transportation Management Plan Excluded. Incident Management Plan Excluded. Business and Private Accesses Excluded. MOT Variance Process Excluded. Bridge 60.5/49A Replacement Project January 21, 2025 Page 30 of 30 Contractor Response Time Excluded. Special Events Excluded. Coordination with Adjacent Projects Excluded. 16.2.1 Traffic Control Plans The Consultant will provide the Traffic Control Plan design in accordance with the project requirements. This includes full closure detour plans. All work impacting WCR60.5 is assumed to be completed under a full closure and detour. 16.2.2 Method of Handlin • Traffic MH Excluded. 16.4 Deliverables • Concept Traffic Control Plan (30%) — see Section 3.6.2 Design Deliverables for Sheet Count • FIR Traffic Control Plan (60%) — see Section 3.6.2 Design Deliverables for Sheet Count • FOR Traffic Control Plan (95%) — see Section 3.6.2 Design Deliverables for Sheet Count • Pre -AD Traffic Control Plan (100%) — same sheets as FOR SECTION 17.0 - LANDSCAPING The Consultant will provide the landscaping (seeding) and noxious weed management requirements on the SWMP plans in accordance with the project requirements. No additional landscape irrigation plans are included. No additional hardscape, xeriscape, urban design or specialty landscaping plans are included. SECTION 18.0 - MAINTENANCE DURING CONSTRUCTION Excluded. SECTION 19.0 - MODIFICATIONS TO STANDARD SPECIFICATIONS The Consultant will provide additional Project and Standard Special Provisions as required by the design. It is assumed Weld County assembles the final specification package. SECTION 20.0 - OTHER PROFESSIONAL SERVICES Other professional services, to be identified and requested by Weld County, are not to exceed $100,000. SECTION 21.0 - SERVICES AFTER DESIGN Excluded. PROJECT COST WORKSHEET (LUMP SUM) PROJECT NUMBER LOCATION FIRM NAME NAME OF PREPARER SCOPE OF WORK DATE TYPE OF PROPOSAL 2024101401 Bridge 60.5/49A Replacement RMS, Inc. Clint Krajnik, PE, SE 1/21/2025 SPECIFIC RATE OF PAY NOT TO EXCEED CN NUMBER N/A CONTRACT NUMBER N/A OLA NUMBER N/A TASK ORDER NUMBER Task Order 1 PHONE NUMBER 303-547-4835 EMAIL rsisson@rmsmobility.com WORK TASK FEE Section 2.0 — Project Management $ 137,589.50 Section 3.0 — Quality Management $ 4,312.00 Section 4.0 — Public Information $ - Section 5.0 — Environmental Requirements _ $ - Section 6.0 — Third Party Agreements $ 35,355.00 Section 7.0 — Utility Relocations _ _ _ $ 129,226.25 Section 8.0 — Right of Way _ $ 59,700.00 Section 9.0 - Survey $ 164,270.00 Section 10.0 — Geotechnical, Roadway Pavements, and Constructability $ 87,872.00 Section 11.0 — Earthwork $ _ - Section 12.0 — Drainage $ 251,009.50 Section 13.0 — Roadways $ 248,844.75 Section 14.0 - Signs and Pavement Markings _ $ 21,265.75 Section 15.0 - Structures $ 490,721.00 Section 16.0 — Maintenance of Traffic $ 21,821.25 Section 17.0 — Landscaping $ - Section 18.0 — Maintenance during Construction $ - Section 19.0 — Modifications to Standard Specifications _ _ $ _ - Section 20.0 - Other Professional Services $ 100,000.00 Section 21.0 - Services after Design $ - Total 1 $ 1,751,987.00 I am a representative of RMS, Inc., duly authorized to contractually bind the firm. My signature below constitutes formal agreement (without further signature) to a Task Order, which is issued by the Client pursuant to the terms of this Task Order Proposal, without substantive change. I also declare that to the best of my knowledge the wage rates and other factual unit rates supporting the compensation to be paid by the Client for the professional services on this document are accurate. complete, and current at the time of contracting, and include no unallowable or duplicate costs. Ryan M Sisson, PE President NAME TITLE SIGNATURE 1/21/2025 DATE SIGNED HOUR ESTIMATE PROJECT NUMBER LOCATION FIRM NAME NAME OF PREPARER SCOPE OF WORK DATE 2024101401 Bridge 60.5/49A Replacement RMS. Inc. Clint Kryntk, PE. SE 112112025 SA NUMBER CONTRACT NUMBER TASK ORDER NUMBER SA NUMBER CONTRACT NUMBER TASK ORDER NUMBER PM PM Quallity Manager/CDOT ROWY ROWY STR Propel Manager/Structures STR STR STA Engineer Task Aawns • E N Unit Total Units Hours& Unit Oat —Hours SECTION 2.0 PROJECT MANAGEMENT 2.1. PROJECT MANAGEMENT Sisson, • Sisson. Stephanie Docmnbachsr, K Is Tate, • • • !Kean k, Cent Garrison, Jack Watkins, Brian Pelater, Andrew Total Hours Ongoing Project Management, Design Management & Coordination 11 hrrweek, 18 mos 1 [week 1 781 1,001 78.001 16 00 1 62,00 1 1 1 78.00 7 7 COST MANAGEMENT 0.00 Monthly invoicing & Cuntracbng I his/me 18 mos I [mon 18 1 DOj 18.001 18 001 1 1 18.00 2.3. PROJECT SCHEDULE 8 Develop Baseine Protect Schedule 4 hr/1 fro mon 4 00 4.00 4 00 4.00 Schedule Updates 1 bra/ma 9 mos mon 9 1.00 9.00 900 I 9 2.4. PROJECT MEETINGS - Progress Meetings 0-00 i Project Update Meetings (indeding prep, agenda, and meeting minutes) hn/11 mos mtg 15 3.00 45.00 45.00 45.00 90.00 ii. Milestone Review Meetings (Kirk-otf, Concept 30%, FIR 60%, ROWPR. FOR 95%) 4 tirs/mtg, 5 mtgs mtg 5 4.00 20.00 20.00 20.00 20.00 20.00 20.00 20 00 120.00 hi Internal Design Meetings (Including prep, agenda, and meeting minutes) 1 hrslmtg, biweekly for 14 me mtg 28 1.00 28.00 28.00 28.00 28.00 28_00 28 00 28 00 168.00 Meeting Minutes .25 hnlmtg 48 025 12.00 12.00 12.00 Communication Aids 0.00 i' Graphics Supporl I he/graphic, 24 graphics graphic 24 1.00 24.00 24 00 24.00 5. TRAVEL 8 EXPENSES 0.00 A N.Ieage ($0.67 per mile, ZWD) (160 miles/mo) assume 1 vehicle for Project Updates and 2 vehicles for Milestone Meetings $ 1.680.00 trip 25 160 00 4000 00 0.00 Section Subtotal -Hours 109.00 31.00 48.00 48.00 167 00 0.00 523.00 48.00 72 00 Section Subtotal •Cost $ 2.680.00 $ 32.07325 $ 8,354.50 $ 12 936.00 S 9,504.00 SECTION 3.0 QUALITY MANAGEMENT $ 49.139.75 $ - $ 7.26000 $ 15142.00 S 137.589_50 13.1. DESIGN QUALITY A. Internal Quality Assurance Reviews 0.00 0.00 i Venfy Internal QC and CDOT Process Followed a! Miestone Submittals (30%, 60%, and 95%, 100%) 4 submittals/4 hours eat submital 4 400 16 00 1600 16.00 Section Subtotal -Hours 0.00 16.00 0.00 0.00 0 00 000 16.00 000 0.00 SECTION 4.0 PUBLIC INFORMATION Sedlon Subtotal • Cost $ $ • 5 4,312.00 $ - $ - $ 5 - $ - $ - $ 4,312.00 0.00 47.1 Public Meetings EXCLUDED 0.00 Section Subtotal *Hours 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Section Subtotal • Cost $ $ - $ - $ - 5 - $ - 5 - 5 - $ S - SECTION 5.0 ENVIRONMENTAL REQUIREMENTS ie. COMPLIANCE PLAN EXCLUDED 0.00 Section Subtotal -Hours 000 0.00 0.00 0.00 0.00 O.UO 0.00 0.00 0.00 Section Subtotal -Cost $ S 10,000.00 mg 20 200 40 00 S - S $ - $ - • $ - S - 100.00 $ - $ SECTION 6.0 THIRD PARTY AGREEMENTS Coordination with third party entities - including submittal application development plans. meetings with owners, and approvals 2 mtg/party, 10 parties, 2 hrrmtg vicl prep, attendance, rig min 4.00 40.00 16.00 40.00 Section Subtotal -tours 4.00 0.00 40.00 0.00 16.00 0.00 100.00 0.00 40.00 Section Subtotal -Cost $ 10,000.00 S 1177.00 5 - $ 10,780.00 $ $ 4,708.00 SECTION 7,0 UTILITY RELOCATIONS - $ - $ - $ 8.690.00 $ 35,355.00 0.. 0 7.2.1 Utility Work i. Vertical**, of all utlibes 8.00 8.00 ii. Request private easment records and coordinate with Weld County 8.00 8.00 iii. Prepare Utility Tracking Matrix 0 DO 0.00 iv. Work with utl:ty owners and Weld County to determine locations and requ,orments for removaVaoandonment and incorporate requirements into design plans 4.00 400 v Review utiity relocation design for each Private Utilities Relocation 16.00 16.00 vi. On -Site inspection not indicted 0.00 0.00 vii. Resurfacing and restnping as needed within the URA development. 800 8.00 vie. Pubic Information for utiity work excluded 000 0.00 ix. Traffic Control for uhtty work excluded 0.00 0.00 x Construction survey for utilty work excluded 0.00 0.00 xi. Design phase incidental utility work included in design plans 6 00 800 xii. Prepare utility as-Dwts 0.00 0.00 Me. Identify abandoned utibes in plans 2 0 00 0 0.00 xiv. Perform design-pnase utility work 0.00 0.00 xv. Final ROW staked in accordance with Section 8 - ROW 7 4.1 Contractor's Investigations 0.00 0.00 000 Prepare and Maintain Conflict Tracking Matrix 2 00 800 10.00 Subsurface Utility Engineering • Goodbee Sub Cost Breakdown (Total Fee 572,328) 2 00 16.00 18.00 Project Meetings name 4 meetings $ 600.00 0.00 Monthly Progress Reports and ktvaong assume 4 invoices $ 1,270.00 0.00 Utility Record Data Colecbon $ 900.00 0.000 Utility Designating (01B) q rig S 16,160.00 0.00 Utility Test Holes (QLA) assume 20 test roles $ 10,130.00 0.00 Final Sealed SUE Plan and Report $ 1.620.00 0.00 Expenses mileage. supplies, equipment $ 2.048.00 0.00 QLB Traffic Control - Estimated Vendor Charges 4 days a! $1700 per day $ 6,900.00 0.00 SUE OLA Traffic Control • Estimated Vendor Changes 4 clays at $1700 per day $ 6.800.00 0.00 OLA Vacuum Excavation. restoration - Estimated Vendor C . • es 20 holes at $1300 • - hole S 26.000.00 0.00 7.5,2 Ut lIty Meetings Utla Meeti .s .r:.. re and meet ! minutes 1 hrs/mb, b - for 12 mo mtr 26 1 00 26.00 1300 26.D0 26.00 65.00 7.7.1 utility Agreements Support development of URAs 8 hrrJURA, 6 URAs URA 10 6 00 60 00 200 60.0p 62.00 Section Subtotal -Hours 19.00 000 16100 0.00 26.00 0.00 0.00 0.00 207.0x] Section Subtotal• Cost $ 72.32600 S 5.590.75 $ $ 43,659.00 $ - $ 7.650.50 5 S SECTION 8.0 ROW - $ - $ 129.22625 0.2.2 Acquisition o/ ROW Western States Sub Cost Breakdown (Total Fee $59,700) OAO Protect Managerl5r Agent 1 1a0 hours x $115 per hoax $ 20.700.00 0.00 Page 1 of 6 RMS, !n[. HOUR ESTIMATE PROJECT NUMBER LOCATION IRM NAME NAME OF PREPARER SCOPE OF WORK DATE PM PM ROWY RDWY SIR SIR SIR STR Project Principal C!uiitky ManagerrCDOT Process Engineer Eegtrisor Protect Mansgr1Structures Lead Engineer Engineer 1ochnician Task Assumption Expense Unit Total Unb Hours! Und Total Hors Sheen, Ryan Sison, Staphanl. Dorrsnbachr, Kjrb Tate. Joseph Kra1nik, Clint Garrison, Jack Watkins, Brian Pillow, Andrei. Total Hours Clmfcal 20I x $80 pr hour $ 1,600.00 0.00 Waiver Evatmnona -P_ours '$ ,SO0 rea x 1B0 $ 0.00 Expenses mileage, dopet taaimt. portage telecom 14 $ 1200.00 0.00 Third PartyApprasal x $6000 $ 24,000.00 0.00 Third Party Appraisal Reviews 4 x $2300 $ 9200.00 OM T .tie Reports 4 4150 $ 3.000.00 0,00 Seddon Subtotal - Hours 0.00 0 10 0 DO 000 000 0.00 0.00 0-00 0.01 Section Subtotal • Cott $ 59.100.00 $ - S - $ - S 5 - $ • $ • 5 - S 59 700.CA SECTION 9.0 SURVEY 1. GENERAL SURVEY 0.1 AdrnlnrurativsRequirements and 9.2 Design Requirem•ms 0 00 Aztec Sub Cost Breakdown (Total Fat 5164.270) 0.00 Right of Entry Permrtang S 2.500.00 0.00 Project Meetings $ 1200.00 0.00 Control Survey $ 4,650.00 Obi Aerial Mapmn& $ 51,900.00 OM Supplemental Topographical Survey $ 46.500.00 0.00 Preliminary ROWtOwnrship Map $ 12640.00 040 Tide Commitment Review $ 3,800.00 0,00 CDOT Fbgnt44Jry Plans $ 12.000 00 0.00 Legal Descriptions wiexhtbb $ 9.000.00 0.00 Appraisal Staking _ ,J 20,000.00 LOU Section Subtotal - Hours 0.00 000 0 00 0.00 0.00 0.00 0.00 0.00 0.00 Section Subtotal • Cost $ 164270.00 S - 5 - 5 - S $ • S - S - $ - 3 164,270.00 SECTION 10.0 GEOTECHNICAL ROADWAY PAVEMENTS AND STRUCTURE FOUNDAI IONS 1. GENERAL GEOTECHNICAL 10.1.1. Gaofechniul lavestipa$ons 000 Granite Engineering Group Sub Coat Breakdown (Total Fee $71A82) 0.00 Held'mongsuanSubcmvads $ 27,375.00 0.00 GEG Field and Geotechnicel Lab $ 17.278.00 0.00 Office Engineering $ 27,319-00 0.00 Other Direct Costs Not Included In Granite Englna tring Group Fee 0.00 Dili • Rernediatcn 10.22 Roadway Pavement Anaiyeh'D.Ngn end Conaauctability Reviews $ 5 000.00 0.00 000 Axles Sub Cost Brsakdown (Total Fee 510,9001 D.00 1.ngmeenng tar Pavement Design and ConstructatkMy Reviews I $ 10,900 DO _ _ 0,00 Seddon Subtotal • Hours r 0.00 0.00 0.00 000 QUO 000 0.00 000 0.00 Section Subtotal • Cost $ 87172.00 $ - S - $ $ • $ S S • 5 • 3 87 872.00 SECTION 12.0 DRAINAGE Concept (30%) Doti , 0.00 1112 Data Collection Obtain Mama • ... . , dots, etc. 11.1.3 Suitace Hydrology See Above --_-- 5 140 000 Prot • ..i._i,,t 113 4 Hydra ilk Situation 800 1,•00 000 Roadside alders. cross wiarts storm drains wndororohs • .. • aid retail ".4 12 J 5 Ffaodplains 16.00 11.00 0 0 Wright Win Engineer Sub Cost Breakdown (Total Fee $11841) 0A0 Preliminary Desir Phase 0.00 D•velopiReviar Hytology $ 6,814.00 0.00 1tydrauic Modal Background arc Frepa-atcn $ 14,404.00 0.00 Develop Proved tydrauk Mooch 5 27480.00 0.00 Scour Ant*ss $ 5.124.00 0.00 Meetings and Prge! Management $ 6.916.00 0.00 Final Design Phase 040 Findha Prop° Hyaaufic Models S 11,180.00 0.00 Prepare and Submit CLOMP S 9,188.00 0.00 Address CLOW Commons $ 6.708.!0 0.00 Meetings end Protect Management $ 4)64.00 0.00 Drect Casts mileage. prvmrg. plotting phone, tax. etc S 400000 040 Oils Direct Costs Not Included In Wright Water Fe 0.00 CICMARIFDP Retail Perrn•1 Fees $ 17,000 00 0,00 12.5.1 Drainage Reports A00 Prepare drainage report 24.00 24.00 Plana • Storm Drainage Detail -1 Sheets. 20 Scala HYD Shat 0 2.00 000 000 000 0.00 S'.wm Drainage and Grading Penns - 4 Shea 50 Sob HYD Sleet 4 240 800 400 4.00 1.00 Slam Oranage Profiles - e Sheets. 50 Sca. 11 Driveway Culverts. 2 irtsc HYD Sheet 0 200 0.00 0.00 000 0.00 Lorca Tree Creek Cnamel Detak and Riprap Debts - 2 Sheets SIR Sheet 0 8.00 0 00 0 00 0.00 Lone Tree Croat CPannei Pt, -2 Shoots RDWY Sheet 0 6.00 000 0.00 0.00 Stomwaw Maragerr-rt Plans Natralre • 12 Spews SWMP St eel 0 100 0 00 0_00 040 St vmwatr Management Pins hlWWVkMsnm • 4 Sheets SY/VP Siee! 0 8.00 000 ' 000 0.00 Storrmy:Ow Ma nagansnt Pins Final • 4 Stride SWYP &wet 0 000 000 0.00 8.00 Plan CC/Submittal Prep 800 200 2.00 800 20.00 avenges (tor info only) - 1 2.00. 200 8 00 800 20.00 FOR (959 Mb bittern 60% FM Submittal) • • . .n 1212 Data Canton 0.60 Obtain Mama 0r . . • . • • tle. 11 3 J Surface Hydrology Sae Abose ---_- 0.00 0.00 -• , 00_0 12-3 4 Hydraulic Stroeeuai 4 D 4.00 0.00 1600 11.00 Roadside ditcrCs. C0SS cubists, storm trains. W1deimi8106 desxir and cakutataro 2024101401 Bridge 60 S49 Replacement RMS Inc Clint tarn PE. SE 102112025 SA NUMBER CON TRACI NUMBER TASK ORDER NUMBER SA NUMBER CONTRACT NUMBER TASK ORDER NUMBER Page 2 of 6 RMS. irc HOUR ESTIMATE PROJECT NUMBER LOCATION FIRM NAME NAME OF PREPARER SCOPE OF WORK DATE 2024101401 Bridge 60.94M Replacement RMS. Inc. Clint Kralnik PE, SE 1/21/2025 SA NUMBER CONTRACT NUMBER TASK ORDER NUMBER SA NUMBER CONTRACT NUMBER TASK ORDER NUMBER PM PM QuaIIfiy ManagertCDOT RDWY RDWY STR STR STR STR Fngmeer Protect Manager/Structures Lead En rneer 'reek iris Task Aaum • on Es • nee Unit Total Units Hound Und Total Hours Sisson, an Sisson, • eta Dorranbachar, K le Tsta, • .. nik, Clint Garrison, Jack Watkins, Brian Paktsr, Andrew Total Hours 0.000 12.3.5 Floodplains LOMR/CLOMRIFDP Review Permit Fees 125.1 Drainage Reports .00 000 Prepare drainage report 18.00 16.00 Plana Storm Drainage Tabulation -1 Sheets HYD Sheet 1 2 00 2.00 1.00 1.00 2.00 Storm Drainage Details -1 Sheets, 20 Scale HYD Sheet 1 200 2.00 1.00 1.00 2.00 Storm Drainage and Grading Plans - 4 Sheets. 50 Scale HYD Sheet 4 2.00 8.00 400 4.00 8.00 Storm Drainage Profiles - 8 Sheets, 50 Scale, 11 Driveway Culverts. 2 Misc. HYD Sheet 8 200 16.00 8 D0 8.00 16.00 Lone Tree Creek Channel Details and Rrprap Detaile — 2 Sheets STR Sheet 2 8.00 16,00 16.00 16.00 Lone Tree Creek Channel Plans —2 Sheets RDWY Sheet 2 6.00 12.00 12.00 12.00 Stonnwater Management Piens Narrative - 12 Sheets SWMP Sheet 12 1.00 12.00 12.00 12.00 Stormwater Management Plans rrutauinterim - 4 Sheets SWMP Sheet 4 8.00 32.00 32.00 32.00 Stomata( Management Plans Final - 4 Shark SWMP Sneet 4 B 00 32.00 3200 32.00 Plant OCISubmdtai Prep 800 2.00 200 8.00 20.00 Quantities (for into only) 2-00 200 8.00 8.00 20.00 Pre•Ad (100%1• 123.2 Data Collection 000 Obtain a8 area dray -_t : •lane data etc. See Above -_--- O 0.00 123.3 Surface Hydrology Pre• -re •ro •,u 2.00 2.00 12.3.4 Hydraulic Strucwres 0 00 Roadside ditches, cross culvens, storm drains. underdrams des • n and calculations 18.00 16.00 123.5 Floodplains 0.00 LOMR/CLOMR/FDP Review Permit Fees 0.00 12.51 Drainage Reports 000 Prepare drainage report 16 00 16.00 Plant - Storm Drainage Tabulation —1 Sheets HYD Sheet 1 200 200 100 1.00 2.00 Storm Drainage Details -1 Streets, 20 Scale HYD Sheet 1 200 200 100 1.00 2.00 Storm Drainage and Grading Plans — 4 Sheets, 50 Sale HYD Sneer 4 200 8.00 400 4.00 1.00 Storm Drainage Profiles —8 Sheets. 50 Scale. 11 Driveway Culverts. 2 Misc. HYD Sheet 8 2.00 16.00 8.00 8.00 16.00 prep Details 2 Shernts Lone Tree Creek Channel Details and Rr1600 STR Sneet 2 8.00 1600 1640 Lone Tree Creek Channel Plans —2 Sheets RDWY Sheet 2 600 12 00 12.00 12.00 Stormwater Management Plans Narrative - 12 Sheets SWMP Sneet 12 1 00 12.00 12.00 12.00 Stomrwater Management Plans kr4rakIntenm - 4 Sheets SWMP Sheet 4 8.00 32 00 32 00 32.00 Stormwater Management Plans Final - 4 Sheets SWMP Sheet 4 800 32 00 32.00 Plan QC/Subminal Prep 8 00 2.00 2.00 8.00 20.00 Quantities (for info only) 2 00 ? 00 8.00 8.00 20.00 AD • Plan DC/Submittal Prep 8.00 200 2.00 8.00 20.00 Quantities (for info only 2 OD 2.03 8.00 800 20.00 Section Subtotal • Hours 198.00 16.00 40.00 272.00 0 00 000 0.00 32.00 558.00 Section Subtotal -Cost $ 118.848.00 $ 58 •IS0 5 4.31200 S 10 780.00 5 53,856.00 $ 5 5 - S 6,952.00 S 251.00950 SECTION 13.0 ROADWAYS Concept (30%) Damn 13.23 General Design Requirements by Project Element 0 00 Roadwa De rn. •.relevation, Si•ht Distances, Grad i •. Clearrores. and MoOein. 100 4.00 24.00 29.00 1128 Guardrail Doe Guarerail Design 140 1.00 8.00 10.00 1128 Access (Driveway) Design 000 Access/Drnewa Des:•n 1.00 16.00 8.00 2500 131.2 Fencing Design 000 Temp, Perm, and Gate Desig_n 1,00 4.00 5.00 Plans • Title Sheet -1 Sneet ROWY Sheet 1 100 1 00 0.50 0.00 OSO 1.00 Standard Plans List - 1 Sheet RDWY Sheet 1 1.00 100 0.50 0.00 0.50 140 Roadway Design Data - 1 Shaft ROW? Sheet 1 100 100 0.50 0.00 0.50 1.00 General Notes - 3 Sheets RDWY Sheet 3 1.00 3.00 1.00 1.50 1.50 4.00 Typical Sections - 3 Sheets, 20 Soak ROWY Sheet 3 4-00 12.00 1.00 6.00 8.00 13.00 Pavement Details Sheet —1 Sheet. 20 Scale RDWY Sheet 1 400 400 1.00 2.00 2.00 5.00 Roadway Geometric Layout -2 Sheets ROWY Sheet 2 100 2.00 1.00 100 1.00 3.00 Uhity Coordination Plans - 8 Sheets, 50 Scale UTIL Sheet 8 1 00 8 00 140 4.00 4.00 9.00 Removal Plans —4 Sheets, 50 Scale ROWY Sheet 4 400 16 00 1.00 8.00 8.00 17.00 Roadway Plan and Prdnks -4 Sheets (WCR60-5) ROW? Sheet 4 4.00 16.00 1.00 8.00 840 17.00 Driveway Profiles —6 Sheets, 12 driveways, 2 per sleet, 50 Scale ROW? Sheet 6 1.00 600 1.00 3.00 340 7.00 Pavement Plans —4 Sheets, 50 Scala ROWY Sheet 4 1.00 400 1.00 2.00 2.00 5.00 Cross Sections —40 Sheets ROWY Sheet 25 050 12. 50 1.00 6.25 625 13.50 Plan DC/Submittal Prep 8.00 8.00 24.00 24.00 64.00 Quantities 16.00 16.00 32.00 FOR (95% with 60% Interim FR Submittal) • Darn 1123 General Design Requirements by Project Element 0. 0 Roadwa De • , Su • relovaton. S,•rn Distances, Grad i ., Clearzones, and Modein• 1.00 4.00 16.00 21.00 1128 Guardrail 000 Guardrail Des. n 1.00 1.00 840 10.00 1328 Access (Driveway) Design 000 Access!Dnvewa Desi 1.00 8.00 8.00 17 00 113.2 Fencing Design0.00 Temp, Perm, and Gate Design 100 4.00 5.00 Plus• Title sheet -1 Sheet IRDWY 1 'Sheet 1 11 1 001 1.001 0.501 1 0-001 0.501 1 1 1 I 1.00 Page 3 of 6 RMS, inc. 9 ya , aged S3NA101181S (151 N01103S SI;CZ 17. 4 S - S - S - S 00DOS'6 S 00t39.9 S 00"820'1 S S1'6502 S - S 1so3•te)o►gnsuogpas DO t6 on 0 en 0 00 a Ono Off 9t 002E 009 00 L Ili nom -'clowgns uotlpas 00'Zl CO'9 00 Z DO Z IAluo olui 1o1) confluent) 00 -ti CO 8 001 00 Z I lord IewwgnS00 veld Oy 00'0 0 1aa4S Nth. ffutdu 6tsu5s 6unueyy 6ULAed staeus 0- (tasgns a pue oes) sueid tuoueuuad 000 00'SZ 0014Z 00"9 V IaauS- Ouppea Juouaned luou•wmdel'pi 00 Zt 0021 00 1 MU elerS OS S1aauS 9 -'veld "IRS V . ui iS luoueuued 00'0 buJ6•S Iuauawnad !'!Y1 U. i ' NO01) CIValId 00'0 0 toot's dVb1 spays 0- liasgns 6wduts pue 6uiu +&is aoSY sueld !Liven 6wAed tUBUeuuad 0010 00•SZ 00-VZ tannS- 1'WI Bunuep $UJ1LMAed Mild Wald el* 1 0011 0011 00'1 009 V efe:IS 05 GleceiSV-Ned •u'•ulS'2 • tu:tStueueuued 0010 Hurun's IuourwA'y !'!qt u•iaeO • 1lepfwgne %D91Ud w•lnW fined %S6) a0d 00'0 0 wows JVHl slaa4S 0-11a'gns budut' pue3uw&s Gas) 'Leal' 6unueA rutted Iuauewwd 000 00-21 0091 00'1 V 1aa45— Ouppeyy IuawMArd luauewwd I'!Y! 00'8 001 001 JeNI Men OS'c1aa4SP-4Ueld•ui'MS V lu•,Slu$uaunad 00'0 Outuks lusutwwd Fyn U•gimp ' I%oW) as A•u!w!wd SDNOthnIVI 1N3W3AVd ONV SPJDIS 011 NOII03S SE PP98VZ S - S S s - S OS6ZL'l6 S EL ESB'ZIt S 00-916'ZL S E1'9Z6IC S • I woo -pelo3gnS u0030S N; SC01 00 0 00'0 00 0 On 0 SZ 094 SI fitt 00 94 05901 unoH • 'noway uopao$ OOZE 0091 00 91 I confluent) WOW 00 PZ 00 VZ 00 91 00 91 I Paid Ie otocrS(O0 Ueld OW OOZE 00 91 00 91 J sartuuenp 0009 0OVZ 00 VZ 0091 0091 decd lelvwgnS00 Ueld 00"5 00 Z 00 Z 00 l OD 1 SZ a 91 ;oeuS AMOH staau5 St - suasNad Ieoad5 PieeuelS OSIE SL 91 St 91 00 t OS LE Se 0 OSt leesS MA08 sways w - suotscAoid roads 1paleid OS"EI SZ 9 SZ 9 001 OS Zt DS 0 SZ 1oauS AMOa stoat's OV— comas sstup 00'S 00'1 00'I 001 _ 001 00 1 V IaouS MA0H steps 05 'sheets V - Ned tuowoned on oat, on V 00 t 008 OO V Z laa4S AMUH afe7S OZ 'sleet's 4 - gteloo eery snooue11 rn W 00-2 00 £ 00'1 00 l 00 9 CO t 9 laoys AMON ele3S OS hays :ad 1 'sABAwAIP Z L "craa4S 9 -'shad A!MSAUo 00•L1 009 00'9 00 1 00'91 OD V P vpouS AMOH (S'09a0M1 cicala V— caiIo+d Due weld AeMpeob 00'6 00 1 00 0 001 00 8 OD 9 1 leeuS AMON el•oS DZ'ateeeS 1- sllele0 APMpeeb 00.21 00 9 00 9 001 00 91 OO V P 108uS AMOH Ars OS 'swatsV - saki ienowaf O06 00 1 00 1' De 1 _ 00 8 D0 l 8 IaauS BO airs OS 'slaxlS 8 -'Leek' uogetePiee3 Ale10 WE 00 1 00 l 00 1 001 00 1 1 lea'IS AMER'. IlaagS Z - lnMe t,ulawoa0 Aenpeob 00'1 _OS 1 OS 1 00 1 001 DS 0 9 taayS 030 tiaalitcfq agog 11 IlaauS 9 -'Leal' 6uuoB teotuyoaloa0 0015 D01 00 Z CO 1 001 00 V t toou5 AMOH aten 0Z 'laayS 1 - leaMS;ltel%U 1uWUMed 0012 00 C DOE 00 1 00 9 00 Z 1 leauS AMC1H 41a04S 1 - tuo4engel 00'6 00 V D01 DO 1 00'9 00 Z S. IaauS MA(IZj twang p - seaman() alewixo,dtiy 10 LuewwnS 001E l 00'9 00 9 00" 1 00'Z I D0 P E wows AMOH al•oS OZ s1oa4S C - suogpos Ieo'dA1 00'1 OS I 0S l 00 t OO E 00 1 1 taaus AMO8 SlaauS C - sapN Ieieue0 001 050 00 0 05 0 D0 L 1 l WINS AMOH haws l - MVO u6•sa0 AvMpeob 00' L 050 00 0 OS 0 00 l a00 00' 1 l looms AMO8, waus I - pm cued piepueiS 00' 1 OS' 0 00 0 OS 0 00 1 00 1 l 1004S AMOH taa'us l - taeus alul Weld WS 00'1 00 1 Osseo amp pue 'lad dwal 000 00'LI 00'0 0000 001 001 •(sa0 eMaAucissany 00'0 00'01 001 Ott ublsap (4vsanupl swept' 8TE! 00 t Ut :--e I1eipreno 00"0 Off Et geiPaPA9 8 "I'E! 001 00 V 00 t •uryapoW pup cauozieak0'I 0140 seauelsto bulls "uonnAee,= •nS'u• Sao empeob 00'0 luawar3 Joafo.d /fq Ilasusa+Inbay uOlssq gemua° tnt u•ls•O - 1%00►) mwd DOZE 00'91 00'91 convene 0019 CO PZ 00 91 De 00 8 laid Ieu!utgnsrj0 Leal' On no Z bo Z 00 1 00 V SZ 0 91 Ioou5 AMO8 sloat4S SI - suastnmd IeoadS PiruelS 05.9E 51 91 SL Bt 00 t OS LE SZ 0 091 IaouS AMOH !lua4S 9Z - Suos1Aa' woods 1paiwd OSE1 SC 9 SZ 9 00 1 0511 OS O SZ toouS AMOH 51234$ OP-'uoDpas scn,o 0015 00 Z 00 Z 00 1 00 1 00 1 t toeuS AMOH e'en D5 'S10a4S 1- weld luawanad 00'6 0OV 0OV C01 00'8 0OV Z laau5 AMO8 aIeIS0?'slaauS I—'1!eta0 eary snoauellapsly 00'1 DOE 00E 00 1 00"9 00 1 9 IaauS AMOH ale's OS'laaus rode UAeMa,uJp Cl Sm0.1uS 9- sal901d Ae1a+wO 0011 00 9 00 9 00 1 DO 91 00 ► 1 IaauS AMEN S O9HOM) siaa4S 1- SapJo4l pue Lend AeMpeo8 00'6 00 4 001 00 1 00 9 COD Z IONS AMOH ale3S OZ 'ctaa4S Z - sptlao AtwoeoH 0011 00'9 00 9 00 1 00 91 00 9 V leau5 AM0a eenS 05 's1aa4S P - sueld IPAOtuaa 00'6 00 1 00 V DO' 1 00 9 00 1 9 leeuS 11.1f1 ale3S OS 'IDEAS B - sued u0geu1p 003 A8411 001E 00 1 00 1 00 1 002 00 1 Z laowS AMOH s1ea4S Z - tnMr putaweae 40Mpeo8 00'1 OS' l 05 1 00'1 DOE OS 0 9 IaauS 030 Opte4s/s501 wee ZI Sleou5 9 - sueid 6uu0fl Ie01u4p010o9 00.5 00'Z DO Z 001 00 9 00'9 l WENS AM0H Men 0Z 1ae4S t - 1004S ste1D01uawaAed 001EI 009 009 DO1 00'11 00'V E IseeS AMOb S1aeySE-Suogttingel 00'6 00 4 00'4 00' 1 00 9 00 Z V lea4S AMOH slaayS 9 - salaam° atewotodtly 10 Arewwns 00'1 001 DO 1 00 1 DO 9 00 z 1 1094S AMOH ale7S OZ ''teals E - suomw rata' 001 OS t OS 1 00 1 DO 1 00'1 C IaauS AMON sleauS 1- so10N IrJeu0J WI OS"0 00 0 05 0 00 l 00 1 1 Iaa45 AMCH IaauS t - elect ussa!7 Arno %H 00.1 OS 0 00 0 OS 0 00 1 001 t 3aa+5 AMOH I0a45 t - Isis cued wepue0 unolt lelol Awipuy'Jellied tape 'gunnery% c3er'uOstue9 nu 'rllulef)I Winer a lei e 4)4 'wypequuw0 in uettdeis 1u0111S uekb'upsets unoH lel01 Ilutl runo1 slrut11e101 pun ssuads3 u011dwnesy Bees uupku4pel loaull)u3 rosut8u3 peal sain pruispabeuew 1pafeid saau10u3 xouldu3 ssapa.td 1003/108euvil Alining) Pdtpupd1p•itud HIS HIS HIS 81S AMO8 AMOM Mid Pad H38Wf1N N30TI0 YSV1 H3HWPN 101/4111403 H38WfN vs H3GDION 81080)ISV.I H38Wf1N 10NHINO3 H3BWf1N VS 1111111.53 af10H SZOZ/IZil 3S' 3d xtuferN 1u90 pul stove' wauu+pekdeb Avg 09 epos kOttOl9Z0Z 31VO )IHOM i0 3dODS H3HVd3Hd JO WAN 3WNN Van N011V001 H39Wf1N 107D& NOIIR ESTIMATE P+xO1ECT N0M6ER ]0x1101101 EA NOMaER a6NOM6ER l0GTI0N B62P 60 Y11A 4872[01189 COMFfACi NUNBEA CONIRILf HUMBER Flag NAME RM6, 11c TA6F ORDER NUINBER T/S(OROEIx NUMBER NNEEOF PHEPAIr, m9RrYN6 PE BE SCOPEOF WORKG6TE iR1IAE PY PY RONY ROWT 6111 STR STIx fiTR 0N201bYwp2N190T PnpawmpeNawaun2 Plv(ta P9elpY Pnaa Erpinw EnpOwr 4b Enpinnr EnpNeer T2[MYbn 1 CONCEPT ouvi pa. PRASE( 9!u 40.2. 0.614.4 CMaw sw>:b.m. cp�dPIGeNPI 1661004 f,nlno Calaa O.... MJn..2 Gg6<bpre9 4rvmp0on E2pmN . iabl Ynib 666621 Tebl Xeun .226R. 6026 Bbpunb Domn62dv 412 TN, J.. W2f 660 02.06 J. .0.206. 22.And. 1206111.2 62cenONav2ml¢WOnOn ua6lmm� t�N Gnphla x63 162. 4886 2160 0...0220 m1EAma1e NIe6MM2 Dsebp . 62.2 Cm¢pt.42 026411 .20. 642066 WvNRYCut E[ 600 00 E0 22 1163 11 1663 16 00.2264....16.2 Report 212211 G. 0.26 61,0. 4EGT G4 21222 PNP xKIIIIVWRT.0 .OEBIG110.4 Ph 01.8.0 01016 FiR&AmMO 00 20 109116 60022 dee Daps c.6aoayl DVYOsOn ER. JON Rupp 6891630 C.20.6.62Oapn 4626021.642224 .02200 0816 .22QPOn4n Por Colon ON 0.2 I. Cep.001 !60 00 x00 00 160 00 x!63 2600 ZIm 1663 t1m !60 W 46946642 6102MrdsLL OaPI CMCI G26er0 Oed O[[T E¢MaonJNtl 160 2163 16. 16. 62022[06 YvepatleN 00642 teed .221. .Jm Dap Fmn.6. 08664, .0630660066 2010220.0 2102 026632 02600 Pbr Fab20n C22.626 Pmr PJ8or4FeROvOn PW GE60.2.X01[616.0: 644 Y GFGU6NGPE6 GENERA IAYOUT TYPI[216[CTOn ENGINEERING GEOIOGY(1 Oi It .0.06.466F010GY(1 OF It 611106E X1060.0[ 16240160004 x63 x0 663 1600 16W 1}m 1063 11. x60 1600 .00 1600 1620 461 16 16 664.642 I D MENT2 162002 16 I/m RBUTMFNT 022 GWPLLOET666 tER6161 .6 G... 2RF2T2666E0 CONCR6.160.0611.21 162. 1600 6160 1663 12 GF x1 IN26RMEDI6TE .6.60010 GET.. PIER OW... 0.4. OEQ TOP 204202046 .64 RECAST EQ PAXFL(I OF It RE[65T E4 PANE 10 1663 1663 212. 2160 1663 2160 2160 1112 1663 OOERNITY2E 10..13 OF 21 2.204 ON 262E 6R 306R6 (1 OE 21 6045.04 TYPE 6410662 (1 OF 21 PRO6CN6E6116(10,21 612,4 ... EFP.. DEN. (.46.6. 62.0,ION 6400.206 IQNr4i6BIU2ED.00. 426.0.4. 1603 1663 1663 22166016 1663 162. 1663 162. 212. 2163 2160 2163 +120 2120 1160 1120 1163 1160 RMS, I c HOUR ESTIMATE PROJECT NUMBER LOCATION FIRM NAME NAME OF PREPARER SCOPE OF WORK DATE 2024101401 BnOge 60 5+49A Replacement RMS Inc Dint Kryn& PE. SE 1/211025 SA NUMBER CONTRACT NUMBER TASK ORDER NUMBER SA NUMBER CONTRACT NUMBER TASK ORDER NUMBER PM PM RDWY RDWY SIR Project ManagerlStructures SIR STR STR Pro ect Prnel Dua4lity ManagerdCOOT Process Engineer uaeer Encloser Task Assumption Espansa Unit Total Units Hours) Unit Total Hours Sisson, Ryan Sisson, Stephanie Dorrenbacher, Kyie Tab, Joseph Krsjnik, Clint - Garrison, Jack Watkins, Brian Pollster, Andrew Total Hours BRIDGE DECK ELEVATIONS (2 OF 41 _ 600 1.00 BRIDGE D K ELVA I NS (3 O 4) 8 00 1.00 BRIDGE DECK ELEVATIONS (4 OF 4) 6.00 6.00 Prated Special Prwwons • Sinnaural B 00 20.00 21.00 FIR 60% Submittal 0.00 30% Comment Reso4Uon 400 400 4 O 12.00 Plan OC 8.00 2000 2000 41.00 Quantities 400 2400 24 00 52.00 Estimate 800 800 18-00 FOR 95% Submittal 0-00 60% Commer4 Retarget(' <00 400 4 0 12.00 Plan GC 8 DO 20 00 40 00 40 00 101.00 Quantities 4.00 4000 40 00 14.00 Estimate 8 00 800 18-00 3. ADVERTISEMENT (100% PHASE) a. BRIDGE 110.945.0 0.00 Pro -AD 100% Sutxnital 0.00 95% Comment Resolution 400 400 400 1100 Plan OC 8.00 16.00 1800 1800 58.00 OuanGas Edits 200 16.00 16 CA 34.00 Estimate Etas 200 200 4.00 Issue AD 100% Piens 0.00 Pre -AD Coalmen! Resal:tor 4 00 400 400 1240 Plan Final Etta/Stamped Record Se: _ 4.00 1600 1600 38.00 Quartile Final E6t3 2.00 200 2 00 11.00 Estimate Final Edits COOT Stnttural Package 200 403 400 10.00 Assemble Calculation Packages 4 00 40 00 40 00 8430 Load Rating Package 6.00 24 00 40 00 70.00 Final Structure Selection Repo 1 8.00 800 16.00 Mau Submittal Requirements 8.00 800 16.00 Section Subtotal - Hours 0.00 0.00 0.00 000 282.00 28800 888.00 972.00 2428IXI Section Subtotal -Cost I S • $ • $ • $ S 82.978.50 S 62.568.00 S 134,007.50 5 211 167.00 S 490.771.00 SECTION 16.0 MAINTENANCE OF TRAFFIC Concept PM • • .A 1421 Traffic Curti& Plena 000 Detour Cbn*ucton Phasing Plan - 2 Shift MOT Snee! 2 600 1200 100 100 500 500 12.00 Detour Constnxbon Phasing NOON - 0 Shoots MOT }Sneer 0_ 0.00 FOR (85% vat Wan I0% FR Sublimes, • 600 500 500 000 12.00 1421 T,altic Comm/ Plans Detour COnatr11ction Phasing Plans - 2 Sheets MOT Sheet 2 1200 100 100 Detour Conatltlttton Phasing Profiles - 0 Steers MOT Sheet _ 0 _ 0.00 Pr.AD (100%) 1621 Traffic Control Plans 000 Detour Construction Phasing Plans — 2 Sheets MOT Shoot 2 600 12.00 100 100 500 5.00 12-00 Detour Construction Phasing Profiles - 0 Sheets MOT Sheol 0 0.00 AD Plan OCJSubmmal Prep 800 800 8 DO 800 32.00 Quantities (lot into only) 2 DO 2.00 8 DO 800 20.00 Section Subtotal - Hours 13.00 13.00 31.00 31.00 0.00 0.00 0.00 J 00 88 00 Section Subtotal • Coss I $ 3 825.25 S 3,503.50 3 8.35450 $ 6.13800 S S - S • S - $ 21.82125 SEC 7ION '7 0 LANDSCAPI4G Included in pnor Sections 0.00 Section Subtotal • Hours 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0 017 Sacbon Subtotal •Cast $ - ----- 100,000.00 S S S S S S S $ - S f 100000-00 SECTION 18.0 MAINTENANCE DURING CONSTRUCTION EXCI. Li fl liD SECTION 19,0 MODIFICATIONS TO STANDARD SPECIFICATIONS Included In pnor Sections SECTION 20,0 OTHER PROFESSIONAL SERVICES Other Prolosticnal Services SECTION 21.0 SERVICES AFTER DESIGN EXCLUDED _,' 337:.0' 0.00 458.50 121.00 771.15 85125 411.00 214.00 934.00 1116.00 5041-50 $ 613.195.00 $ 134,113.83 S 34,498.00 $ 207,188.63 $ 170,13130 1 144,171.75 $ 12301-00 $ 141217.50 3 242,451.00 $ 1,151,117.00 Page of 6 RMS. Inc RE/ISINC0-01 CSPECIAN CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YY, 1/28/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder's an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) PRODUCER License # 0757776 N(Alp CT Cathy Specian HUB International Insurance Services (SOW) 6565 Americas Parkway Suite 720 Albuquerque, NM 87110 rat at) (A/c, (505) 828-4123 4123 I MN.) (866) 487-3972 ADDRESS Cathy specian@hubinternational corn INSURERS) AFFORDING COVERAGE NAIL # INSURERA Valley Forge Insurance Company 20508 INSURED INSURER B National Fire Insurance Company of Hartford 20478 RMS Inc 2221 E Arapahoe Road, 3041 INSURERC Admiral Insurance Company 24856 INSURER D Centennial, CO 80122 INSURER E 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 POLIO ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS TIN LTR TYPE OF INSURANCE mg. NZ mg. NA/D POLICY NUMBER POLICY EFF (MM/DD/YYYY1 POLICY EXP (MMIDD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMSMADE X OCCUR X 6025131556 2/22/2024 2/22/2025 EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENTED PREMISES (Ea occurrences $ 1,000,000 MED EXP (Any one person) $ 10,000 PERSONAL 8 ADV INJURY $ 2,000,000 GENERAL AGGREGATE $ 4,000,000 GEN L AGGREGATE LIMIT APPLIES PER X POLICY Tar LOC OTHER PRODUCTS - COMP/OP AGG $ 4,000,000 $ B AUTOMOBILE LIABWTY X ANY AUTO OWNED AUTOS ONLY AUTOS ONLY SCHEDUEDL AUTOS AUOTOS IILDY X 6025485609 2/11/2024 2/11/2025 (ECaarB,oideDE INGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ (Per acEcldent) AMAGE $ UMBRELLA !JAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE DED I I RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y® OFFICER/MEMBER EXCLUDED (Mandatory In NH) Eyes bERRe under DESCRIPTION OF OPERATIONS below N /A X 6025131623 2/22/2024 2/22/2025 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 C C Profession/Pollution Professional Liabili EO000062181-01 EO000062181-01 2/23/2024 2/23/2024 2/23/2025 2/23/2025 Limit of Liability Limit of Liability 2,000,000 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Adddlonal Remarks Schedule, maybe attached If more space is regwre' Pollution Coverage Included on Professional Liability policy- policy limits 30 day notice of Cancellation, 10 day notice for non-payment of premium Re Bridge 60 5/49A Replacement Project SEE ATTACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION Board of County Commissioners of 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 PO Box 758 Greeley, CO 80632 AUTHORIZED REPRESENTATIVE UT,jAA%� I ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION All rights reserved The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID RMSINC0-01 CSPECIAN � 7 LOC # 2 ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY HUB International Insurance Services (SOW) License # 0757776 NAMED INSURED RMS Inc 2221 E Arapahoe Road, 3041 Centennial, CO 80122 POLICY NUMBER SEE PAGE 1 CARRIER NAIL CODE SEE PAGE 1 SEEP 1 EFFECTIVE DATE SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER ACORD 25 FORM TITLE Certificate of Liability Insurance Description of Operations/LocationsNehicles Weld County, its subsidiary, parent, elected officials, trustees, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor Coverage is primary and non-contributory ACORD 101 (2008/01) © 2008 ACORD CORPORATION All rights reserved The ACORD name and logo are registered marks of ACORD EWA SB146932G (Ed 10-19) BLANKET ADDITIONAL INSURED AND LIA=- ILITY EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following BUSINESSOWNERS LIABILITY COVERAGE FORM BUSINESSOWNERS COMMON POLICY CONDITIONS TABLE OF CONTENTS I Blanket Additional Insured Provisions A Additional Insured - Blanket Vendors B Miscellaneous Additional Insureds C Additional Provisions Pertinent to Additional Insured Coverage 1 a Primary - Noncontributory provision 1 b Definition of "written contract" 2 Additional Insured - Extended Coverage II Liability Extension Coverages A Bodily Injury - Expanded Definition B Broad Knowledge of Occurrence C Estates, Legal Representatives and Spouses D Fellow Employee First Aid E Legal Liability — Damage to Premises F Personal and Advertising Injury — Discrimination or Humiliation G Personal and Advertising Injury — Broadened Eviction H Waiver of Subrogation — Blanket BLANKET ADDITIONAL INSURED PROVISIONS A ADDITIONAL INSURED - BLANKET VENDORS Who Is An Insured is amended to include as an additional insured any person or organization (referred to below as vendor) with whom you agreed under a "written contract" to provide insurance, but only with respect to "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions 1 The insurance afforded the vendor does not apply to "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement, b Any express warranty unauthorized by you, c Any physical or chemical change in the product made intentionally by the vendor, d Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container, Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products, f Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product, g Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor, or SB146932G (10-19) Page 1 of 7 Copyright, CNA At Rights Reserved SB146932G (Ed 10-19) h "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf However, this exclusion does not apply to (1) The exceptions contained in Subparagraphs d or f , or (2) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distnbution or sale of the products 2 This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products 3 This provision 2 does not apply to any vendor included as an insured by an endorsement issued by us and made a part of this Policy 4 This provision 2 does not apply if "bodily injury" or "property damage" included within the "products - completed operations hazard" is excluded either by the provisions of the Policy or by endorsement B MISCELLANEOUS ADDITIONAL INSUREDS 1 Who Is An Insured is amended to include as an insured any person or organization (called additional insured) described in paragraphs 3 a through 3i below whom you are required to add as an additional insured on this policy under a "written contract " 2 However, subject always to the terms and conditions of this policy, including the limits of insurance, we will not provide the additional insured with I A higher limit of insurance than required by such "written contract," b Coverage broader than required by such "written contract" and in no event greater than that described by the applicable paragraph a through k below, or c Coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard " But this paragraph c does not apply to the extent coverage for such liability is provided by paragraph 3 j below 50020005660251315560647 11/111111 II11111 II III III I II IIIIII I I I III Any coverage granted by this endorsement shall apply only to the extent permitted by law 3 Only the following persons or organizations can qualify as additional insureds under this endorsement Controlling Interest Any persons or organizations with a controlling interest In you but only with respect to their liability arising out of (1) such person or organization's financial control of you, or (2) Premises such person or organization owns, maintains or controls while you lease or occupy these premises, provided that the coverage granted to such additional insureds does not apply to structural alterations, new construction or demolition operations performed by or for such additional insured b Co-owner of Insured Premises A co-owner of a premises co -owned by you and covered under this insurance but only with respect to the co -owners liability for "bodily injury," "property damage" or "personal and advertising injury" as co- owner of such premises c Grantor of Franchise Any person or organization that has granted a franchise to you, but only with respect to such person or organization's liability for "bodily injury," "property damage," or "personal and advertising injury" as grantor of a franchise to you SB146932G (10-19) Page 2 of 7 Copyright, CNA All Rights Reserved SB146932G (Ed 10-19) d Lessor of Equipment Any person or organization from whom you lease equipment, but only with respect to liability for "bodily injury;" "property damage" or "personal and advertising injury" caused in whole or in part by your maintenance, operation or (use of such equipment, provided that the "occurrence" giving rise to such "bodily injury" or "property damage" or the offense giving nse to such "personal and advertising injury;' takes place prior to the termination of such lease Lessor of Land Any person or organization from whom you lease land, but only with respect to liability for "bodily injury," "property damage" or "personal and advertising injury" arising out -of the ownership, maintenance or use of that specific part of the land leased to you, provided that the "occurrence" giving rise to such "bodily injury" or "property damage" or the offense giving rise to such "personal and advertising injury" takes place prior to the termination of such lease The insurance hereby afforded to the additional insured does not apply to structural alterations, new construction or demolition operations performed by, on behalf of or for such additional insured - f Lesson of Premises An owner or lessor of premises leased to you, or such owner or lessor's real estate manager, but only with respect to liability for "bodily injury," "property damage" or "personal and advertising injury" arising out ,of the ownership, maintenance or use of such part of the premises leased to you, and provided that the "occurrence" giving rise to such "bodily injury" or "property damage" or the offense giving rise to such "personal and advertising injury," takes place prior to the termination of such lease The insurance hereby afforded to the' additional 'insured does not apply to structural alterations, new construction or demolition operations performed by, on behalf of or for such additional insured g Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee, or receiver's liability for "bodily injury," "property damage" or "personal and advertising injury" arising out of the ownership, maintenance, or use of a premises by you This insurance does not apply to structural alterations, new construction or demolition operations performed by, on behalf of or for such additional insured h State or Political Subdivisions A state or government agency or subdivision or political subdivision that has issued a permit or authorization, but only with respect to such government agency or subdivision or political subdivision's liability for "bodily injury," "property damage",or "personal and advertising injury" arising out of (1) The following hazards in connection with premises you own, rent, or control and to which this insurance applies (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures, or (b) The construction, erection, or removal of elevators, or (c) The ownership, maintenance or use of any elevators covered by this insurance, or (2) The permitted or authorized operations performed by you or on your behalf But the coverage granted byithis paragraph does not apply to (a) "Soddy injury", "property damage" or "personal and advertising injury" arising out of operations performed for the state or government agency or subdivision or political subdivision, or (b) "Bodily injury" or "property damage" included within the "products -completed operations hazard " With respect to this provision's requirement that additional insured status must be requested under a "written contract," we will treat as a "written contract" any governmental permit that requires you to add the governmental entity as an additional insured SB146932G (10-19) Page 3of7 Copyright, CNA All Rights Reserved SB146932G (Ed. 10-19) i. Trade Show Event Lessor With respect to your participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom you are required to include as an additional insured. but only with respect to such person or organization's liability for "bodily injury," "property damage." or "personal and advertising injury" caused by: cc 0 CD en to N 0 0 S 0 S j• a. Your acts or omissions; or b. Acts or omissions of those acting on your behalf; in the performance of your ongoing operations at the trade show premises during the trade show event. Other Person or Organization Any person or organization who is not an additional insured under paragraphs a. through i. above. Such additional insured is an insured solely for "bodily injury," "property damage" or "personal and advertising injury" for which such additional insured is liable because of your acts or omissions. The coverage granted by this paragraph does not apply to any person or organization: (1) For "bodily injury," "property damage," or "personal and advertising injury" arising out of the rendering or failure to render any professional services; (2) For "bodily injury" or "property damage" included in the "products -completed operations hazard." But this provision (2) does not apply to such "bodily injury" or "property damage" if: (a) It is entirely due to your negligence and specifically results from your work for the additional insured which is the subject to the "written contract"; and (b) The "written contract" requires you to make the person or organization an additional insured for such "bodily injury" or "property damage": or (3) Who is afforded additional insured coverage under another endorsement attached to this policy. C. ADDITIONAL PROVISIONS PERTINENT TO ADDITIONAL INSURED COVERAGE 1. With respect only to additional insured coverage provided under paragraphs A. and B. above: a. The BUSINESSOWNERS COMMON POLICY CONDITIONS are amended to add the following to the Condition entitled Other Insurance: This insurance is excess of all other insurance available to an additional insured whether primary, excess. contingent or on any other basis. However, if a "written contract" requires that this insurance be either primary or primary and noncontributing, then this insurance will be primary and non-contributory relative solely to insurance on which the additional insured is a named insured. b. Under Liability and Medical Expense Definitions, the following definition is added: "Written contract" means a written contract or agreement that requires you to make a person or organization an additional insured on this policy, provided the contract or agreement: (1) Is currently in effect or becomes effective during the term of this policy; and (2) Was executed prior to: (a) The "bodily injury" or "property damage;" or (b) The offense that caused the "personal and advertising injury"; for which the additional insured seeks coverage. 2. With respect to any additional insured added by this endorsement or by any other endorsement attached to this Coverage Part, the section entitled Who Is An Insured is amended to make the following natural persons insureds. If the additional insured is: a. An individual, then his or her spouse is an insured; SB146932G (10-19) Page 4 of 7 Copyright, CNA All Rights Reserved. SB146932G (Ed 10-19) II b A partnership or joint venture, then its partners, members and their spouses are insureds, c A limited liability company, then its members and managers are insureds, d An organization other than a partnership, joint venture or limited liability company, then its executive officers, directors and shareholders are insureds, or e Any type of entity, then its employees are insureds, but only with respect to locations and operations covered by the additional insured endorsement's provisions, and only with respect to their respective roles within their organizations Furthermore, employees of additional insureds are not insureds with respect to liability arising out of (1) "Bodily injury" or "personal and advertising injury" to any fellow employee or to any natural person listed in paragraphs a through d above, (2) "Property damage" to property owned, occupied or used by their employer or by any fellow employee, or (3) Providing or failing to provide professional health care services LIABILITY EXTENSION COVERAGES It is understood and agreed that this endorsement amends the Businessowners Liability Coverage Form If any other endorsement] attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement to such provision do not apply A Bodily injury Expanded Definition Under Liability and Medical Expenses Definitions, the definition of "Bodily injury" is deleted and replaced by the following )"Bodily injury'means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury by that person at any time which results as a consequence of the physical injury, sickness or disease B Broad Knowledge of Occurrence Under Businessowners Liability Conditions, the Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended to add the following Paragraphs a and b above apply to you or to any additional insured only when such "occurrence," offense, claim or "suit" is known to (1) You or any,, additional insured that is an individual, (2) Any partner, if you or an additional insured is a partnership, (3) Any manager, if you or an additional insured is a limited liability company, (4) Any "executive officer" or insurance manager, if you or an additional insured is a corporation, (5) Any trustee, if you or an additional insured is a trust, or (6) Any elected or appointed official, if you or an additional insured is a political subdivision or public entity This paragraph applies separately to you and any additional insured C Estates, Legal Representatives and Spouses The estates, heirs, legal representatives and spouses of any natural person insured shall also be insured under this policy, provided, however, coverage is afforded to such estates, heirs, legal representatives and spouses only for claims arising solely out of their capacity as such and, in the case of a spouse, where such claim seeks damages from marital common property, jointly held property, or property transferred from such natural person insured to such spouse No coverage is provided for any act, error or omission of an estate, heir, legal representative or spouse outside the scope of such person's capacity as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business SB146932G (10-19) 'I Page 5 of 7 Copynght, CNA All Rights Reserved SB146932G (Ed 10-19) D Fellow Employee First Aid Coverage In the section entitled Who Is An Insured, paragraph 2 a 1 is amended to add the following The limitations described in subparagraphs 2 a 1 (a), (b) and (c) do not apply to your "employees" for "bodily injury" that results from providing cardiopulmonary resuscitation or other first aid services to a co -"employee" or "volunteer worker" that becomes necessary while your "employee" is performing duties in the conduct of your business Your "employees" are hereby insureds for such services But the insured status conferred by this provision does not apply to "employees" whose duties in your business are to provide professional health care services or health examinations 50020005660251315560849 III III I III I I I II I IIII II II III I II II II I II III E Legal Liability — Damage To Premises Under B Exclusions, 1 Applicable to Business Liability Coverage, Exclusion k Damage To Property, is replaced by the following k Damage To Property "Property damage" to Property you own, rent or occupy, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property, 2 Premises you sell, give away or abandon, if the "property damage" arises out of any part of those premises, 3 Property loaned to you, 4 Personal property in the care, custody or control of the insured, 5 That particular part of any real property on which you or any contractors or subcontractors working directly or indirectly in your behalf are performing operations, if the "property damage" arises out of those operations, or 6 That particular part of any property that must be restored, repaired or replaced because "your work" was incorrectly performed on it Paragraph 2 of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by you Paragraphs 1, 3, and 4, of this exclusion do not apply to "property damage" (other than damage by fire or explosion) to premises (1) rented to you (2) temporarily occupied by you with the permission of the owner, or (3) to the contents of premises rented to you for a period of 7 or fewer consecutive days A separate limit of insurance applies to Damage To Premises Rented To You as described in Section D — Liability and Medical Expenses Limits of Insurance Paragraphs 3, 4, 5, and 6 of this exclusion do not apply to liability assumed under a sidetrack agreement Paragraph 6 of this exclusion does not apply to "property damage" included in the "products - completed operations hazard " 2 Under B Exclusions, 1 Applicable to BusinessILiabilityCoverage, the following paragraph is added, and replaces the similar paragraph, if any, beneath paragraph (14) of the exclusion entitled Personal and Advertising Injury Exclusions c, d, e, f, g, h, t, k, I, m, n, and o, do not apply to damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner or to the contents of premises rented to you for a period of 7 or fewer consecutive days A separate limit of insurance applies to this coverage as described in Section D Liability And Medical Expenses Limits Of Insurance SB146932G (10-19) Page 6 of 7 Copyright, CNA All R ghts Reserved SB146932G (Ed 10-19) 3 The first Paragraph under item 5 Damage To Premises Rented To You Limit of the section entitled Liability And Medical Expenses Limits Of Insurance is replaced by the following The most we will pay under Business Liability for damages because of "property damage" to any one premises, while rented to you or temporarily occupied by you with the permission of the owner, including contents of such premises rented to you for a period of 7 or fewer consecutive days, is the Damage to Premises Rented to You Limit The Damage to Premises Rented to You Limit is the greater of a $1,000,000, or b The Damage to Premises Rented to You Limit shown in the Declarations F Personal and Advertising Injury — Discrimination or Humiliation 1 Under Liability and Medical Expenses Definitions, the definition of "personal and advertising injury" is amended to add the following h Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is (1) Not done intentionally by or at the direction of (a) The insured, or (b) Any "executive officer," director, stockholder, partner, member or manager (if you are a limited liability company) of the insured, and (2) Not directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person or person by any insured 2 Under B Exclusions, 1 Applicable to Business Liability Coverage, the exclusion entitled Personal and Advertising Injury is amended to add the following additional exclusions (15) Discrimination Relating to Room, Dwelling or Premises Caused by discrimination directly or indirectly related to the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any room, dwelling or premises by or at the direction of any insured (16) Employment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person by any insured (17) Fines or Penalties Fines or penalties levied or imposed by a governmental entity because of discrimination 3 This provision (Personal and Advertising Injury — Discrimination or Humiliation) does not apply if Personal and Advertising Injury Liability is excluded either by the provisions of the Policy or by endorsement G Personal and Advertising Injury - Broadened Eviction Under Liability and Medical Expenses Definitions, the definition of "Personal and advertising injury" is amended to delete Paragraph c and replace it with the following c The wrongful eviction from, wrongful entry into, or invasion of the right of private occupancy of a room dwelling or premises that a person or organization occupies committed by or on behalf of its owner, landlord or lessor H Waiver of Subrogation — Blanket We waive any nght of recovery we may have against a Any person or organization with whom you have a written contract that requires such a waiver All other terms and conditions of the Policy remain unchanged SB146932G (10-19) Page 7 of 7 Copynght, CNA All Rights Reserved CNA Workers Compensation And Employers Liability Insurance Policy Endorsement WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Any Person or Organization on whose behalf you are required to obtain this waiver of our right to recover from under a written contract or agreement. The premium charge for the endorsement is reflected in the Schedule of Operations. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: WC 00 03 13 (04-1984) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 4; Page: 1 of 1 Underwriting Company: National Fire Insurance Company of Hartford, 151 N Franklin St, Chicago, IL 60606 Policy No: WC 6 25131623 Policy Effective Date: 02/22/2024 Policy Page: 33 of 42 Copyright 1983 National Council on Compensation Insurance. CNA Business Auto Policy policy Endorsement DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: RMS Inc Endorsement Effective Date: 02/11/2024 SCHEDULE Name Of Person(s) Or Organization(s): ANY AGREEMENT PERSON TO OR NAME ORGANIZATION AS AN ADDITIONAL THAT YOU INSURED ARE REQUIRED BY WRITTEN CONTRACT OR WRITTEN Information requirec to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I - Covered Autos Coverages of the Auto Dealers Coverage Form. Form No: CA 20 48 10 13 Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 5; Page: 1 of 1 Underwriting Company: National Fire Insurance Company of Hartford, 151 N Franklin St, Chicago, IL 60606 Policy No: BUA 6025485609 Policy Effective Date: 02/11/2024 Policy Page: 42 of 62 Copyright Insurance Services Office, Inc., 2011 Contract Form Entity Information Entity Name* RMS INC Entity ID* @00049506 Contract Name * BRIDGE 60.5 49A REPLACEMENT PROJECT Contract Status CTB REVIEW Contract ID 9062 Contract Lead * MBEDELL Contract Lead Email MBedell@weld.gov New Entity? Parent Contract ID Requires Board Approval YES Department Project # GR-77 Contract Description * CONTRACT FOR PROFESSIONAL ENGINEERING SERVICES TO DESIGN THE REPLACEMENT OF BRIDGE 60.5/49A LOCATED ABOUT 2 MILES EAST OF THE GREELEY AIRPORT. Contract Description 2 Contract Type * Department Requested BOCC Agenda Due Date AGREEMENT PUBLIC WORKS Date* 02 01 2025 02 05;@2025 Amount* Department Email $1,751,987.00 CM- PublicWorks@weld.gov Renewable* N O Automatic Renewal N O Grant N O IGA N O Department Head Email CM-PublicWorks- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? NO N ote: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head .CURTIS HALL DH Approved Date 01 /30'2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 02/03;'2025 Review Date* 12/31/2025 Committed Delivery Date Contact Type Contact Email Finance Approver CHERYL PATTELLI Renewal Date Expiration Date* 1 2/31 /2027 Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 01 30 2025 Tyler Ref # AG 020325 Originator MBEDELL Legal Counsel BYRON HOWELL Legal Counsel Approved Date 01,30 2025 MEMORANDUM Date: January 22, 2025 To: Toby Taylor, Purchasing Manager From: Michael Bedell, Senior Engineer RE: Engineering Services (RFP #B2400133) for Bridge 60.5/49A Replacement Project Public Works has conducted a Qualifications Based Selection (QBS) process to select a consultant to perform the Design Engineering Services for the Bridge 60.5/49A Replacement Project, located near the Greeley Airport. A selection committee comprised of five (5) Public Works Department staff reviewed and scored the seven (7) vendor proposals received on 11/22/24, using a pre -determined selection criterion. On 12/09/24 the scoring committee compiled their scores and determined the highest scoring vendor was RMS, Inc., Centennial office. Attached is a summary of the scoring rankings. A design fee amount of $1,751,987.00 has been submitted by RMS Inc., 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 RMS Inc. for a total amount of $1,751,987.00. This project is included as a line item in the 5 -year CIP and includes a Federal -Aid (CDOT oversight) grant not to exceed $2,000,000.00. I/Z1 702c1-31 n EG00 n_ Attachment 1 Summary of Committee Member Scorin Consultant Name Final Ranking TRC Environmental Corporation 7 SCE Engineering 4 Atkins Realis 3 Benesch 2 RMS Inc. 1 Martin/Martin 6 Stantec 5 WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverett@eweld.gov cgeisedc weld.gov ttaylor@weld.gov Phone: 970-400-4222, 4223 or 4454 DATE OF BID: NOVEMBER 22, 2024 REQUEST FOR: BRIDGE 60.5/49A REPLACEMENT PROJECT DEPARTMENT: PUBLIC WORKS BID NO: B2400133 PRESENT DATE: NOVEMBER 27, 2024 APPROVAL DATE: TED (JANUARY 27, 2025) VENDORS BENESCH 7979 E. Tufts Avenue, Ste. 800 Denver CO 80237 SCE ENGINEERING 10728 Worthington Circle Parker CO 80134 ATKINSREALIS USA INC 4600 S. Ulster St., Ste 1100 Denver CO 80237 RMS INC 2221 E. Arapahoe Rd #3041 Centennial CO 80122 TRC ENVIRONMENTAL CORPORATION 1526 Cole Blvd, Ste 150 Lakewood CO 80401 MARTIN/MARTIN INC 12499 West Colfax Avenue Lakewood CO 80215 STANTEC 410 17TH Street, Ste 1400 Denver CO 80202 THE PUBLIC WORKS DEPARTMENT IS REVIEWING THE BIDS. \ /2:1 toL43 \ -1 EMOR WELD COUNTY PURCHASING 1301 N. 1 r Avenue, Greeley, CO 80631 reverett fweld.gov coeisertttweld.gov ttaylor 3 weld.gov Phone: 970-400-4222, 4223 or 4454 DATE OF BID: NOVEMBER 22, 2024 REQUEST FOR: BRIDGE 60.5/49A REPLACEMENT PROJECT DEPARTMENT: PUBLIC WORKS BID NO: B2400133 PRESENT DATE: NOVEMBER 27, 2024 APPROVAL DATE: TBD VENDORS BENESCH 7979 E. Tufts Avenue, Ste. 800 Denver CO 80237 SCE ENGINEERING 10728 Worthington Circle Parker CO 80134 ATKINSREALIS USA INC 4600 S. Ulster St., Ste 1100 Denver CO 80237 RMS INC 2221 E. Arapahoe Rd #3041 Centennial CO 80122 TRC ENVIRONMENTAL CORPORATION 1526 Cole Blvd, Ste 150 Lakewood CO 80401 MARTIN/MARTIN INC 12499 West Colfax Avenue Lakewood CO 80215 STANTEC 410 17TH Street, Ste 1400 Denver CO 80202 THE PUBLIC WORKS DEPARTMENT IS REVIEWING THE BIDS. 2024-3117 11IZ Hello