Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20250352.tiff
Czykvack-ki*G3SS Memorandum To:Clerk to the Board Date:4/15/25 +'r From:Department of Public Works rair Subject:Drexel Barrell On-Call Engineering Services Change Order#1 Drexel, Barrell& Company(Drexel)was awarded a contract(#9058)dated 2/03/25 for On-Call Engineering Services.Public Works Department is proposing to add engineering services required for the Hill and Park Drainage/ADA Study to their ongoing contract.Drexel was selected for their original contract utilizing a Qualifications Based Selection(QBS)process,is well qualified and experienced to complete the work required for the Hill and Park Drainage Study and has good familiarity with the study area. The Hill and Park Drainage Study has been approved as a line item in the Public Works 5-year CIP and is included in the 2025 budget,account 3 1 1 00-6450. Public Works Department does not have staff availability to complete this project work in a timely manner.If approved,this change order in the proposed amount of$739,885.00 will allow Drexel staff to commence work immediately. If the Drexel Change Order#1 is approved,the Hill and Park Drainage Study can be completed as intended. The hourly rates proposed by Drexel Barrell are the same rates within their original contract dated 2/03/25. These rates have been checked by Public Works staff and determined to be reasonable and comparable to other engineering consultant firms in this area. CC: r1 aT( ) 2 570352 4/21/25 1-112t/25 ECG 00'6 3 CHANGE ORDER NO.1 PROJECT:ON-CALL ENGINEERING SERVICES Dates 111,941.k it.,207,5 PROJECT:ON-CALL ENGINEERING SERVICES described in the Agreement dated February 3,2025. Owner Weld County.Colorado Consultant Drexel.Barrel)&Company The following change is hereby made to the Contract Documents:See attached Hill and Park Drainage Study scope of work and fee proposal. CHANGE TO CONTRACT PRICE: Original Contract Price: $100.000.00 Current Contract Price adjusted by previous Change Order. S100.000.00 The Contract Price due to this Change Order will be increased: S739.885.00 The New Contract Price,including this Change Order,will be: $839 885.00 CHANGE TO CONTRACT TIME: The Contract Time will be increased by one year. The revised date for completion of all Work will be February 3.2027. RECOMMENDED: • Owner Representative: / ZdjDate: 'V! g/ Don Dunker,P.E.(County Engineer) APPROVALS: CONSULTANT: Date: 3 ri8-i 01,O?5 c/N,^Ee0,4 )4.-,w PP, 0¢4.-Ata-MACO.Cc.*.Sca Title: 1 CC - Q ES i O 7r4.' WELD COUNTY: .W.Itifet) Je:1444 ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY.COLORADO 14 EL BY: Deputy to the 74‘7,6-witv APR 2 1 2025 APPROVED AS TO FUNDING: 0 ' ? D AS TO SUBSTANCE: (1../ eitith4 Cheif Financial Officer Department Head APPROVED AS TO FORM: County Attorney • 26- 557_ HILL-N-PARK SUBDIVISION:DRAINAGE STUDY&ADA COMPLIANCE DESIGN PROPOSAL UNDERSTANDING Drexel Barred&Co.would like to thank you for the opportunity to present this proposal for the Hill-N-Park Subdivision,located in an area(approximately 200-acres)of unincorporated Weld County that is surrounded by the City of Evans.This subdivision was platted in the late 1960's and early 1970's with various filings added over the years. The subdivision consists of an established neighborhood of smaller to moderately sized single-family& mobile homes and a total population of almost 2,000 residents. Besides homes and County maintained streets/Right-of-Way,the subdivision also has neighborhood parks/open space, a Senior Center,Fire Station,Church and gas station.The subdivision infrastructure is well- dated and in need of upgrades. It is our understanding that Weld County would like to provide the following improvements and is seeking a proposal for professional surveying and engineering services to improve: • Drainage: o Many residents complain of localized drainage issues during large storms. This proposal is meant to evaluate current conditions and provide a detailed drainage study for proposed improvements. It should be noted that individual lot grading outside the public Right of Way is NOT within the scope of services for this project. Proposed grading or other drainage improvements within private property will not be within the scope of work. o Offsite drainage and how it may affect the subdivision will be examined. A major drainageway runs along the north and east sides of the Hill-N-Park Subdivision called the Ashcroft Draw. This drainageway is within a Zone AE Floodway,as determined by FEMA.Any work within the floodway will require a Weld County Flood Development Permit(FDP). o Internal drainage will be analyzed and designed to convey the minor and major storm events according to the Weld County Engineering and Construction Criteria.This is expected to be done in a variety of ways from surface flow within the street Rights-of-Way to possibly installing a proposed storm sewer system.Roadways may require reconstruction with valley pans and/or curb and gutter to convey designed flows. o Detention and stormwater quality will be evaluated as it relates to the overall drainage patterns and historical peak runoff rates from the site. • Americans with Disability Act(ADA)compliance: o The existing subdivision will be evaluated in terms of ADA compliance. Existing pedestrian features such as ramps,crosswalks,and sidewalks will be checked for compliance. o An overall ADA Plan will be designed to correct and/or provide new ADA compliant pedestrian routes throughout the subdivision. Hill-N-Park Subdivision Proposal for Storm Drainage and ADA Design 2 March 18,2025 SCOPE OF SERVICES The following services will be provided: 30%DRAINAGE&ADA DESIGN: Part 1—Topographic Survey: Topo survey for approximately 230 acres includes CAD drafting and processing mapping and inventory of existing site features within the existing ROW. The area of survey coverage will extend to the Ashcroft Draw to the north,including several large parcels to the north between the Hill-N-Park Subdivision and Ashcroft Draw. Areas outside of the ROW that include private ownership will not be accessed and field surveyed. It is expected that some other form of aerial imagery or mapping will be used to provide coverage in these areas.GIS will be used for the majority of ROW area that will provide accuracy to within 0.10 of a foot. Added field shots will have 0.01-foot precision at elevation or position critical locations.Tie horizontal control to North American Datum 83 (NAD 83)and Colorado State Plan Coordinates,vertical referenced to NAVD-88 datum. Establish one or more project control points(horizontal)and benchmarks(vertical). Part 2—Survey Research&Mapping: Survey research and establishment(field boundary verification)of the subdivision boundary and all street ROW and easements.This will be included on the overall AUTOCAD base mapping for the survey. Part 3—Site Visits&Meetings: Drexel,Barrel&CO.will make multiple site visits to get a physical look at the site and document areas with photos. All County meetings, whether in person or on-line,shall be attended by our Project Manager. A neighborhood meeting is also anticipated to get input from the community. Drexel,BarrelI will provide any presentation/supporting visual aids for the meeting. Part 4-Preliminary Design of Drainage Infrastructure:Preliminary design of drainage infrastructure including curb and gutter,culverts,valley pans and sidewalks. Part 5—Design of Drainage Basins: Preliminary design of drainage basins which will correspond with the phasing of the project. Part 6—Floodplain Modeling&FDP: Our Floodplain Engineer will begin preliminary modeling and investigation for what will be required for a FDP permit for Ashcroft Draw. Part 7—Design of ADA Features: Design of ADA features to meet ADA standards. Part 8—Preliminary Existing Utility Plans: Preliminary existing utility plans will be prepared. Our field surveying work will include providing private underground utility locating that will be surveyed to include within the base mapping. This essentially provides Level B SUE plans. Part 9—Preliminary Quantities&Cost Estimating: Preliminary quantities and cost estimates will be prepared based on the 30%Design Plans. Hill-N-Park Subdivision Proposal for Storm Drainage and ADA Design 3 March 18,2025 100%DRAINAGE&ADA DESIGN: Part 1-Topographic Survey: Final topo survey for approximately 230 acres includes CAD drafting and processing mapping and inventory of existing site features within the existing ROW.This will supplement any missing areas or areas needing more detail from the preliminary survey. Part 2-Site Visits&Meetings:Drexel,Barrell will conduct additional site visits, County Meetings and a final expected Neighborhood meeting. Should public outreach be necessary,we can provide a wide range of services through a sub-contracted Public Outreach Company in which we have collaborated with in the past on other high-profile projects. Part 3-Final Design of Drainage Infrastructure:Final design of drainage infrastructure including curb and gutter,culverts,valley pans and sidewalks. Part 4-Final Design of ADA Features:Final Design of ADA features to meet ADA standards. Part 5-Final Environmental,Geotech,and subsurface engineering(SUE) investigations: Drexel,Barrell&CO.will sub-contract various specialty engineering services that are needed for the project including:Environmental,Geotechnical,and Sub- Surface Engineering(SUE).ERO Resources will provide environmental services,as needed, for items such as a Phase 1 Environmental Site Assessment,Natural Resources Assessment with Wetlands Delineation,Natural Resources Report,and Clean Water Act Section 404 Nationwide Permitting.Terracon will provide Geotechnical services. Their fees in this proposal accounts for 36 borings to a depth of roughly 10-feet below grade to test according to Weld County Engineering and Construction Criteria Section 9.3.1 and provide recommended pavement designs. Their fee includes required utility locating,backfilling and patching;however,traffic control has been excluded.Sub-surface utility locating will be provided by Colorado Utility Finders and their fees are based on providing 30 potholes, including restoration and traffic control. Part 6-Final Floodplain Modeling&FDP: Final floodplain modeling and permit for Ashcroft Draw.This task is expected to include providing an FDP report with hydraulic modeling to-show a NO RISE condition. We assume that an effective model would need to be completely created from scratch. Part 7-Final Details: Provide final Construction Drawings that includes County standard details and project specific details. Part 8-Final Design of Drainage Basins: Final design of drainage basins which will correspond with the phasing of the project. Hill-N-Park Subdivision Proposal for Storm Drainage and ADA Design 4 March 18,2025 Part 9—Final Signage&Striping Plans: Final design of proposed signage and striping for roadways within the subdivision that are otherwise modified from existing conditions. Part 10—Final Detour Plans: Our traffic engineer will develop final detour plans as they relate to the construction phasing of the project. Part 11—Final Quantities&Cost Estimating: Final quantities and cost estimates. Part 12—Final Existing&Proposed Utility Plans: Final existing utility plans will be updated for any additional areas that may require more specific underground utility locating or potholing. Proposed utility plans will also be prepared in anticipation of any new utilities or existing ones that would require relocation. Drexel,Barrell&CO.will coordinate any design with the appropriate local utility provider during the course of the project. Hill-N-Park Subdivision Proposal for Storm Drainage and ADA Design 5 March 18,2025 DELIVERABLES Drexel BarrelI will provide the following deliverables: • An AUTOCAD drawing file of the survey will also be provided that includes all researched ROW,lot line,and easement mapping. • Provide standard Weld County specifications and special provisions for 100% design level. • Provide final estimates of materials/quantities and probable costs of construction for both 30%and 100%designs. • Prepare 30%and 100%level construction drawings(22"x34"with reduced 11"x17"size). Drawings will be prepared according to Weld County drafting and AUTOCAD standards and titleblocks. • Prepare 30%Preliminary Drainage Study and 100%Final Drainage Study to include basin delineations,evaluating existing drainage conditions,design,sizing and phasing for all proposed drainage infrastructure improvements. • Phase 1 Environmental Study and associated wetlands delineation study and possible 404 Permitting,as required. • Geotechnical Report that includes all testing,boring and pavement design information. • SUE plans stamped and sealed by a Professional Colorado Licensed Engineer. • Public Outreach material,as necessary,such as mailing or neighborhood flyers. • Presentation materials,as needed,for Neighborhood meetings. Hill-N-Park Subdivision Proposal for Storm Drainage and ADA Design 6 March 18,2025 SCHEDULE We anticipate the work,from notice to proceed to 30%Design,to take between 6 months and 9 months. Final Design could be expected to take an additional 6 to 8 months. A schedule will be provided to the County at the start of the project and Drexel,Barrell&CO. will meet the County schedule and milestones. All work for final 100%completion will be no later than February 3,2027. '1'tfgg.:"".=',..''''''..t"" .740..7,....r,.................te, ....r '..? ... ..-. ........—.... ...4. V.3.14...0.11.......1. ta, so ..... ,.... . E., — 6.00 I ..' .,4*. .r. ..•. ...._, 1..... t....... ,... , . ' TOTAL liatTOCEOEE0 FEE 01111111111MIIMMI EINIIIIMINEMIll-1-4— ',rano t m. .ta. 1,342,3110 — . sc.„1.-tFits:'412t,:FEF FEEs 1 iti7,5, 1==' 1.2... .,--- ....,..,...... .,,........,.-......., i 1 i____ 4 1 I i ___ TOTAL NOATOEXCEED TVA S000Soo ra F.. Entity Information Entity Name* Entity ID* ❑New Entity? DREXEL BARRELL AND COMPANY @00005361 Contract Name* Contract ID Parent Contract ID ENGINEERING ON-CALL SERVICES CHANGE ORDER#1 9355 9058 Contract Status Contract Lead* Requires Board Approval CTB REVIEW MBEDELL YES Contract Lead Email Department Project# MBedell@weld.gov GR-81 Contract Description* A CHANGE ORDER TO DREXEL BARRELL ENGINEERING ON-CALL SERVICES CONTRACT DATED 2/03/25. THIS PROPOSED CHANGE ORDER WILL ALLOW DREXEL BARRELL TO PERFORM THE WORK REQUIRED FOR THE HILL AND PARK DRAINAGE STUDY. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CHANGE ORDER PUBLIC WORKS Date* 04/12/2025 04/16/2025 Amount* Department Email $739,885.00 CM- Will a work session with BOCC be required?* PublicWorks@weld.gov HAD Renewable* NO Department Head Email Does Contract require Purchasing Dept.to be CM-PublicWorks- included? Automatic Renewal DeptHead@weld.gov NO NO County Attorney Grant GENERAL COUNTY NO ATTORNEY EMAIL IGA County Attorney Email NO CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note:the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date 02/03/2027 Termination Notice Period Committed Delivery Date Expiration Date* 02/03/2027 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel .CURTIS HALL CHERYL PATTELLI BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 04/10/2025 04/11/2025 04/11/2025 Final Approval BOCC Approved Tyler Ref# AG 042125 BOCC Signed Date Originator MBEDELL BOCC Agenda Date 04/21/2025 C 61919 053 PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND DREXEL,BARRELL&COMPANY THIS AGREEMENT is made and entered into this�vdday of FebAA,V , 2025,by and between the Board of Weld County Commissioners,on behalf of Pdblic Works Department,hereinafter referred to as"County,"and Drexel,Barrell& Company,1376 Miners Drive,Suite 107,Lafayette,CO 80026,hereinafter referred to as"Contractor". WHEREAS,County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits;and WHEREAS,Contractor is willing and has the specific ability,qualifications,and time to perform the required services according to the terms of this Agreement;and WHEREAS,Contractor is authorized to do business in the State of Colorado and has the time,skill,expertise,and experience necessary to provide the services as set forth below. NOW,THEREFORE,in consideration of the mutual promises and covenants contained herein,the parties hereto agree as follows: 1. Introduction.The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits,each of which forms an integral part of this Agreement and are incorporated herein.The parties each acknowledge and agree that this Agreement,including the attached Exhibits,define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements(the"Work").If a conflict occurs between this Agreement and any Exhibit or other attached document,the terms of this Agreement shall control,and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Request for Request for Proposal(RFP)as set forth in Bid Package No.B2400145. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work.Contractor agrees to procure the materials,equipment and/or products necessary for the Work and agrees to diligently provide all services,labor, personnel,and materials necessary to perform and complete the Work described in the attached Exhibits.Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. On-Call Services Contract Procedures:The parties recognize the Work under this Agreement will only be provided pursuant to an appropriately executed Internal 1 2025-0352 C003erk- - CC.Onba ,C ) / S eel 001E3 Accounting Form(IA)generated by the County. Any such IA shall be signed by the Director of the Public Works Department to be effective. In no event shall the total of all individual IA's exceed the amount described in Section 6 of this Agreement. Any appropriately executed IA shall be automatically incorporated herein and enforceable. Contractor,upon completing the Work described in the IA,shall submit an invoice to the County for payment. 3. Term.The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. Annual Contract Renewal Procedures:The initial contract term shall be valid until one year after the date which it has been signed by the Weld County Board of Commissioners. At the sole discretion of the County,a Contract Renewal may be utilized for no more than two additional one-year periods. If such Contract Renewal is negotiated,the Contractor's labor rates may not be increased greater than the local associated Consumer Price Index for the applicable year. 4. Termination;Breach;Cure. County may terminate this Agreement for its own convenience upon thirty(30)days written notice to Contractor.Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen(15)days after receiving such notice to cure such breach.Upon termination,County shall take possession of all materials,equipment,tools and facilities owned by County which Contractor is 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. 2 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties.No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly,no claim that the County has been unjustly enriched by any additional services,whether or not there is in fact any such unjust enrichment,shall be the basis of any increase in the compensation payable hereunder.In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement,Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope,character,or complexity of the work to be performed,and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance,an equitable adjustment in fees and completion time shall be negotiated between the parties,and this Agreement shall be modified accordingly by Change Order.Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order,unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement,unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work,and County's acceptance of the same,County agrees to pay Contractor an amount not to exceed $100,000.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If,at any time during the term or after termination or expiration of this Agreement,County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement,then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith 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 3 30 of the Colorado Revised Statutes,the Local Government Budget Law(C.R.S. 29-1-101 et.seq.)and the TABOR Amendment(Colorado Constitution,Article X, Sec.20). 7. Independent Contractor.Contractor agrees that it is an independent contractor and that Contractor's officers,agents or employees will not become employees or agents of County,nor entitled to any employee benefits(including unemployment insurance or workers'compensation benefits)from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Any provisions in this Contract that may appear to give the County the right to direct contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors.Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent,which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection,in its reasonable discretion,shall be assigned to the Work. Contractor shall require each subcontractor,as approved by County and to the extent of the Work to be performed by the subcontractor,to be bound to Contractor by the terms of this Agreement,and to assume toward Contractor all the obligations and responsibilities which Contractor,by this Agreement,assumes toward County. County shall have the right(but not the obligation)to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents,employees, and subcontractors. 9. Ownership.All work and information obtained by Contractor under this Agreement or individual work order shall become or remain(as applicable),the property of County. In addition,all reports,documents,data,plans,drawings,records,and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement,whether or not such materials are in completed form,shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non-confidential information,clearly denoting in red on the relevant document at the top the word,"CONFIDENTIAL." However,Contractor is advised 4 that as a public entity,Weld County must comply with the provisions of the Colorado Open Records Act(CORA),C.R.S.24-72-201,et seq.,with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign,distribute,or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees,agents,and consultants,of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty.Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner,consistent with industry standards,and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with bid quantity errors resulting in change orders which must be approved by the Weld County Board of Commissioners,Contractor shall be financially liable for such increased costs. The Contractor may opt to cover this increased cost with a claim towards their Professional Liability Insurance. 12. Acceptance of Services Not a Waiver. Upon completion of the Work,Contractor shall submit to County originals of all test results,reports,etc.,generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default.No assent expressed or implied,to any breach of any one or more covenants,provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach.Acceptance by the County of,or payment for,the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure,before the commencement of the Work,the following insurance covering all operations,goods,and services provided pursuant to this Agreement,and shall keep the required insurance coverage in force at all times during the term of the Agreement,or any extension thereof,and during any warranty period. For all coverages,Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to 5 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-VI!. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance Workers'Compensation and Employer's Liability Insurance as required by state statute,covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers'Compensation Act,AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A(Workers'Compensation) Statutory Coverage B(Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance-Occurrence Form Policy shall indude bodily injury,property damage,liability assumed under an Insured Contract.The policy shall be endorsed to include the following additional insured language: "Weld County,its subsidiary,parent,elected officials,trustees, employees,associated and/or affiliated entities,successors,or assigns,agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by,or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: General Aggregate $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance Bodily Injury and Property Damage for any owned,hired,and non-owned vehicles used in the performance of this Contract. 6 Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage(Each Accident) $ 1,000,000 Professional Liability(Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts,errors and/or omissions, including design errors,if applicable,for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims-made basis,Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract;and that either continuous coverage will be maintained,or an extended discovery period will be exercised for a period of two(2)years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 2,000,000 14. Proof of Insurance. Upon County's request,Contractor shall provide to County,for examination,a policy,endorsement,or other proof of insurance as determined in County's sole discretion.Provided information for examination shall be considered confidential,and as such,shall be deemed not subject to Colorado Open Records Act(CORA)disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified,all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages,before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance(ACCORD)form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance"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. 7 Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project,and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s)shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. The County reserves the right to require complete,certified copies of all insurance policies required by this Agreement at any time,and such shall also be deemed confidential. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office,whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 15.Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis,non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense,the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three(3)years after completion of the project. Contractors Professional Liability(Errors and Omissions)policy must be kept in effect for up to three(3)years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured,the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation,non- renewal,suspension,voided,or material changes to policies required under this Agreement.On all other policies,it is the Contractor's responsibility to give the County 30 days'notice if policies are reduced in coverage or limits,cancelled or non-renewed.However,in those situations where the insurance carrier refuses to provide notice to County,the Contractor shall notify County of any cancellation,or reduction in coverage or limits of any insurance within seven(7)days or receipt of insurer's notification to that effect. 8 The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 16. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work,or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 17. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements,and these requirements do not decrease or limit the liability of Contractor.The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor,its agents, representatives,employees,or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts,duration,or types. The Contractor shall maintain,at its own expense,any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 18. Certification of Compliance with Insurance Requirements.The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality,technical accuracy,and quantity of all services provided,the timely delivery of said services,and the coordination of all services rendered by the Contractor and shall,without additional compensation,promptly remedy and correct any errors,omissions,or other deficiencies. 19. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss,including the execution and delivery of any proof of loss or other actions required to effect recovery. 20. Indemnity. The Contractor shall indemnify, hold harmless and,not excluding the County's right to participate,defend the County,its officers,officials,agents,and employees,from and against any and all liabilities,claims,actions,damages, 9 losses,and expenses including without limitation reasonable attorneys'fees and costs,(hereinafter referred to collectively as"claims")for bodily injury or personal injury including death,or loss or damage to tangible or intangible property caused, or alleged to be caused in whole or in part by the negligent or willful acts or omissions of Contractor or any of its owners,officers,directors,agents,employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers'Compensation Law or arising out of the failure of such contractor to conform to any federal,state,or local law,statute,ordinance, rule,regulation,or court decree.It is the specific intention of the parties that the County shall,in all instances,except for claims arising solely from the negligent or willful acts or omissions of the County,be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation,defense,and judgment costs where this indemnification is applicable. In consideration of award of this contract,the Contractor agrees to waive all rights of subrogation against the County,its officers,officials,agents,and employees for losses arising from the work performed by the Contractor for the County.The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person,persons,or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. A failure of Contractor to comply with these indemnification provisions shall result in County's right but not the obligation to terminate this Agreement or to pursue any other lawful remedy. 21. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder,without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall,at the option of County,automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 22. Examination of Records. To the extent required by law,the Contractor agrees that an duly authorized representative of County,including the County Auditor,shall have access to and the right to examine and audit any books,documents,papers and records of Contractor,involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 23. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement,where such failure is due to any cause beyond its reasonable control,including but not limited to Acts of God,fires,strikes,war,flood, earthquakes,or Governmental actions. 10 24. Notices. County may designate,prior to commencement of Work,its project representative("County Representative")who shall make,within the scope of his or her authority,all necessary and proper decisions with reference to the project. All requests for contract interpretations,change orders,and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt;or b) five(5)days following delivery to the United States Postal Service,postage prepaid addressed to a party at the address set forth in this contract;or c) electronic transmission via email at the address set forth below,where a receipt or acknowledgment is required and received by the sending party;or Either party may change its notice address(es)by written notice to the other.Notice may be sent to: TO CONTRACTOR: Name: Cameron Knapp,P.E. Position: Vice-President Address: 1376 Miners Drive,Suite 107 Address: Lafayette,CO 80026 E-mail: cknapp@drexelbarrell.com Phone: 303-442-4338 TO COUNTY: Name: Michael Bedell,P.E. Position: Senior Engineer Address: Weld County Public Works Department Address: P.O.Box 758,Greeley,CO 80632 E-mail: mbedell@weld.gov Phone: 970-301-0780 25. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws,rules and regulations in effect or hereafter established,including without limitation,laws applicable to discrimination and unfair employment practices. 26. Non-Exclusive Agreement. This Agreement is nonexclusive,and County may engage or use other Contractors or persons to perform services of the same or similar nature. 27. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein,contains the entire agreement between the parties 11 with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations,representations,and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 28. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated,budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 29. Employee Financial Interest/Conflict of Interest—C.R.S.§§24-18-201 et seq. and§24-50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 30. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including,without limitation,the warranties,indemnification obligations, confidentiality and record keeping requirements)shall survive any such expiration or termination. 31. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal,or unenforceable by a court of competent jurisdiction,this Agreement shall be construed and enforced without such provision,to the extent that this Agreement is then capable of execution within the original intent of the parties. 32. Non-Waiver. The parties hereto understand and agree that the County is relying on,and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other immunities,rights,benefits,and protections, provided by the Colorado Governmental Immunity Act§§24-10-101 et seq.,as from time to time amended,or otherwise available to the County,its subsidiary, associated and/or affiliated entities,successors,or assigns;or its elected officials, employees,agents,and volunteers. 33. No Third-Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement,and all rights of action relating to such enforcement,shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 12 34. Board of County Commissioners of Weld County Approval.This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County,Colorado,or its designee. 35. Choice of Law/Jurisdiction.Colorado law,and rules and regulations established pursuant thereto,shall be applied in the interpretation,execution,and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws,rules and/or regulations shall be null and void.In the event of a legal dispute between the parties,Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 36. No Employment of Unauthorized Aliens-Contractor certifies,warrants,and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement(see 8 U.S.C.A.§1324a and(h)(3)),nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request,contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law,including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision,County may terminate this Agreement for breach,and if so terminated,Contractor shall be liable for actual and consequential damages. 37. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement,the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 38. Binding Arbitration Prohibited.Weld County does not agree to binding arbitration by any extra-judicial body or person.Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment.County and Contractor acknowledge that each has read this Agreement,understands it and agrees to be bound by its terms.Both parties further agree that this Agreement,with the attached Exhibits,is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements,oral or written,and any other communications between the parties relating to the subject matter of this Agreement. 13 SIGNATURE PAGE CONTRACTOR: C 0, By: 1 /?,,4 Name: CP\Mkg-c, \4i,, Date of Signature Title:\I WELD COU7: ATTEST: ...6. 44) .y.14„,;(1 BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY,COLORADO BY:1A111ll aka"; Deputy Clerk to the Board f 01,01.1", r, uck,Chair E/ FD 0 3 2025 tt;i ,01.1‘ A4(411,11:kte 14 Weld County Finance Department Purchasing Division 4 9 In . , 1301 North 17th Avenue Greeley , Colorado 80601 v x GC � U Professional Services an Request for Proposals ( RFP ) ( QBS ) S olicitation Number : B2400145 Title : Non - Project Specific ( NPS ) Engineering Services Issue Date : November 13 , 2024 Pre - Proposal Meeting : December 4 , 2024 , at 1 : 00 PM Vendor Questions Due : December 13 , 2024 , at 1 : 00 PM P roposal Due Date : December 20 , 2024 , at 1 : 00 PM P roposal Delivery Method : Preferred email to bids@weld . gov or hand delivery to 1301 North 17th Avenue , Greeley , CO 80631 Documents Included in this Solicitation Package RFP Schedules S chedule A : Proposal Instructions Schedule B : Scope of Work Schedule C : Project Schedule S chedule D : RFP Response - Criteria S chedule E : Proposal Form Schedule F : Insurance S chedule G : Weld County Contract Table of Contents Professional Services — Request for Proposals ( RFP ) ( QBS ) 1 Documents Included in this Solicitation Package 1 RFP Schedules 1 S chedule A - Proposal Instructions 3 P urpose / Background 3 P roposal Advertisement 3 P roposal Submission 3 Introductory Information 4 Cooperative Purchasing 5 Schedule B - Scope of Work 6 P roject Overview and Scope 6 Method of Procurement 6 Contract Pricing Method 6 S chedule C - Project Schedule 7 Schedule 7 S chedule D — RFP Response Criteria 8 RFP Response Submittal and Format 8 RFP Response Scoring Criteria 8 S chedule E - Proposal Required Forms 10 Proposal Submittal Instructions 10 Attestation 10 S chedule F — Insurance 12 Insurance 12 Insurance Mailing Information 13 S chedule G - Weld County Contract 14 Contractual Obligations 14 Weld County Contract ( Example ) 14 Solicitation # 62400145 Page 2 Schedule A - Proposal Instructions P urpose / Background The Board of County Commissioners of Weld County , Colorado , by and through its Purchasing Office ( collectively referred to herein as , " Weld County " ) , wishes to purchase the following : P rofessional Engineering services associated with Non - Project Specific ( NPS ) Engineering S ervices to be provided to the Public Works Department . A Mandatory Pre - Proposal Meeting will be held on December 4 , 2024 , at 1 : 00 PM . The meeting location is 1111 H Street , Greeley , CO . Vendors must participate and record their presence at the Pre - Proposal Meeting to be eligible to submit proposals . Proposals will be received until : December 20 , 2024 , at 1 : 00 PM ( Weld County Purchasing Time Clock ) . The submitted proposals will be read over a Microsoft Teams Conference Call on December 20 , 2024 at 1 : 30 PM . To join , call the phone number and enter the Conference ID provided below or you are invited to attend the Proposal opening in person at the Weld County Purchasing Conference Room , 1301 N . 17th Avenue , Greeley , CO 80631 . Phone number : 720 - 439 - 5261 Phone Conference ID : 708715806 # P roposal Advertisement Information concerning this request can be found on the BidNet Direct website at https : / / www . bidnetdirect . com . Weld County Government is a member of BidNet Direct . BidNet Direct is an on - line notification system which is being utilized by multiple non - profit and governmental entities . Participating entities post their proposals , quotes , proposals , addendums , and awards on this one centralized system . P roposal Submission PREFERRED : E - mail Proposals to bids@weld . gov . If your Proposal exceeds 25MB please upload your Proposal to https : / / www . bidnetdirect . com . The maximum file size to upload to Bid Net Direct is 500MB . If vendor does not desire electronic submission , sealed Proposals will be received at the Office of the Weld County Purchasing Division in the Weld County Building located at 1301 North 17th Avenue , Greeley , CO 80631 by the Proposal due date and time . PDF format is required . E - mailed Proposals must include the following statement on the E - mail : " I hereby waive my right to a sealed P roposal " . An E - mail confirmation will be sent when your Proposal has been received . Please call Purchasing at 970 - 400 - 4222 or 4223 with any questions . In addition to the Proposal submission and deadline identified above , Proposer shall submit 5 hard copies to the Purchasing Division . These copies will be used by the selection committee and must be received at Purchasing Division located at North 17th Avenue on December 20 , 2024 , by 5 : 00 PM . Solicitation # B2400145 Page 3 Introductory Information 1 . Proposals shall be typewritten or written in ink on forms prepared by the Weld County P urchasing Division . Each Proposal must give the full business address of Proposer and be signed by them with their usual signature . Proposals by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative , followed by the signature and title of the person signing . Proposals by corporations must be signed with the legal name of the corporation , followed by the name of the state of the incorporation and by the signature and title of the president , secretary , or other person authorized to bind it in the matter . The name of each person signing shall also be typed or printed below the signature . A Proposal by a person who affixes to his signature the word " president , " " secretary , " " agent , " or other title without disclosing his principal , may be held to be the Proposal of the individual signing . When requested by the Weld County Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished . A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Proposer . All corrections or erasures shall be initialed by the person signing the Proposal . All Proposers shall agree to comply with all the conditions , requirements , specifications , and / or instructions of this P roposal as stated or implied herein . All designations and prices shall be fully and clearly set forth . All blank spaces in the Proposal forms shall be suitably filled in . Proposers are required to use the Proposal Forms which are included in this package and on the basis indicated in the P roposal Forms . The Proposal must be filled out completely , in detail , and signed by the Proposer . 2 . Late or unsigned Proposals shall not be accepted or considered . It is the responsibility of the P roposer to ensure that the Proposal arrives in the Weld County Purchasing Division on or prior to the time indicated in Section 1 , entitled , " Notice to Proposers . " Hard copy Proposals received prior to the time of opening will be kept unopened in a secure place . No responsibility will attach to the Weld County Procurement Manager for the premature opening of a Proposal not properly addressed and identified . Proposals may be withdrawn upon written request to and approval of the Weld County Procurement Manager ; said request being received from the withdrawing P roposer prior to the time fixed for award . Negligence on the part of a Proposer in preparing the Proposal confers no right for the withdrawal of the Proposal after it has been awarded . Proposers are expected to examine the conditions , specifications , and all instructions contained herein , failure to do so will be at the Proposers ' risk . 3 . In accordance with Section 14 - 9 ( 3 ) of the Weld County Home Rule Charter , Weld County will give prefererce 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 Proposa 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 # 82400145 Page 4 Cooperative Purchasing Weld County encourages cooperative purchasing to assist other agencies to reduce their cost of solicitations and to make better use of taxpayer dollars through volume purchasing . Vendor ( s ) may , at their discretion , agree to extend the prices and / or terms of the resulting award to other state or local government agencies , school districts , or political subdivisions in the event they would have a need for the same product / service . Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms . Solicitation # B2400145 Page 5 Schedule B - Scope of Work Project Overview and Scope Weld County is seeking Proposals for a Contract Professional to provide non - project specific professional engineering services to assist and supplement the Public Works Department . The current budgeted amount for the annual contract period is $ 350 , 000 . If more than one firm is selected , the contracted amount will be divided between the firms in an amount chosen by the County . The Contract will be valid for one year from the initial date it is fully signed and may be extended for up to two additional one - year renewals . Contract award does not guarantee any minimum amount of specific work will be requested by the County . The engineering services to be provided will generally consist of the following : • Surveying for all aspects of design , including Right - of - Way Plans , parcel legal descriptions , parcel exhibits and obtaining permission to enter forms . • Drainage , hydraulic , hydrology , and floodplain modeling and reports . • Earthwork grading plans . • Traffic studies , including traffic signal warrant studies and obtaining traffic counts . • Various sections for road and bridge design plans . • Design of irrigation structures , pipes , crossings , and concrete lined ditches . • Utilities relocation planning , design , and coordination including relocation agreements , on - site meetings , incorporation of the utility ' s relocation design into road and bridge design plans . • The consultant may be requested to attend various meetings with County staff and provide exhibits and presentations for such meetings . • Possible construction phase engineering services including project management , inspection , shop drawing reviews , fabrication inspections , requests for information , and testing activities . Method of Procurement Qualifications - Based Selection ( QBS ) : A Qualifications - Based Selection ( QBS ) is a procurement method used for the competitive selection of architectural , engineering , or similar professional services under which the most appropriate professional or firm is selected based on qualifications such as knowledge , skill , experience , and other project - specific factors , rather than on solely fees . QBS is typically achieved through an RFP process . Contract Pricing Method Negotiated Price : Negotiated contract prices are fees provided and agreed upon between the County and the Proposer after selection . Solicitation # B2400145 Page 6 Schedule C - Project Schedule Schedule Below is the anticipated approximate schedule for this project : RFP Advertisement November 13 , 2024 Pre - Proposal Meeting December 4 , 2024 Proposals Due December 20 , 2024 Contract Awarded to be determined Solicitation # B2400145 Page 7 Schedule D - RFP Response Criteria RFP Response Submittal and Format After the mandatory Pre - Proposal Meeting , proposers will be asked to submit a formal proposal for their intended work . To aid in this submittal process and the subsequent scoring of the proposals by Weld County staff , the following items describe the submittal format : 1 . Limit the total length of RFP response to a maximum of 25 pages . a . The County will reject RFP responses received that are longer than 25 pages in length . b . Section dividers and covers do not count as pages . c . The Proposal document forms included in this request which are mandatory to submit with your Proposal will not be included in the pages count . 2 . RFP submittals shall be mainly made up of 8 �/2 " x 11 " paper . a . 11 " x 17 " paper shall be used for presenting large tables or drawings . This size paper will be counted as two pages towards the 25 - page size limit . b . Text font sizes shall be 11 point or larger for readability . c . In addition to the Proposal submission instructions and deadline identified above , Proposer shall submit 5 hard copies to the Purchasing Division . These copies will be used by the selection committee and must be received at Purchasing Division located at 1301 North 17th Avenue on November 22 , 2024 , by 5 : 00 PM . RFP Response Scoring Criteria The proposals will be evaluated using the following criteria . Each proposal will be individually evaluated by a team of reviewers . Each reviewer will score each of the proposals following the criteria outlined in Table 1 . The rating scale shall be from 1 to 5 , with 1 being a poor rating , 3 being an average rating , and 5 being an outstanding rating . After the reviewers have scored each proposal , the individual reviewer scores will be totaled . The Contract Professionals with the 2 to 3 highest scoring proposals may be invited to participate in interviews . If interviews by the Department are required , they will be evaluated using the criteria outlined in Table 2 . After all scores have been determined , the Contract Professional with highest score will be the first to be considered for submittal of a cost proposal to the County . If subsequent contract negotiations with the highest scoring Contract Professional are unsuccessful , the County will then attempt contract negotiations with the next highest scoring vendor . Solicitation # B2400145 Page 8 Of • N Weld County Finance Department to' \,18 61 - Purchasing Division f r - "an= 1301 North 17th Avenue ~ ' r Greeley , Colorado 80601 ' • . , coUNT Y Table 1 - Proposal Scoring Criteria Evaluation Evaluation Standard Scoring Weighting Scoring % Criteria Factors Range The proposal clearly shows an Scope of understanding of the project objectives . 1 to 5 5 . 0 5 % - 25 % Proposal The proposed methodology meets the desired goals of the County . The proposal demonstrates that the team Critical Issues clearly understands the major issues 1 to 5 5 . 0 5 % - 25 % associated with the project . The proposal offers solutions to the critical issues . The proposal describes how costs will be Project controlled . The team has demonstrated a 1 to 5 3 . 0 3 % - 15 % Control QA / QC process in place to manage the quality of the product . The team ' s location does not affect Location / the coordination of the project with the 1 to 5 3 . 0 3 % - 15 % Familiarity County . The team is familiar with Weld County policies and construction criteria . The schedule contains sufficient detail to Schedule ensure the project goals are met . The 1 to 5 4 . 0 4 % - 20 % project team has demonstrated the key personnel have adequate availability . Table 2 - Interview Scoring Criteria Evaluation Criteria Evaluation Standards Work Approach Team proposed and clearly described their approach for completing the project . The team offered innovative ideas for the project . The team ' s work approach is appropriate for the size and scope of the project . Project Manager The team ' s project manager has adequate qualifications and a Qualifications proven track record to complete projects of this scope and complexity . The team ' s project manager demonstrates effective communication Quality of Presentation The team ' s presentation was clear and easy to understand . The people being interviewed displayed effective communication skills . The team ' s use of audio - visual aids was effective . Question / Answer The team provided good answers to the questions asked by the Session selection committee . The answers provided by the team demonstrated a clear understanding of the project and the project goals . All Scoring Criteria Must Be Met Schedule E - Proposal Required Forms Proposal Submittal Instructions The following documents must be completed and submitted with your proposal on or before the proposal submittal deadline : 1 ) Schedule E — Proposal Attestation . 2 ) IRS Form W9 , if applicable . 3 ) All other items as requested in the Proposal Specifications and / or Scope of Work . 4 ) Any potential or future addenda must be completed / acknowledged . * A current W9 is required for new proposers . If you have previously worked with Weld County , only provide your W9 if there has been a change . Failure to include any of the above items upon submittal of your Proposal may result in your Proposal being incomplete , non - responsive , and your Proposal being rejected . If there are any exclusions or contingencies submitted with your proposal it may be disqualified . The undersigned , by his or her signature , hereby acknowledges and represents that : 1 . The Proposal proposed herein meets all the conditions , specifications and special provisions set forth in the Invitation for Proposal for Request No . # B2400145 . 2 . The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes . 3 . He or she is authorized to bind the below - named Proposer for the amount shown on the accompanying Proposal sheets . 4 . Acknowledgement of Schedule F — Insurance and Bond 5 . Acknowledgment of Schedule G — Weld County Contract 6 . By submitting a responsive Proposal or proposal , the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County . 7 . Weld County reserves the right to reject all Proposals , to waive any informality in the Proposals , and to accept the Proposal that , in the opinion of the Board of County Commissioners , is to the best interests of Weld County . The Proposal ( s ) may be awarded to more than one vendor . Attestation Item Entry Company Name : Address : Phone Email : FEIN / Federal Tax ID # : Solicitation # B2400145 Page 10 CONTRACT PROFESSIONAL By Date of Signature Name Title Solicitation#B2400145 Page 11 Schedule F - Insurance Insurance 1 . The Contract Professional shall furnish a certificate of insurance for general liability , automobile liability , workers compensation , and professional liability upon notification of award and prior to performance . Work shall not commence under this Agreement / Contract until the Contract Professional has submitted to the County , and received approval thereof , the certificate of insurance showing compliance with the following types and coverage of insurance , and they shall remain in place for the duration of the contract . a . General Liability : Commercial General Liability Insurance written on an Insurance Services Office occurrence form , covering premises operations , fire damage , independent contractors , products and completed operations , blanket contractual liability , personal injury , and advertising liability with the minimum limits as follows : Each Occurrence $ 1 , 000 , 000 General Aggregate $ 1 , 000 , 000 Personal Injury $ 5 , 000 Medical Payment Per Person b . Automobile Liability : Automobile Liability Insurance covering any auto ( including owned , hired , and non - owned autos ) with a minimum limit of $ 1 , 000 , 000 each accident combined single limit . c . Workers Compensation : Workers Compensation insurance as required by state statue , and employers ' liability insurance covering all Contract Professional ' s employees acting within the course and scope of their employment . d . Professional Liability : Professional Liability Insurance covering any damages caused by an error , omission or negligent act with minimum limits as follows : Each Occurrence $ 1 , 000 , 000 General Aggregate $ 2 , 000 , 000 2 . The Contract Professional ' s Commercial General Liability and Automobile Liability policies and certificates of insurance shall list Weld County Government employees as an " additional insured " , and shall include the following provisions : a . Underwriters shall have no right of recovery or subrogation against the County , it being the intent of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any losses resulting from the actions or negligence of the Contract Professional . b . The insurance companies issuing the policy or policies shall have no response against the County for payment of any premiums due or for any assessments under any form of any policy . c . Any deductibles contained in any insurance policy shall be assumed by and at the sole risk of the Contract Professional . Solicitation # 62400145 Page 12 3 . If any of the said policies shall be or at any time become unsatisfactory to the County as to form or substance , or if a company issuing any such policy shall be or at any time becomes unsatisfactory to the County , the Contract Professional shall promptly obtain a new policy , submit the same to the Purchasing Division of Weld County for approval , and thereafter submit a certificate of insurance as herein provided . a . Upon failure of the Contract Professional to furnish , deliver , and maintain such insurance as provided herein , this Agreement / Contract , at the election of the County , may be immediately declared suspended , discontinued , or terminated . b . Failure of the Contract Professional to obtain and / or maintain any required insurance shall not relieve the Contract Professional from any liability under the Agreement / Contract , nor shall the insurance requirements be construed to conflict with the obligations of the Contract Professional concerning indemnification . c . Contract Professional shall provide insurance coverage certificates to the County prior to contract award , and at any such time as their policies have been renewed , until such time as their work has been deemed to be complete by the County . Insurance Mailing Information Certificates of Insurance shall be provided to the County via electronic correspondence or mail using the information below : Email : Project Manager : Michael Bedell , Senior Engineer Email : mbedell@weld . gov Telephone : 970 - 301 - 0780 Mail : Weld County Public Works Department ATTN : Michael Bedell , Senior Engineer P . O . Box 758 Greeley , CO 80632 Solicitation # B2400145 Page 13 Schedule G - Weld County Contract Contractual 413l igations 1 . The successful Contract Professional will be required to sign a contract substantially like the Weld County Contract shown herein . The County reserves the right to add or delete provisions to the form prior to Agreement execution . 2 . Issuance of this solicitation does not commit the County to award any agreement or to procure . 3 . If a formal contract is required , the Contract Professional agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and / or their authorized designee . 4 . Contract Professional is responsible for reviewing the Weld County Contract and understanding the terms and conditions contained therein , including , but not limited to , insurance requirements , indemnification , illegal aliens , equal opportunity , non - appropriation , and termination . 5 . Contract Professional ' s Response to this solicitation shall indicate their willingness to enter the Weld County Standard Contract or Contract Professional shall identify and include any proposed revisions they have for the Weld County Contract . Any proposed revisions made by the Contract Professional after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice . The identification of willingness to enter the Contract is for general purposes at this time but is part of the evaluation process and must be included . There may be negotiations on a project - by - project basis that provide further clarification . Weld County Contract ( Example ) PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND [ CONTRACT PROFESSIONAL ] THIS AGREEMENT is made and entered into this day of _ _ , by and between the Board of Weld County Commissioners , on behalf of Weld County Public Works Department , hereinafter referred to as " County , " and [ CONTRACT PROFESSIONAL ] , hereinafter referred to as " Contract Professional " . WHEREAS , County desires to retain Contract Professional to perform services as required by County and set forth in the attached Exhibits ; and WHEREAS , Contract Professional is willing and has the specific ability , qualifications , and time to perform the required services according to the terms of this Agreement ; and WHEREAS , Contract Professional is authorized to do business in the State of Colorado and has the time , skill , expertise , and experience necessary to provide the services as set forth below . Solicitation # B2400145 Page 14 NOW,THEREFORE,in consideration of the mutual promises and covenants contained herein,the parties hereto agree as follows 1. Introduction.The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits,each of which forms an integral part of this Agreement and are incorporated herein The parties each acknowledge and agree that this Agreement, including the attached Exhibits,define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements(the"Work") If a conflict occurs between this Agreement and any Exhibit or other attached document,the terms of this Agreement shall control,and the remaining order of precedence shall be based upon order of attachment Exhibit A consists of County's Request for Proposal Solicitation Package No B2400145 Exhibit B consists of Contract Professional's Response to County's Request 2 Service or Work.Contract Professional agrees to procure the materials,equipment and/or products necessary for the Work and agrees 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 Internal Accounting Form Contract:The parties recognize the Work under this Agreement will only be provided pursuant to an appropriately executed Internal Accounting Form generated by the County Any such Internal Accounting Form shall be signed by the Director of Public Works Department to be effective In no event shall the total of all the individual Internal Accounting Forms exceed the amount described in Section 6 of this Agreement Any appropriately executed Internal Accounting Form shall be automatically incorporated herein and enforceable 3 Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contract Professional's completion of the responsibilities described in the attached Exhibits Both parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year This Agreement may be extended upon mutual written agreement of the parties 4 Termination;Breach;Cure. County may terminate this Agreement for its own convenience upon thirty(30)days written notice to Contract Professional Either Party may immediately terminate this Agreement upon material breach of the other party,however the breaching party shall have fifteen(15)days after receiving such notice to cure such breach Upon termination,County Ishall take possession of all materials,equipment,tools and facilities owned by County which Contract Professional is using,by whatever method it deems expedient,and,Contract Professional shall deliver to County all drawings,drafts,or other documents it has completed or partially completed under this Agreement,together with all other items,materials and documents which have been paid for by County,and these items, materials and documents shall be the property of County Copies of work product that is incomplete at the time of termination shall be marked"DRAFT-INCOMPLETE" If this Agreement is terminated by County,Contract Professional shall be compensated for,and Solicitation#B2400145 Page 15 , such compensation shall be limited to,(1)the sum of the amounts contained in invoices which it has submitted and which have been approved by the County,(2)the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice,but which had not yet been approved for payment,and(3)the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work_County shall be entitled to the use of all material generated pursuant to this Agreement upon termination Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such(termination or by reason of any act incidental thereto,except for compensation for work satisfactorily performed and/or materials described herein properly delivered E _ 5 Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties No additional services or work performed by Contract Professional shall be the basis for additional compensation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services Accordingly,no claim that the County has been unjustly enriched by any additional services,whether or not there is in fact any such unjust enrichment,shall be the basis of any increase in the compensation payable hereunder If written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement,Contract Professional's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additionalservices 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 a 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 ofjany work covered in the anticipated Change Order,unless approved and documented otherwise by the County Representative Any change in work made without , such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement,unless approved and documented otherwise by the County Representative' 6 Compensation. Upon Contract Professional's successful completion,and County's acceptance of the work,County agrees to pay Contract Professional an amount not to exceed $ _ _ No payment more than that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code If,at any time during the term;or after termination or expiration of this Agreement,County reasonably determines that any payment made by County to Contract Professional was improper because the service for which payment was made did not perform as set forth in this Agreement,then upon written notice of such determination and request for reimbursement from County,Contract Professional shall forthwith return such payment(s)to County Upon- termination or expiration of this Agreement,unexpended funds advanced by County,if any, shall forthwith be returned to County County will not withhold any taxes from monies paid to the Contract Professional hereunder and Contract Professional agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the'terms of this Agreement Unless expressly enumerated in the attached Exhibits,Contract Professional shall not be entitled to be paid for any other expenses(e g mileage) Notwithstanding anything to the contrary contained in this Agreement,County shall have no obligations under this Agreement after,nor shall any payments be made to Contract Professional inl respect of any period after December 31 of any year,without an appropriation Solicitation#B2400145 1 Page 16 i i therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25,Title 30 of the-Colorado Revised Statutes,the Local Government Budget-Law(C R S 29-1-101 et seq)and the TABOR Amendment (Colorado Constitution,Article X,Sec 20) 7 Independent Contractor.Contract Professional agrees that it is an independent contractor and that Contract Professional's officers,agents or employees will not become employees of County,nor entitled to any employee benefits(including unemployment insurance or workers' compensation benefits)from County because of the execution of this Agreement Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement 8 Subcontractors.Contract Professional acknowledges that County has entered into this Agreement in reliance upon the reputation and expertise of Contract Professional Contract Professional shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent,which may be withheld in County's sole discretion County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during theperformance 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 si.ibcontractor,as approved by County and to the extent of the'Work to be performed by the subcontractor,to be bound to Contract Professional by the terms of this Agreement,and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional,by this Agreement,assumes toward County County shall have the right(but not the obligation)to enforce the provisions of this Agreement against any subcontractor hired by Contract Professional and Contract Professional shall cooperate in such process The Contract Professional shall be responsible for the acts and omissions of its agents,employees,and subcontractors 9 Ownership.All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain(as applicable),the property of County In addition,all reports,documents,data,plans,drawings,records,and computer files generated by Contract Professional in relation to this Agreement and all reports,test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement,whether such materials are in completed form,-shall always be considered the property of the County Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County 10 Confidentiality Confidential information of the Contract Professional should be transmitted separately from non-confidential information,clearly denoting in red on the relevant document at the top the word,"CONFIDENTIAL" However,Contract Professional is advised that as a public entity,Weld County must comply with the provisions of the Colorado Open Records Act(CORA),C R S 24-72-201,et seq,regarding public records,and cannot guarantee the confidentiality of all documents Contract Professional agrees to keep confidential all of County's confidential information Contract Professional agrees not to sell, assign,distribute,(xi disclose any such confidential information to any other person or entity without seeking written permission from the County Contract Professional agrees to advise its employees,agents,and Contract Professionals,of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement 11 Warranty.Contract Professional warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the Solicitation#B2400145 i Page 17 provisions of this Agreement Contract Professional further represents and warrants that all Work shall be performed by qualified personnel in a professional manner,consistent with industry standards,and that all services will conform to applicable specifications For work in which Contract Professional produces a design to be used for construction purposes, Contract Professional shall carefully check all unit quantities and quantity calculations and shall submit them for County review If the County 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 clam towards their Professional Lability Insurance 12 Acceptance of Services Not a Waiver. Upon completion of the Work,Contract Professional shall submit to County originals of all test results,reports,etc,generated during completion of this work Acceptance by County of reports and incidental material(s)furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the project In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contract Professional,and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default No assent expressed or implied,to any breach of any one or more covenants,provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach Acceptance by the County of,or payment for,the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally 13 Insurance. Contract Professional must secure,before the commencement of the Work,the following insurance covering all operations,goods,and services provided pursuant to this Agreement,and shall always keep the required insurance coverage in force during the term of the Agreement,or any extension thereof,and during any warranty period For all coverages, Contract Professional's insurer shall waive subrogation nghts againstCounty The Contract Professional shall furnish a certificate of insurance for general liability, automobile liability,workers compensation,and professional liability upon notification of award and prior to performance Work shall not commence under this Agreement/Contract until the Contract Professional has submitted to the County,and received approval thereof,the certificate of insurance showing compliance with the following types and coverage of insurance General Liability Commercial General Liability Insurance written on an Insurance Services Office occurrence form,covering premises operations,fire damage,independent Contract Professionals, products and completed operations,blanket contractual liability,personal injury,and advertising liability with the minimum limits as follows Each Occurrence $1,000,000 General Aggregate $1,000,000 Personal Injury $5,000 Medical Payment Per person Automobile Liability Automobile Liability Insurance covering any auto(including owned,hired, and non-owned autos)with a minimum limit of$1,000,000 each accident combined single limit Solicitation#B2400145 Page 18 Workers Compensation Workers Compensation insurance as required by state statue,and - employers'liability insurance covering all Weld County or subcontractor employees acting within the course and scope of'their employment Professional Liability Professional Liability Insurance covering any damages caused by an error, omission or negligent act with minimum limits as follows I _ Each Occurrence $1,000,000 General Aggregate $2,000,000 The Contract Professional's Commercial General Liability and Automobile Liability policies and certificates of insurance shall be issued to include Weld County Government employees as "additional insured"and shall include the following provisions Underwriters shall have no right of recovery or subrogation against the County,it being the intent of the parties that the insurance policies so affected shall protect both parties and be primay coverage for any losses resulting from the actions or negligence of the Contract Professional The insurance companies issuing the policy or policies shall have no response against the County for payment of any premiums due or for any assessments under any form of any policy Any deductibles contained in any insurance policy shall be assumed by and at the sole risk of the Contract Professional If any of the said policies,shall be or at any time become unsatisfactory to the County as to form or substance,or if a company issuing any such policy shall be or at any time becomes unsatisfactory to the County,the Contract Professional shall promptly obtain a new policy,submit the same to the Purchasing Division of Weld County for approval,and thereafter submit a certificate of insurance as herein provided Upon failure of the Contract Professional to furnish,deliver,and maintain such insurance as provided herein,this Agreement/Contract,at the election of the County, may be immediately declared suspended,discontinued,or terminated Failure of the Contract Professional to obtain and/or maintain any required insurance shall not relieve the Contract Professional from any liability under the Agreement/Contract,nor shall the insurance requirements be construed to conflict with the obligations of the Contract Professional concerning indemnification Contract Professional shall provide certificates of insurance prior to contract award,and at any such time as their policies have been renewed,until such time as their work has been deemed'to be complete by the County 14 Indemnity. The Contract Professional shall defend,indemnify and hold harmless County,its officers,agents,and employees,from and against any and all injury,loss,damage,liability, suits,actions,claims,or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act,claim or amount arising or recovered under workers'compensation law or arising out of the failure of the Contract Professional to conform to any statutes,ordinances,regulation,judicial decision, or other law or court decree The Contract Professional shall be fully responsible and liable Solicitation#B2400145 Page 19 for all injuries or damage received or sustained by any person,persons,or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contract Professional will be responsible for primary loss- investigation,defense,and judgment costs where this contract of indemnity applies In consideration of the award of this contract,the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities,successors,or assigns,its elected officials,trustees,employees,agents,and volunteers for losses arising from the work performed by the Contract Professional for the County A failure to comply with this provision shall result in County's right to immediately terminate this Agreement 15 Non-Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder,without the prior written approval of County Any attempts by Contract,Professional to assign or transfer its rights hereunder without such prior approval by County shall,at the option of County,automatically terminate this Agreement and all rights of Contract Professional hereunder Such consent may be granted or denied at the sole and absolute discretion of County 16 Examination of Records. To the extent required by law,the Contract Professional agrees that a duly 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 payments received 17 Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where'such failure is due to any cause beyond its reasonable control,including but not limited to Acts of God,fires,strikes,war,flood,earthquakes or Governmental actions 18 Notices. County may designate,prior to commencement of Work,its project representative ("County Representative")who shall make,within the scope of his or her authority,all necessary and proper decisions with reference to the project All requests for contract interpretations,change orders,and other clarification or instruction shall be directed to County Representative.All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered when a) personal service by a reputable courier service requiring signature for receipt,or b) five(5)days following delivery to the United States Postal Service,postage prepaid addressed to a party at the address set forth in this contract,or c) 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#B2400145 Page 20 TO COUNTY : Name : Michael Bedell , P . E Position : Senior Engineer Address : Public Works Department Address : P . O . Box 758 , Greeley , CO 80632 E - mail : mbedell © weld . gov Phone : 970 - 301 - 0780 19 . Compliance with Law . Contractor shall strictly comply with all applicable federal and State laws , rules and regulations in effect or hereafter established , including without limitation , laws applicable to discrimination and unfair employment practices . 20 . Non - Exclusive Agreement . This Agreement is non - exclusive , and County may engage or use other Contract Professionals or persons t0 perform services of the same or similar nature . 21 . Entire Agreement / Modifications . This Agreement including the Exhibits attached hereto and incorporated herein , contains the entire agreement between the parties with respect to the subject matter contained in this Agreement . This instrument supersedes all prior negotiations , representations , and understandings or agreements with respect to the subject matter contained in this Agreement . This Agreement may be changed or supplemented only by a written instrument signed by both parties . 22 . Fund Availability . Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated , budgeted and otherwise made available . Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year . 23 . Employee Financial Interest / Conflict of Interest — C . R . S . § § 24 - 18 - 201 et seq . and § 24 - 50 - 507 . The signatories to this Agreement state that to their knowledge , no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement . 24 . Survival of Termination . The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement ( including , without limitation , the warranties , indemnification obligations , confidentiality and record keeping requirements ) shall survive any such expiration or termination . 25 . Severability . If any term or condition of this Agreement shall be held to be invalid , illegal , or unenforceable by a court of competent jurisdiction , this Agreement shall be construed and enforced without such provision , to the extent that this Agreement is then capable of execution within the original intent of the parties . 26 . Governmental Immunity . No term or condition of this Agreement shall be construed or interpreted as a waiver , express or implied , of any of the immunities , rights , benefits , protections or other provisions , of the Colorado Governmental Immunity Act § § 24 - 10 - 101 et seq . , as applicable now or hereafter amended . 27 . No Third - Party Beneficiary . It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement , and all rights of action relating to such enforcement , shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement . It is the express intention of the undersigned parties that any Solicitation # B2400145 Page 21 1 I 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 I 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 folder 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 he leby swears or affirms under penalty of perjury that it(a)is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law,(b) shall produce one of the forms of identification required by federal or state law,and(c)shall produce one of the forms of identification required by federal law prior to the effective date of the'contract Solicitation#B2400145 Page 22 31 Attorney's Fees/Legal Costs. In the event of a dispute between County and Contract Professional concerning this Agreement,the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf 32 Binding Arbitration Prohibited Weld County does not agree to binding arbitration by any extra judicial body or person Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void Acknowledgment.County and Contract Professional acknowledge that each has read this Agreement,understands it,and agrees to be bound by its terms Both parties further agree that this Agreement,with the attached Exhibits,is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements,oral or written,and any other communications between the parties relating to the subject matter of this Agreement CONTRACT PROFESSIONAL By Name Date of Signature Title WELD COUNTY ATTEST BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY,COLORADO BY Deputy Clerk to the Board Kevin D Ross,Chair Solicitation#B2400145 Page 23 Rose Everett From : Kevin Wood < kwood@drexelbarrell . com > Sent : Friday , December 20 , 2024 12 : 06 PM To : bids Subject : B2400145 Non - Project Specific ( NPS ) Engineering Services Attachments : Non - Project Specific ( NPS ) Engineering Services . pdf This Message Is From an External Sender This email was sent by someone outside Weld County Govemment . Do not click links or open attachments unless you recognize the sender and know the content is safe . Please find attached our submittal for the aforementioned project . Let me know if you require anything additional . " I hereby waive my right to a sealed Proposal " Thank you , kevin Drexel , Barrell & Co . �. ' - _ Engineers • Surveyors Kevin Wood Marketing Coordinator / IT Administrator Lafayette • Colorado Springs www . drexelbarrell . com 1376 Miners Drive , Suite 107 , Lafayette , Colorado 80026 Ph : 303 . 442 . 4338 / Fax : 303 . 442 . 4373 kwood@drexelbarrell . com 1 • r_ _,1 4 . • jeS a AMMI sur • 4 • • gig . y � • em. Sr OS tarp . 1:1 . ,f r 7 R • • • • • • • mak t . #.1 • We County Non - Project Specific ( N PS ) Engineering Services December 20 2024 @ 1 : 00 PM Project Contact Cameron 1 < napp , PE I Project Manager 1376 Miners Drive , Suite 107 Lafayette , CO 80026 ( 303 ) 442 - 4338 I cknapp@drexelbarrell . com - * - Drexel Barrel ! & Co . � . . � � � � � � in. Ur 1376 Miners Drive , Suite 107 • Lafayette , CO 80026 • ( 303 ) 442 - 4338 • ( 303 ) 442 - 4373 fax Drexel , Barrel ' & Co . 3 South 7th St . • Colorado Springs , CO 80905 • ( 719 ) 260 - 0887 • ( 719 ) 260 - 8352 fax Engineers eSurveyors December 20 , 2024 Weld County Finance Department — Purchasing Division 1301 North 17 ' Avenue Greeley , CO . 80601 Subject : Weld County Non - Project Specific (NPS) Engineering Services A ttn : Michael Bedell , Senior Engineer Mike , Don , and members of the selection committee : Drexel , BarrelI & Co . is excited to submit our qualifications for NPS Engineering Services to the Weld County Public Works Department . Our firm has been an integral partner of the Weld County community since 1997 when we first opened our Greeley Office and Drexel , BarrelI has provided on - call engineering services to Weld County since 2019 ( the last 2 cycles of the 3 - year contract ) . As one of Colorado ' s longest - tenured firms ( founded in 1949 ) , we have extensive experience in providing on - call design services to communities across Colorado , and we would be delighted to continue our NPS services for the County . Our prior NPS engagements , in addition to Weld County include the Cities of Boulder , Lafayette , Brighton , Colorado Springs , Fountain , Greeley , Pueblo , Steamboat Springs . and Boulder , El Paso , Routt , and Teller counties . The personnel listed in our qualifications are experienced in all areas likely to be encountered in your projects . These include permit review and processing , surveying and construction staking , road , signal and bridge design , traffic engineering and traffic studies , construction inspection , and project administration and meetings . I , Cameron Knapp , P . E . , will serve as the interface for your projects . Depending upon the specific tasks and expertise required , I will draw from our talented and experienced Transportation , Hydraulics , Civil , and Surveying personnel shown on the organization chart . The information submitted in this statement of qualifications is true and accurate to the best of my knowledge and belief . We agree to comply with the terms and conditions as described in the RFP . I have full authority to submit this proposal on behalf of Drexel , BarrelI & Co and bind the company to the obligations and conditions of this potential contract . Please do not hesitate to contact me at cknapp (a� drexelbarrell . com or 303 - 442 - 4338 if you have any questions or wish to schedule an interview . Respectfully , Drexel , Barrel ! & Co . • Cameron Knapp , P . E . Vice - President cavil , Transportation , & Water Resources Engineering Land Surveying • G e o m a t i c s • Mapping www . dre . xelbarrell . com Non - Project Specific ( NPS ) Engineering Services DREXEL , BARRELL & CO . Firm Profi e Drexel , Barrell & Co . ( DBC ) was founded in Boulder, CO in 1949 . DBC has always been a Colorado company and still is , never ;t• • 74 feelingthe need to o outside of Colorado to be successful . We • �', '• • area local firm with hometown values . Now celebrating our 75th . . "ems - . 44 , , � year, we continue to have an unwavering commitment to premier - . . " quality while delivering projects on time and within budget . , . 1141 7 - LianTtifr — . DBC provides a multifaceted array of Civil Engineering and Land P ;17: " Surveying services : . . _ ' di TransTransportation Engineering Roadway & Multimodal ) Lafayette Office p 9 9 ( ✓ Engineering 1376 Miners Drive , Suite 107 Traffic E g g E & Utility Engineering Water Supply & Wastewater ) Lafayette , CO 80026 SUE y g 9 ( PP Y Phone : ( 303 ) 442 - 4338 ✓ Stormwater & Urban Drainage ( MHFD ) ( SWMP ) ( MS4 ) ✓ Resources , Stream Restoration and Fax : ( 303 ) 442 - 4373 Hydraulic , Water e , Floodplain Engineering ( LOMR I CLOMR 1 FEMA ) Year DBC Established ✓ Full Range of Land Surveying & GIS 1949 ✓ Construction Inspection , Observation , and Administration Number of Employees ✓ e handle complex projects by combining time - tested engineering 40 and surveying practices with innovative approaches . We evaluate the unique needs of each project and provide solutions to create offices a foundation for success . Lafayette ( Headquarters ) Colorado Springs We strive to apply the latest in sustainable design and construction practices on all of our projects . iiis _ , i , , c ' L - . � • �t � t • &,•:., 4. '-' a . - . . 4 , ; . et. : . DBC O Right : -;-. : . _ _ apii.. ' . <. - , J ;r . , * _ � � , , ,� .� _ �� { _ -, Ownership p From Left to II �. - �� ,. . , • At 4 . ' ` Cameron KnaPP , PE , LEED AP ��. ie N. , , . •. � •4 fit' . . ; - . . - - � ' . a ( Lafayette ) Jr1\0 i. • ti ,'r, . . , • , ► � ��r ,�7 � � - ' mod � - � ` i +� �: ! < �► • � • t " Net a r � • 4 p - ' = _ ► t I it , Michelle Iblings , PE , CFM _ - _ . _ - Q ' ( Lafayette ) - tati, :21 , 4 . 4 . 0 PI _ . , Kate Varnum , PE Sp . _ Ai . ( Colorado Springs ) A• Tim McConnell , PE kb ;t .: : > - 4 - •. ! .. ( Colorado Springs ) ` ' Jai * / 0 + "- e 1 . Garrett Lingreen , PE • te. • • h 4 Ty • tip . : , 4 �` ( Lafayette ) 1 41 . r " N : , . , . 7 .s ' r Matt Selders , PLS - cam i : , y • • ( Lafayette ) , . 14 . . e A. " , . . 4\ ":"..1 al 'am•• • ' I . , s`4. • Drexel , Barrell & Co . -Traditional Services Innovative Solutions www . drexelbarrell . com Non - Project Specific ( NPS ) Engineering Services DREXEL , BARRELL & CO . Organization Chart fs� 661 �~r j 'Af! : [ r ts co In N PROJECT TEAM Cameron Knapp , PE , LEED AP Project Manager A BC Gary Grembowiec , PE Kurt Crawford , PE Roadway / Multimodal / ADA Design Intersections / Traffic Studies / Signals OBC OBC Mark Butler , PE Michelle b ' rigs , PE , CFM Sanitary / Water / Stormwater Stormwater / Water Resources / F oodp ain OBC ABC Craig Forshee , PE Matt Sellers , PLS Sanitary / Water / Stormwater Survey OBC OBC • Garrett lingreen , PE Tyler Smeenk , EI Construction Management J Inspection Principal - In - Charge [ QA / QC ] CDOT Certified OBC A BC Subconsu tants Stan Kobayashi , PE Structural Engineering KDG Engineering Drexel , Barrell & Co . -Traditional Services Innovative Solutions www . drexelbarrell . com Non - Project Specific ( NPS ) Engineering Services D REXE L , BARRE LL & Co . Project Team Sr . Project Engineer [ PM ] RELEVANT EXPERIENCE r n Knapp , PE LEED AP County Roads 37 and 80 Intersection or. - : : � � Cameo pp , Weld Co y Cameron has 25 ears of Improvements and Eaton Ditch Bridge Replacement . i engineering years experience In f DOLA Funded ) - Weld County infrastructure structure • Floodplain Analysis for WCR 5= & WCR 13 Round - transportation , site a sitir design , and drainage engineering . about - Weld County • His experience includes site • Harmony Road and WCR 19 Intersection Town of development , trails , street and highway plan Severance - nd profiles , signing and striping , utility • Emma Street Sanitary Sewer Relocation City of a p g g design , grading , drainage and erosion control Lafayette en ineerin storm water management plans , •• Willoughby Corner Affordable Housing Infrastructure g g ' and storm water discharge permits . Design - Lafayette ( BCHA ) • Sheep Drays/ Trail ( 2 Miles ) + Parking Lot - City of 1 YEARS OF EXPERIENCE : 25 Greeley EDUCATION : B . S . Civil Engineering , Colorado State University O Camp George West Infrastructure Planning and Engineer : Colorado 38898 Design - Golden , State of Colorado , Division of REGISTRATION - Professional En g Leadership in Energy and Environmental Design Accredited Capital Assets Professional ( LEED ® AP ) • Brodie Avenue Safe Routes to School - Estes Park . ' - - • ° i IP ' 4 Sr . Civil Engineer ` s • ' RELEVANT EXPERIENCE \ Mark Butler , PE • Weld County Roads 37 and 80 Intersection • • . ' iv Improvements and Eaton Ditch Bridge Replacement , , li engineering experience with ( DOL . A Funded) Weld County bfrr 4 Ar OJ an emphasis in infrastructure • Floodplain Analysis for WCR 54 & WCR 13 Round - design and drainage about - Weld County engineering . • York Street Widening , Intersection , Utilities and SH g 224 Pedestrian Underpass Improvements - Adams County • Emma Street Sanitary Sewer Relocation - City of Lafayette • Willoughby Corner Affordable Housing Infrastructure Design - Lafayette ( BCHP) e Camp George West Infrastructure Planning and YEARS OF EXPERIENCE : 39 Design - Golden , State of Colorado , Division of EDUCATION : B . S . : Civil Engineering , University of Wyoming Capital Assets TRATION : Professional Engineer : Colorado 33625 • Ralston Trunk Sewer Improvements - City of Arvada ; LI:ZEGISProject Engineer RELEVANT EXPERIENCE 9 Gary Grembowiec , PE • Hwy 392 and WCR 35 Intersection Weld County • Gary ' s experience encompasses • 92nd Avenue Streetscape - City of Westminster • - - public & private roadway , • Ralston Trunk Sewer Improvements - City of Arvada multimodal , pedestrian 58th Avenue Widening , Realignment, Drainage and • :---- - - access , pedestrian & drainage ° underpasses , and utility and Utility Improvements - Adams County storm drainage design projects , with a • York Street Widening , Intersection , Utility and SH specialization in public utility infrastructure , 224 Pedestrian Underpass Improvements - Adams Subsurface Utility Engineering ( SUE ) , trails , County roadway widening , mill & overlay , roadway • Spring Gulch Trail ( 3 miles) - City of Longmont rehabilitation , corridor master planning , and • Sheridan Boulevard Multimodal Improvements - City intersection improvements . of Westminster & CDOT YEARS OF EXPERIENCE : 14 • Sheep Draw rail T ) - City of Greeley ( 2 miles EDUCATION : B . S . : Civil Engineering , Pennsylvania State University • 144th Avenue Widening & Signal Ditch Improve - REGISTRATION : Professional Engineer : Colorado 61213 , A. \ meets - City of Thornton • Drexel , Barrel ) & Co . -Traditional Services Innovative Solutions www . drexelbarrell . com Non - Project Specific ( NPS ) Engineering Services DREXEL , BAR. RELL & Co . Project Team Sr . Hydrology / Hydraulics RELEVANT EXPERIENCE .1 Engineer Michelle Iblings , 0 Floodplain Analysis for WCR 54 & WCR 13 MSCE , PE , CFM Roundabout - Weld County Michelle is a Sr. Water • Weld County Roads 37 and 80 Intersection Resources Engineer, specializing Improvements and Eaton Ditch Bridge Replacement 1111 1 - in floodplain modeling , - Weld County management , mapping , • Spring Gulch Floodplain Study and Modeling - City Q of moot Lon permitting , and flood damage analysis . She has g Utility On - Call - extensive experience in hydrology , hydraulics , Stormwater and Flood Management y erosion control , storm water management City of Boulder planning , and other types of drainage analysis • Broadway Drainage Improvements , 58th to 64th and design , including stream restoration . Avenues - Adams County • Wonderland Creek at 19th Street Floodplain Development Permit - City of Boulder YEARS OF EXPERIENCE : 22 • Walton Creek Road & US 40 Floodplain EDUCATION : M . S . : Civil Engineering , Purdue University Improvements - City of Steamboat Springs B . S . : Civil Engineering , University of Louisiana at Lafayette • Ithica Drive at Bear Canyon Creek Stormwater REGISTRATION : Professional Engineer : Colorado 43515 Improvements and Floodplain - City Of Boulder Certified Floodplain Manager Transportation Engineer ' l RELEVANT EXPERIENCE Kurt Crawford , PE • Highway 392 & Weld County Road 35 Intersection - ' Weld Count Kurt ' s experience emphasizes y 1 ; transportation and traffic • WCR 47 & SH 392 Srgnalization Project - Weld ti . r r . l engineering and he formerly County t • worked for the New Jersey e - �, /� : : �. - ; � Y Harmony Road & WCR 19 Intersection Control Department of Transportation . Traffic Analysis and Improvements Design es* Town of p Y His experience includes roadway , intersection , Severance pedestrian improvements and bridge design ; G Sheridan Boulevard lviultimodal Improvements - City drainage and utility design ; traffic control plans ; of Westminster & COOT quantities and cost estimates ; and construction . 144th Avenue Widening & Signal Ditch Improve - inspection . ments - City of Thornton • 58th Avenue Widening , Realignment , Drainage and YEARS OF EXPERIENCE : 13 Utility Improvements - Adams County EDUCATION : B . S . : Civil Engineering , Pennsylvania State University • 92nd Ave & Tejon Area Conceptual Transportation En Colorado 56985 Plan - City of Federal Heights 1 REGISTRATION . Professional Engineer : A. Project Engineer . RELEVANT EXPERIENCE Craig Forshee , PE • 144th Avenue Widening - City of Thornton Craig has 14 ears experience • 104th Ave at York Street Turn Lane/ Sidewalk/ADA 14 � g Y p in civil engineering and Access - City of Thornton York Street Improvements ,construction with an emphasis Pedestrian Underpass & in roadwaydesign , site design , York Street Connector to Clear Creek Trail - Adams utility design , stormwater g County detention , drainage and grading design . He has • Valmont Multi - Use Path - City of Boulder/ Boulder prepared Subsurface Utility Engineering ( SUE ) County on multiple projects . • Sheridan Boulevard Multimodal Improvements - City p of Westminster & CDOT • Camp George West ( National Historic Site ) Comprehensive Drainage Master Plan - Golden YEARS OF EXPERIENCE : 14 • Ithaca Drive at Bear Canyon Creek Stormwater Improvements and Floodplain - City of Boulder EDUCATION : B . S . : Civil Engineering , Michigan State University • Ralston Trunk Sewer Improvements - City of Arvada REGISTRATION : Professional Engineer : Colorado 63878 A , % Drexel , Barrel ! & Co . - Traditional Services Innovative Solutions www . drexelbarrell . com Non - Project Specific ( NPS ) Engineering Services DREXEL , 6ARRELL & Co . Project Team _ _ _ _ _ _I__ ___ _ __ - __ RELEVANT EXPERIENCE � ' , = Sr . Surveyor ` ' : - Ilk Mathew Selders , PLS • Weld County Roads 392 & 35 Intersection Additional • 16 - - Matt has vast surveying Survey and COOT ROW Plans - Weld County experience in Colorado . He : = Sheridan Boulevard Multimodal Improvements - City prepares many different types y of Westminster & COOT - t Pre P t es of surveys including 0 144th Avenue Widening & Signal Ditch Improve i boundary , ALTA / NSPS land title , ments - Cty of Thornton hic architectural improvement survey ° 58th Avenue Widening , Realignment, Drainage nage and plats , section breakdowns , mining claim , right - Utility Improvements - Adams County of - way acquisition , annexation , condominium - Brodie Avenue Widening and Safe Route to School mapping , and subdivision platting , legal Estes Park descriptions , certifications and subdivision ° Olde Stage Road Bicycle / Pedestrian Widening and dedications . Stability Improvements - Boulder County Ralston Trunk Sevier Improvements - City of Arvada YEARS OF EXPERIENCE : 44 O Spring Gulch Trail - City Of Longmont REGISTRATION : Professional Land Surveyor : Colorado 27275 ha Valmont Multi - Use Path - City of Boulder . r - RELEVANT EXPERIENCE : , �I. Th . . Construction Engineer / Inspector 1 Tyler Smeenk , EI . Metro Water Recovery Asbestos Water Pipe Replace - , P Tyler ' s experience includes ment Construction Inspection - Adams County project design , federally a Camp George West Infrastructure Assessment and ` ' : and non - federally funded Design Construction Inspection - Golden construction management and ° 1 MG Water Tank and 5, 000 LF of 16 " Water i inspection , construction safety Transmission Line Construction Management - City procedure development , and he is certified as a of Steamboat Springs Transportation Erosion Control Supervisor. • Downtown Westminster Construction Management de City of Westminster ' • 11207 Avenue Widening , Intersection and Pedestrian YEARS OF EXPERIENCE : 18 Improvements Construction Inspection - City of EDUCATION : B . S . : Civil Engineering , South Dakota School of Mines and Thornton Technology S South Platte Sewer Interceptor Interconnect REGISTRATION : El Construction Inspection - City of Brighton Transportation Erosion Control Supervisor ( COOT Certified ) 1 \ 1 � Sr . Project Engineer [ PIC ] RELEVANT EXPERIENCE t' 4.0PGarrett Lingreen , PE [ QA / QC ] . 92nd Avenue Streetscape - City of Westminster - - � Garrett has 22 years of • 144th Avenue Widening & Signal Ditch Improve - r-- =g it experience in civil engineering ments - City of Thornton e - • York Street Widening , Intersection , Utility and SH : . and construction with an . - �: :�' • :le 224 Pedestrian Under ass Im rovements - Adams A-1_ . , ; - emphasis in roadway design , P p utility design , stormwater County detention , drainage and grading design and has ° Spring Gulch Trail ( 3 miles ) - City of Longmont extensive irrigation ditch experience . Garrett • 112th Avenue Improvements - City of Thornton is an integral part of DBC ' s engineering team o Sheridan Boulevard Multimodal Improvements - City and has worked on numerous projects for many of Westminster & COOT different municipalities . n 112th Avenue Corridor Improvements - City of Northglenn YEARS OF EXPERIENCE : 22 ° 58th Avenue Widening , Realignment, Drainage and EDUCATION : B . S . : Civil Engineering with a Minor in Mathematics , Colorado Utility Improvements - Adams County State University • Sheep Draw Trail ( 2 miles) - City of Greeley REGISTRATION : Professional Engineer : Colorado 43246 Drexel , Barrel ' & Co . - Traditional Services Innovative Solutions www . drexelbarrell . com Non - Project Specific ( NPS ) Engineering Services DREXEL , BARRELL & CO . Scope of Proposal / critical Issues PROJECT UNDERSTANDING The Weld County Public Works Department has solicited qualifications from engineering firms to assist and supplement engineering and related services for upcoming non - project specific projects . The types of projects may include : SURVEYING Provide the labor and equipment necessary for performing field surveying of existing features & topography for producing base - mapping needed for various engineering designs . Boundary surveys , Right of Way Plans , parcel legal descriptions , land ownership mapping , title research , parcel legal descriptions , and obtaining permission to enter forms may also be required . DBC ' s surveying department ( led by our survey manager, Matt Selders ) has extensive experience and history in Weld County for providing these types of surveying services . While not specifically requested in the RFP, we can additionally provide construction staking and as - built surveys as needed . If right - of - way acquisition services are needed , we routinely team with Western States Land Services in Loveland . DRAINAGE DESIGN Various aspects of drainage , hydraulic , hydrology , and floodplain modeling and reports may be needed as stand alone designs or to supplement other design work being already prepared by the Weld County Public Works Department . Michelle Iblings heads our Hydraulics Department and has worked on many Weld County projects that included coordination and approval from both FEMA and other County floodplain administrators . EARTHWORK GRADING PLANS Providing engineering design for grading plans may be part of the on - call services to be performed ; but also calculating earthwork volumes for projects , which is essential for projects to stay on budget . DBC can provide these services and has done so on past projects including accurately determining earthwork quantities for the CR 53 roadway and bridge project ( as was determined in association with preparing as - built drawings for the project ) . TRAFFIC ENGINEERING Tasks are expected to generally include signal warrant studies and obtaining traffic counts . Our traffic engineering team includes Kurt Crawford who is an experienced traffic engineer, having worked on many past Weld County projects that also involved CDOT funding and coordination . Should more extensive traffic counting be necessary , DBC utilizes the services of All Traffic Data Services , LLC . Drexel , Barrel ) & Co . - Traditional Services Innovative Solutions www . drexelbarrell . com Non - Project Specific ( NPS) Engineering Services ROAD AND BRIDGE DESIGN Supplementing or providing full design of detailed road and bridge design may be requested that could include horizontal and vertical layout , structural analysis , and roadway & bridge plans preparation . The consultant shall be familiar with all the requirements necessary for completing bid documents following both CDOT and Weld County design criteria and standards . Our engineering team can sufficiently provide these services ; however, when specific bridge and structural design is needed , DBC teams with Stan Kobayashi from KDG Engineering , LLC . From full bridge design ( such as the WCR 37 / 80 Intersection Project ) to smaller specific needs ( such as the WCR 58 / 47C Bridge Repair ) , Stan has worked as a very knowledgeable and reliable partner who provides a wealth of experience . IRRIGATION STRUCTURES & DITCH DESIGN Weld County is a historic farming and ranching community , with irrigation being a key component . The on - calf engineer should have knowledge , experience , and understanding of the many aspects of irrigation systems and water delivery . At DBC we understand the importance of the " right to farm " tradition of Weld County and have worked for decades on projects in the Weld County area that has involved irrigation ditches and structures as well as working with various irrigation companies / boards in the County . Mark Butler, a Senior Civil Engineer, has more than 39 years of experience with much of that devoted to agricultural engineering . UTILITY RELOCATION Tasks may include utility relocation planning , design , and coordination , including relocation agreements , on - site meetings , incorporation of the utility ' s relocation design into road and bridge plans . We believe that DBC is well qualified for this task , having worked in the past with a host of water / sanitation districts , electric providers , and gas pipeline companies throughout Weld County . However, not enough can be said for properly and accurately identifying and mapping existing utilities before the design effort begins . For this reason , SUE Level ' B ' is a standard with all of our engineering surveys and we utilize the services of Underground Consulting Solutions ( UCS ) - a private locating company - to identify and mark underground utilities . Should a higher level of locating ( Level ' A ' ) or SUE be needed , another sub - consultant that we turn to is Colorado Utility Finders , Inc . Colorado Utility Finders has been an excellent sub - consultant on several of our past on - call projects for Weld County in which potholing was performed , such as the WCR 37 Cul De Sac project and the WCR 29 & WCR 2 . 5 project . ADMINISTRATION AND MEETINGS Consultants will be required to attend meetings with Public Works staff , BOCC presentations , and possibly help conduct public meetings . Consultants shall clearly demonstrate their knowledge and capabilities to perform the engineering design services as described above and may include preparation of exhibits and presentations for such meetings . Work would be conducted in close coordination with County Public Works staff . Cameron Knapp and Mark Butler both live in the Fort Collins area and can readily attend onsite meetings or meetings at Weld County offices . Cameron is well experienced with presentations at Public Hearings and Neighborhood meetings for both private and public sector projects . www . drexelbarrell . com Non - Project Specific ( NPS) Engineering Services CONSTRUCTION ADMINISTRATION Provide the labor and equipment necessary for performing construction management , construction inspection duties , review of shop drawings , fabrication inspections , responding to requests for information , and testing activities . DBC is well - qualified to provide construction administrative services and is proud to have Tyler Smeek on staff solely for the purpose of construction inspection . Tyler has over 18 years of experience and is certified as a CDOT Transportation Erosion Control Supervisor. METHODS AND MEANS DBC will be the sole party contractually responsible to the client for this contract . All DBC ' s sub - consultants will be under separate contract with DBC and will be the responsibility of DBC . SURVEYS Providing a precise , accurate , and complete horizontal and vertical survey within the project limits underpins the entire project . DBC surveyors will establish ground control and set panel points based upon City / CDOT / recognized horizontal and vertical control . Depending upon the size of project and need , DBC can provide ratio - rectified , aerial photogrammetry at one - foot contour interval accuracy , which will also serve as the plan background in plan and profile sheets . Our field crews will also supplement the aerials with ground shots where the need for higher accuracy is indicated . The combination of aerial and field methods will be more than sufficient for final engineering , contract documents , and construction . DBC will accurately identify and locate all existing above - and below - ground utilities , crossings , and obstructions , compile this to 1 = 20 ' to 1 = 40 ' base mapping will help ensure the most accurate plan and profiles possible and minimize potential construction cost overruns later. DBC ' s survey program includes : • Collecting all available agency and utility company above - and below - ground mapping affecting the project; • In addition to the 811 process, subcontracting with a private underground utility location service ( Underground Consulting Solutions ) to precisely locate and mark the horizontal position and depth of all municipal, energy , telephone , CAW, oil company, fiber optic, and other underground utilities where their location is critical to project design ; • Establishing horizontal and vertical ground control based upon section and aliquot control for horizontal and NAVD 88 for vertical control . Tie into nearby agency datum . • Providing field survey of all marked underground utilities ; • All survey services will be performed to Weld County, CDOT, or local agency standards and requirements as appropriate . PLAN PREPARATION DBC will prepare all plans in AutoCAD , using Civil 3D . We are well versed in preparing plans utilizing Weld County drafting standards , or CDOT standards as applicable . Our past experience on Weld County projects has allowed us to also become accustomed with how Weld County specifications are to be prepared . r . www . drexelbarrell . com Non - Project Specific ( NPS) Engineering Services We will distribute plans for review and comment in PDF format ( 1 / 2 scale prints at 11 " x17 " or full size 22 " x34 " as requested ) . Our intent is to provide construction - ready final engineering plans , specifications , estimates , quantity tabulations , and an engineer ' s estimate of probable construction cost . We will collaborate with the County to develop plans that fit within the project 's budget . CONSTRUCTION COST ESTIMATING DBC and our team take great care and pride in providing our clients with accurate and reliable quantity takeoffs and construction cost estimates . Our goal is to be the equivalent of the number 2 or 3 low bidder. With escalating construction costs due to high demand and fixed contractor availability , we strive to ensure our clients have the most accurate quantity takeoffs and up - to - date unit costs from a variety of sources . These include the contractors , clients , and reliable cost estimating sources . SCHEDULE MAINTENANCE DBC will prepare a CPM project schedule in Microsoft Project ( or equivalent ) identifying the important tasks , durations , milestones , deadlines , and critical path relationships . After acceptance by the client , DBC will monitor the schedule weekly and update it periodically to ensure completion of all project deliverables when promised . DBC conducts a weekly " Scheduling Meeting " each Tuesday in which senior staff reviews the progress of each active project versus contract . We identify projects requiring additional resources to maintain commitments to our clients and allocate needed resources to ensure meeting our project commitments . Should project demand require additional resources , DBC can draw on available engineer or survey personnel from our Colorado Springs office in order to meet strict deadlines . METHODS FOR DETERMINING SCOPE AND WORK HOURS ASSOCIATED WITH TAS K ORDERS With 75 years of continuous operation , DBC draws from our vast experience in providing similar services across Colorado to determine scope and fees for projects . We try to be as detailed and specific as possible when determining scope and corresponding fees . This includes the preparation of a spreadsheet for each project that identifies four specific items of information . Task : The task is the fundamental building block of a project ( e . g . , Field Survey , Geotechnical Investigation , Drainage Study , Preliminary Engineering , etc . ) . Each task includes amini - scope of services , applicable standards , and description of deliverables . Personnel : We identify specific individuals with the best qualifications and their roles , duties , responsibilities and availability for each task . Hours : This includes their hourly billing rate and work - hours anticipated to successfully complete the assigned task . Individual Billing Rates : DBC will use the billing rates as determined initially with the on - call contract . In our past Weld County on - call contracts , we have honored those same hourly rates for the duration of the contract - deferring to escalate our hourly rates each new year. We factor in a reasonable contingency for unanticipated items so as not to have to return for additional funding after contracts are let . We do not use percentage of construction costs to determine fees . � ��"�� _ Www .drexelbanell , com Non - Project Specific ( NPS ) Engineering Services CRITICAL ISSUES Since there are no specific Weld County projects to address , DBC has identified critical issues typically encountered on road and bridge projects for counties and municipalities ( these are representative and do not include all possibilities ) : • Accurately identifying underground utilities to preserve public safety and avoid costly field design changes ; • Identify critical path items that must be started early in the project to avoid delays later, such as : O Other agency / stakeholder approvals , including cities , towns , ditch companies , railroads and PUC , land owners , oil and gas companies ; O 404 environmental clearances and wetlands mitigation banking ; O Endangered species actions including migratory bird studies and clearances ; O Zero rise to avoid FEMA CLOMR / LOMR processes and delays ; O Coordination with agencies with long lead / response times ( e . g . , dry utility providers : power, gas , telephone and electric ) ; • Protecting - in - place existing infrastructure to remain during and after construction ; • Relocating existing infrastructure where needed ; • Making design modifications where feasible to avoid costly removal and reconstruction of existing infrastructure , thus stretching the County ' s resources further ; • Starting right - of - way identification , mapping , and acquisition process early to avoid delays ; • Following State and Federal Acquisition regulations ( FAR ) for acquiring ROW and easements ; • Designing all new and retrofit facilities to meet ADA requirements ; • Increasingly ( for many counties ) , design roads for multi - modal use incorporating vehicles , pedestrians and bicycles in a safe and efficient manner. MANAGEMENT CONTROLS BUDGET / COST CONTROL METHODOLOGY During selection and contract finalization , DBC envisions a defined - scope contract on a time - and materials basis with a maximum - not - to - exceed fee limit . DBC has operated under this scenario numerous times . We include a reasonable contingency for unanticipated work items in our fees to avoid annoying change order requests . DBC uses Deltek Vision project management and cost accounting software to manage the budget and costs of our projects . All employees enter their time daily , allocated by the hours spent on each project . DBC enters the contract tasks into our PM system so that employees may align their work efforts directly to the approved scope of work . Each month , the DBC Project Manager conducts billing reviews of all project charges , comparing these to contract terms and billing limits for reasonableness . Our in - house , certified public accountant reviews all invoices to double - check we are billing in accordance with the contract terms and conditions . We invoice charged time meeting the contract terms and limits , usually during the first 10 days of the month for the preceding month . We write - off ( do not bill ) any charges not meeting contract criteria . • www . drexelbarr- ell . com Non - Project Specific ( NPS ) Engineering Services QUALITY CONTROL METHODOLOGY With over seven decades of proven experience , DBC employs extensive procedures and checklists to ensure our projects meet all applicable quality control standards . DBC will employ a two - stage quality control approach consisting of : • The first Q/ C stage is by the project manager . The PM will use DBC 's standard plan content checklists to ensure that our plans and reports display all relevant information accurately and correctly . • The second stage is what we call our " Independent Peer Review . " The independent reviewer will not be involved in the preparation of the plans or specifications and will provide a fresh set of eyes not otherwise clouded by having worked on the project . OFFICE PROXIMITY DBC will staff this project from our Lafayette office , with Cameron Knapp and Mark Butler located in Fort Collins . We will not charge the County for mileage or travel time on this project . INFORMATION SHARING / TECHNOLOGY DBC will provide secure and private remote sharing of project drawings and documents too large for email . www . drexelbarrel l . com Non - Project Specific ( NPS ) Engineering Services DREXEL , BARRELL & CO , Project Experience SURVEYING The majority of DBC ' s engineering projects include in - house surveying . For the sake of brevity , we have not included stand - alone project descriptions for surveying In this proposal . DRAINAGE HYDRAULIC HYDROLOGY, AND FLOODPLAIN MODELING Floodplain Analysis for WCR 54 & WCR 13 Roundabout - Weld County DBC designed roadway drainage for a roundabout at the WCR 54 / WCR 13 intersection , located in the FEMA Effective floodplain ( Zones AE and AO ) of the Big Thompson River. The project includes 7 , 240 linear feet of roadway and drainage improvements . DBC performed no - rise floodplain and floodway modeling for the County and obtained Floodplain Development Permits in both Weld and Larimer Counties . We also sized drainage infrastructure ( ponds , roadside ditches , and piped storm systems ) associated with the intersection and roadway improvements . These services were performed under the DBC On - Call contract with Weld County . Project Construction is anticipated in 2025 . Stormwater and Flood Management Utility On - Call - City of Boulder DBC is currently providing on - call services for the City of Boulder in the following areas : • Hydrology And Hydraulic Analysis • Floodplain Mapping • Floodplain Mapping Updates • Floodplain Regulation Issues and Planning • Flood Recovery • City Floodplain Development Permitting • Peer Review of Floodplain Studies • Flood Mitigation Planning and Design and Construction Oversight • Stormwater Drainage/ Quality Planning and Design • Local Drainage Design and Construction Services • Stream Restoration • FEMA CLOMR/ LOMR Camp George West ( National Historic Site ) Comprehensive Drainage Master Plan — Golden ( Colorado Office of State Architects ) A comprehensive inventory of existing storm drainage facilities ( and conveyance methods of the street system ) was mapped & evaluated for the Camp George West project , Including both onsite and adjacent offsite drainage areas . A detailed hydraulic analysis of the storm infrastructure was performed to determine the need for proposed improvements where drainage issues / flooding was common due toa lack of facilities , inadequate size , or aged infrastructure . Proposed improvements were designed according to the previous Master Drainage Plan to alleviate flooding and bring existing facilities ( and detention storage ) to current standards . Spring Gulch Floodplain Study and Modeling - City of Longmont DBC provided floodplain analysis and mapping for 11 , 800 linear feet of Spring Gulch # 2 upstream of the SH 119 underpass . HEC - RAS was used to evaluate split flow conditions at irrigation structures and other road , railroad , and pedestrian crossings for the 10 - and 100 - year storm events for both existing and proposed conditions . The updated floodplain mapping was used by the City to inform future development decisions . • -: - _ - - • - Drexel , Barrel ' & Co . - Traditional Services Innovative Solutions www . drexelbarrell . com Non - Project Specific ( NPS ) Engineering Services DREXEL , BARRELL & Co . Project Experience 13th and North Streets Drainage Improvements - City of Boulder DBC analyzed two alternative improvement options for the 12 " storm system that drains the Casey Middle School athletic field along the east side of 13th Street between North Street and Portland Place . The drainage improvements include replacing the existing inlet on Portland Place , and constructing a new inlet on 13th Street , both at the southwest corner of the intersection . The inlets connect to an existing manhole on the west side of 13th Street via a 15 " PVC storm lateral running north under Portland Place . Basin hydrology was developed using the Rational Method as outlined in the City Design and Construction Standards ( DCS ) . The proposed storm system was analyzed with the Hydraflow Extension for pipe sewers in Civi13D . The analysis was summarized in a design report . Design plans and a cost estimate were prepared , and the project was constructed in July 2021 under the City ' s maintenance program . An asbuilt survey was performed in August 2022 , and asbuilt drawings were prepared . TRAFFIC STUDIES Harmony Road & WCR 19 Intersection Control Traffic Analysis and Improvements Design Town of Severance DBC conducted a traffic study and cost / benefit analysis to justify the installation of a traffic signal over a roundabout option . The recommendation was presented to and approved by the Town Council . We completed a traffic signal design that could function In both interim conditions and following the planned widening of Harmony Road to four lanes . The design includes minor pavement widening , curb islands , roadside drainage improvements , and upgraded signage and striping . Mesa Ridge High School Traffic Circulation Alternatives Analysis - Widefield School District ( Colorado Springs ) This study included developing conceptual access alternatives for the school and developing conceptual level civil plans . The school ' s secondary access to a state highway was being closed and they would like to improve the main access locations along Syracuse Street . Alternatives ranged from low impact / cost to moderate impact / cost options with latter including a new drive aisle and pedestrian facilities in front of school . Determined impacts to existing parking , grading , and a water service line . Ensured new pavement width and lane striping on Syracuse St and school drive aisles met bus turning templates . Prospect New Town , Final Addition Traffic Study - City of Longmont DBC conducted full traffic study for infill portion of this mixed use neo - traditional development . It is generally located west of Main Street ( US 287 ) between Pike Road and Plateau Road in Longmont , CO . The site obtains access via the extension of two existing local streets and comments from existing residents were addressed . Study included a synchro model and LOS analysis of four arterial intersections providing access to this community . Boulder County Jail Expansion - Boulder DBC completed a traffic study to city standards for the building additions for the Alternate Sentencing Facility . Determined new trip generation / distribution / assignment for addition and analyzed impact on existing facilities for all transportation modes . This included the nearest signalized intersection , sidewalks / trails , and transit stops . Drexel , Barrel ) & Co . - Traditional Services Innovative Solutions www . drexelbarrell . com Non - Project Specific ( NPS ) Engineering Services D REXE L , BARRE LL & Co . Project Experience ROAD AND BRIDGE DESIGN Weld County Roads 37 and 80 Intersection Improvements and Eaton Ditch Bridge Replacement ( DOLA Funded ) — Weld County DBC designed intersection improvements for increased overall traffic , especially large trucks , due to construction detours from US 85 . Key improvements included : realignment to eliminate offset intersection , raising grade of entire intersection to meet sight distance requirements , bridge replacement over the Eaton Ditch on WCR 80 , drainage & irrigation relocation design / coordination , new guardrail , and modified property access . This project included extensive grading / earthwork and resolution of significant property impacts . Highway 392 & Weld County Road 35 Intersection -- Weld County HWY 392 & WCR 35 is an intersection improvement project that includes the addition of left turn lanes on both legs of WCR 35 , improving radii on all corners to allow for easier truck movements ( WB - 67 ) . The project also includes drainage improvements , utility relocations , subsurface utility engineering ( SUE ) , Right - of - Way acquisitions with CDOT coordination for right - of - way and future traffic signal installation . The roadway will be a fully reconstructed corridor with improvements extending approximately 1 , 000 feet north and 500 feet south of the intersection of HWY 392 & WCR 35 . Adjustments also include safer roadway vertical profile design parameters when approaching the intersection , as well as keeping irrigation flows separate from roadside swales and special drainage treatment near the Greeley # 2 Canal . Weld County Road 47 and SH 392 Signalization - Weld County DBC designed a new traffic signal with advanced warning beacons to meet county and CDOT standards . Improvements included upgraded signage & pavement striping and conduit boring / installation in tight areas . Challenges included minimizing impacts to existing pavement and irrigation ditches / pipes and maintaining truck turning movements during construction . 92nd Avenue Streetsca pe - City of Westminster DBC provided design services for The 92nd Avenue Safety Improvements project , consisting of roadway lane removals ( " dieting " ) and improvements to the south side of West 92nd Avenue between Westminster / Harlan Street and Eaton Street , with a deceleration lane for U5 36 access . This project was designed by DBC to address safety concerns at the intersections , provide multimodal mobility improvements , and increase landscape screening for the downtown center . In addition to the West 92nd Avenue improvements , this project required full design of a regional multi - use path and decorative median and lane reconfiguration throughout the roadway corridor. The scope of work for this project also included several of the following design tasks : evaluation of street lighting , signing , striping & signalization , drainage improvements , irrigated landscaping , ADA ramp design and new pedestrian push buttons and crosswalks . East 58th Avenue Improvements , Washington Street to York Street -* Adams County East 58th Avenue is an Adams County Principal Arterial providing a secondary interconnection among I - 25 , I - 70 , and I - 270 . Under contract with Adams County , DBC designed roadway widening , intersection improvements , major sanitary sewer and storm drainage improvements , and retaining structures from Washington to York Street . Improvements include the reduction of steep grades and sight distance issues between Ogden and Franklin streets , utility lowering and relocation , a traffic impact study , ADA improvements , the design of a larger storm sewer outfall to the South Platte River, coordination and abandonment of the Farmer 's and Gardner 's Ditch with Denver Water , coordination with the PUC and the Rock Island Railroad , and full surveying services . Drexel , Barrel ) & Co . -Traditional Services Innovative Solutions www . drexelbarrell . com Non - Project Specific ( NPS) Engineering Services DREXEL , BARRELL & COa Project Experience UTILITIES DESIGN / RELOCATION Emma Street Sanitary Sewer Relocation - City of Lafayette The City of Lafayette found that the existing RCP sanitary sewer main on the north side of Emma St . was in very destressed condition ( as part of the sewer connection to the Willoughby Corner project ) and subsequently contracted with DBC to provide a new design for the sewer. This involved relocating the sewer main to the south , as well as providing a new vertical design from 120th Street to the old Burington Railroad Row - approximately 1 , 900 feet . DBC provided surveying , utility underground locating and coordination with the contractor and City to provide the completed design . Ralston Trunk Sewer Improvements - City of Arvada The City of Arvada selected DBC to provide preliminary design of approximately 8 , 000 lineal feet of aging and undersized sanitary sewer main that generally runs near Ralston Creek . The preliminary design was created to accommodate two phases of construction , with the first phase to be constructed in 2023 . Phase 1 improvements included upsizing the existing 18 - inch and 24 - inch sewer mains with a new 27 - inch and 30 - inch sewer main . The new main was designed to convey 6 , 783 GPM at the downstream end during wet weather future build - out conditions . Tasks included preliminary design of the full length of sanitary sewer to be replaced from Danny Kendrick Park East to Shadow Mountain Park and a final bid package for Phase 1 construction , which also included construction plans for approximately 1 , 900 LF of 8 " water main to replace existing asbestos cement lines near sanitary sewer construction activities . Steamboat Springs 1 - MG Water Tank and 16 " Water Lines The City of Steamboat Springs commissioned DBC to design the new West Area One Million Gallon , Potable Water Tank . Situated high on a hill overlooking the airport , our team designed the concrete tank underground to minimize visual impacts . DBC also designed over 5 , 000 feet of 16 - inch water line to connect the storage to the airport and the City ' s network . Our services included extensive network modeling to verify pressures and flow rates stayed within acceptable parameters . DBC provided Construction Inspection throughout the entire construction which was a multi - year effort due to winter shutdowns . Metro Water Recovery - East 58th avenue Improvements In conjunction with our roadway improvement plans for East 58h Avenue in Adams County , Colorado , DBC assessed the existing 10 " asbestos cement water service conduit in the corridor and prepared construction plans for the removal , abatement , and construction of a new water main , tap , and meter to serve the Metro Water Recovery - Robert W . Hite Treatment Facility . The existing 10 " asbestos cement service conduit was constructed in the 1960 ' s and it was replaced with new 10 " ductile iron pipe and a new tap and meter installed to the point of connection with Denver Water. Construction of the 10 " service was integrated into the design of East 58th Avenue and was constructed in the City and County of Denver and in Adams County . Willow Springs Ranch Water and Sewer Mains in Monument Approximately 22 , 000 lineal feet of 8 " PVC water main fora new development in the Town of Monument . Design involved a creek crossing of Monument Creek with dual cased water mains , pressure reducing vaults , air vacs , a dual main system in many areas for looping and redundancy and an emergency cross connection to a different water district . Approximately 25 , 000 feet of 8 " PVC sanitary sewer main design as well as a lift station tie - in , an aerial crossing on a bridge over Monument Creek and design of approximately 4 , 000 ' of a 4 " PVC wastewater force main . Drexel , Barrel ) & Co . - Traditional Services Innovative Solutions www . drexelbarrell . com Non - Project Specific ( NPS ) Engineering Services DREXEL , BARRELL & CO . Project Experience CONSTRUCTION PHASE ENGINEERING SERVICES Metro Water Recovery - East 58th Avenue Improvements In conjunction with our roadway improvement plans for East 58th Avenue in Adams County , Colorado , DBC assessed the existing 10 " asbestos cement water service conduit in the corridor and prepared construction plans for the removal , abatement , and construction of a new water main , tap , and meter to serve the Metro Water Recovery - Robert W . Hite Treatment Facility . The existing 10 " asbestos cement service conduit was constructed in the 1960 ' s and it was replaced with new 10 " ductile iron pipe and a new tap and meter installed to the point of connection with Denver Water. Construction of the 10 " service was integrated into the design of East 58th Avenue and was constructed in the City and County of Denver and in Adams County . DBC provided periodic construction inspection throughout the entire construction on an as needed basis , with specific tasks outlined below : • Attended the Pre - Construction conference in December of 2022 . • Construction duration - DBC started " On - Call " construction inspections in March of 2023 , and went through April of 2024 . • Construction cost - $ 800 , 000 • Provided " On - Call " construction inspections and provided documentation for inspections (photos and field notes ) . • Scheduled and observed utility testing , including leak detection , chlorination , bacteria , and pressure testing . Reviewed and analyzed the results . • Reviewed RFI 's and submittals from Contractors , made recommendations , and coordinated responses . Beebe Draw Farms Multi - Use Path Project - Town of Platteville , Weld County Beebe Draw Farms Authority ( Beebe ) selected DBC to design a multi - use path through Beebe Draw Farms to help pedestrians navigate the community near the town of Platteville in Weld County , Colorado . The design included approximately 5 , 500 linear feet of a 6 ' wide multimodal trail , with 1 . 5 ' wide crusher fine shoulders , and 4 " of Class 6 base course on compacted subgrade . DBC was also chosen to provide construction management services . The following items provide more detail on the scope of those services : • Construction duration - DBC started weekly and/ or as requested construction inspections in December of 2023 and the project is currently in the close - out phase ( as of October 2024 ) . • Part time construction inspection , including at least one weekly construction inspection when there was active construction , and more as needed . • Review contractor payment applications and make recommendations for revisions , and approval once revisions were implemented . • Reviewed requests for information , advised on solutions , and approved solutions that were satisfactory to all parties . • Reviewed Change Order requests , made recommendations as needed, and approved solutions . • Prepared a weekly construction inspection report and distributed it to Beebe . • Observed and approved material testing reports . • • , ? Jam » Drexel , Barrell & Co . - Traditional Services Innovative Solutions www . drexelbarrell . com Non - Project Specific ( NPS ) Engineering Services DREXEL , BARRELL & CO . Project Experience Steamboat Springs 1 - MG Water Tank and 161 ' Water Lines The City of Steamboat Springs commissioned DBC to design the new West Area One Million Gallon , Potable Water Storage Tank . Situated high on a hill overlooking the airport , our team designed the concrete tank underground to minimize visual impacts . DBC also designed over 5 , 000 feet of 16 - inch water line to connect the storage to the airport and the City ` s network . Our services included extensive network modeling to verify pressures and flow rates stayed within acceptable parameters . DBC provide daily construction inspection throughout the entire construction which was a multi - year effort due to winter shutdowns , which is outlined . below : • Preparation of construction specifications and assisted with the Bid process in 2019/2020 . • Construction duration - DBC started daily construction inspections in August of 2020 , and went through September of 2023 . • Construction cost - The winning Contractor bid was $ 3 , 699 , 529 . • Provided daily observation and construction management ( during construction season ) , daily construction inspections and prepared daily construction reports . • Scheduled and observed utility testing , including leak detection , chlorination , bacteria , and pressure testing . Reviewed the results . • Coordination for material testing , including concrete , subgrade , and backf7ll . Also reviewed results . • Reviewed RFI `s and submittals from Contractors and coordinated responses . • Attended the project closeout/punch list walk through and coordinated completion of punch list items . • Assisted the City of Steamboat Springs with the removal of an operator from the site , as said operator was operating equipment in a dangerous manner . Camp George Vilest Infrastructure Assessment and Design - Golden The State of Colorado Department of Capital Assets selected DBC to design site improvements at the Camp George West facility in Golden , Colorado . The project includes surveying , locating , and evaluation of all existing site infrastructure on the 47 - acre campus . Conceptual Plans for replacement of the aging water / sewer / storm / pavement were completed , with final construction documents plans for the first two phases of improvements and construction inspection . A traffic study was completed , and pedestrian improvements were designed . The following items provide more detail and itemization of construction inspection duties : • Construction duration - DBC started weekly and/ or as requested construction inspections in August of 2023 and is ongoing . • Construction cost - $ 650 , 000 • Attend weekly meeting with Client and Contractor . • Part time construction inspection , including at least one weekly construction inspection , and more as needed . • Scheduling and observing utility testing , including leak detection and chlorination , bacteria , and pressure testing . • Preparation of a weekly construction inspection report and distribution to the State . Drexel , Barrel ! & Co . -Traditional Services Innovative Solutions www . drexelbarrell . com Non - Project Specific ( NPS ) Engineering Services DREXEL , BARRELL & CO . Project Experience ADDITIONAL RECENT WELD COUNTY ON - CALL EXPERIENCE Weld County Roads BR58 / 47C Bridge Repair Project - Weld County Public Works On - Call Through our on - call services contract with Weld County , DBC provided structural engineering services utilizing our bridge / structural sub - consultant , KDG Engineering . The plans were provided in a timely manner that included structural design and construction details for repairing the Type 10M Bridge rail and curbing from a recent traffic accident at the bridge located on the Weld County Parkway , just northwest of Kersey . P otholing Services at WCR 29 & 2 . 5 - Weld County Public Works On - Call Through our on - call services contract with Weld County , DBC provided services from our utility locating sub - consultant , Colorado Utility Finders , to complete eight ( 8 ) utility potholes for locating precise depth and locations for a DCP gas line within the limits of a larger Weld County Project . The work was coordinated by DBC in a very timely manner to meet the needs of the project schedule . P otholing Services at WCR 37 Cul - De - Sac - Weld County Public Works On - Ca II Potholing services were requested through our on - call services contract with Weld County and DBC again relied on our utility locating sub - consultant , Colorado Utility Finders , to complete seven ( 7 ) utility potholes for locating precise depth and locations for a DCP gas line and a large fiber optic line located north of Eaton , on the east side of HWY 85 where a Railroad Street closure resulted in a cul de sac at the end of WCR 37 . WCR 76 & WCR 35 - Weld County Public Works On - Ca II When potholing was requested by Weld County for an urgently needed locating of an irrigation line at the southeast corner of the intersection of WCR 76 and 35 , DBC turned again to Colorado U tility Finders to provide a singe pothole boring to accurately locate the location and depth of the line . Additionally , as part of this project , DBC & Co . coordinated the required electrical work with Meyers and Sons Electric Co . as a sub - consultant to help Weld County expedite the work . OWTS Design Services - Weld County Public Works On - Call As a means of providing a needed service to Weld County through our on - call contract , DBC sub - contracted Alles , Taylor and Duke , LLC . to provide design services for an On - Site Waste Water Treatment System ( OWTS ) located at 19755 CR 66 , near Greeley . BR53 - 58A As Built Survey - Weld County Public Works On - Call Weld County , through our on - call services contract , requested DBC to provide an As - Built Survey on the newly completed CR 53 roadway and bridge improvement project over the South Platte River. To achieve the work under a tight deadline , surveying personnel were shifted from our Colorado Springs office to expedite the survey work . As an additional deliverable for this project , DBC prepared cross section drawings of the as - built roadway sections and compared them to the original design cross sections . Then accurate earthwork quantity volumes were calculated to compare against quantities that were in dispute with the Contractor ' s provided volumes . Drexel , Barrell & Co . - Traditional Services Innovative Solutions www . drexelbarrell . com Schedule E - Proposal Required Forms Proposal Submittal Instructions The following documents must be completed and submitted with your proposal on or before the proposal submittal deadline : 1 ) Schedule E — Proposal Attestation . 2 ) IRS Form W9 , if applicable . * 3 ) All other items as requested in the Proposal Specifications and / or Scope of Work . 4 ) Any potential or future addenda must be completed / acknowledged . * A current W9 is required for new proposers . If you have previously worked with Weld County , only provide your W9 if there has been a change . Failure to include any of the above items upon submittal of your Proposal may result in your Proposal being incomplete , non - responsive , and your Proposal being rejected . If there are any exclusions or contingencies submitted with your proposal it may be disqualified . The undersigned , by his or her signature . hereby acknowledges and represents that : 1 . The Proposal proposed herein meets all the conditions , specifications and special provisions set forth in the Invitation for Proposal for Request No . # B2400145 . 2 . The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes . 3 . He or she is authorized to bind the below - named Proposer for the amount shown on the accompanying Proposal sheets . 4 . Acknowledgement of Schedule F — Insurance and Bond 5 . Acknowledgment of Schedule G — Weld County Contract 6 . By submitting a responsive Proposal or proposal , the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County . 7 . Weld County reserves the right to reject all Proposals , to waive any informality in the Proposals , and to accept the Proposal that , in the opinion of the Board of County Commissioners , is to the best interests of Weld County . The Proposal ( s ) may be awarded to more than one vendor . Attestation Item Entry Company Name : Drexel , Barrel ) & Co . Address : • 1376 Miners Driver , Suite 107 , Lafayette , CO 80026 Phone ( 303 ) 442 - 4338 • Email : cknapp@drexelbarrell . com FE I N / Federal Tax ID # : 84 - 603 5336 Solicitation # B2400145 Page 10 it CONTRACT PR ESSION By 12/20/2024 Date of Signature Name Cameron Knapp,PE Title Vice President 12/20/2024 Cameron Knapp,PE Vice President _ " _ Solicitation�B2400145 �� �'" �� _ _. � _- -� '"'� �� Page 11 DBC Drexel , B a r re I I & C o . 1376 Miners Dr . Ste 107 . • Lafayette , CO 80026 • 303 - 442 - 4338 • 303 - 442 - 4373 fax Traditional servrce5 , Innovative Solutions 3 South 7th St . • Colorado Springs , CO 80905 • 719 - 260 - 0887 • 719 - 260 - 8352 fax Since 1949 2025 BILLING RATES PER TASK TASK INDIVIDUAL RATE CLASS RATE Meetings / Project Knapp Associate 2 $ 200 Management Internal Peer McConnell Managing Principal $ 220 Review Q . A . / Q . 0 Surveying Selders Principal $ 215 ( Office ) Surveying Dasher Land Surveyor 1 $ 140 ( Office ) Surveying Eckert Field Surveyor 3 $ 145 ( Field ) Surveying Finney Technician 2 $ 125 ( Drafting ) Hydrology & Iblings Associate 1 $ 190 Hydraulics Permit / Report / Butler Professional $ 170 Plan Review Engineer 2 Traffic Engineer Crawford Professional $ 150 Engineer 1 Administrative & Bowen Administrative $ 90 Billing General Forshee Professional $ 150 Civil / Road / Bridge Engineer 1 Design Construction Smeenk Design Engineer 2 $ 135 Inspection Civil , Transportation , & Water Resources Engineering Land Surveying • G e o m a t i c s • Mapping www . drexelbarrell . com A ® DATE(MM/DDA'YYI)CERTIFICATE OF LIABILITY INSURANCE 1/27/2025 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 is an ADDITIONAL INSURED,the poltcy(tes)must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on the certificate does not confer rights to the certificate holder in lieu of such endorsement(s) PRODUCER CONTACT Edgewood Partners Insurance Agency PHONE ACEC Certificates FAX 3780 Mansell Rd Suite 370 ram,Ext)770-552-4225 I(A/c,No) Alpharetta GA 30022 ADDEss ACECcertificates@greyling com INSURER(S)AFFORDING COVERAGE NAIL INSURER Hartford Accident and Indemnity Company 22357 INSURED DREXBAR INSURER B Hartford Casualty Insurance Company 29424 7 rr Company 1376 INSURER Hartford F.Insurance Company, 19682 13 Miners Drr Ste 107 Lafayette CO 80026 INSURER$Multiple INSURER E INSURER F COVERAGES CERTIFICATE NUMBER 1064784157 REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH,POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF INSURANCE ADDL SUER POLICY EFF POLICY EXP LIMITS LTR INS$WVD POLICY NUMBER (MMIDD/YYYY)(MMIDD/YYYYI A X COMMERCIAL GENERAL LIABILITY 20SBWBB4011 12/31/2024 12/31/2025 EACH OCCURRENCE $1,000,000 CLAIMS-MADE EI OCCUR Mia SES(Ea occur ante) $1 000 000 MED EXP(Any one person) $10 000 PERSONAL&ADV INJURY $1,000,000 GE N L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $2,000 000 POLICY LI JECT El LOC PRODUCTS-COMP/OP AGG $2 000 000 OTHER D AUTOMOBILE LIABILITY 9029197 12/31/2024 12/31/2025 COMBINEDSINGLELIMIT $1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident)$ AUTOS ONLY AUTOS X HIRED X NON OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) A UMBRELLA LIAR X OCCUR 20SBWBB4011 12/31/2024 12/31/2025 EACH OCCURRENCE $5 000 000 I EXCESS LIAR CLAIMS MADE AGGREGATE $5,000,000 DED X I RETENTION$1 n nnn I $ B WORKERS COMPENSATION 20WEGAU4E3G 12/31/2024 12/31/2025 X I STATUTE I I ERH AND EMPLOYERS'LIABILITY Y/N A rATIRIETOR/PARTNER/EXECUTIVE E L EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDEDr N/A (Mandatory In NH) E L DISEASE-EA EMPLOYEE$1,000,000 If yes describe under DESCRIPTION OF OPERATIONS below E L DISEASE POLICY LIMIT $1 000 000 C Professional Liability 200H047437424 10/31/2024 10/31/2025 Per Claim $2,000,000 Aggregate $2 000 000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) GL does not have a residential exclusion Re On-call engineering services Board of Weld County Commissioners,its subsidiary,parent,elected officials,trustees,employees,associated and/or affiliated entities,successors,or assigns, agents,and volunteers are named as Additional Insureds with respects to General&Automobile Liability where required by wntten contract The above referenced liability policies are pnmary&non-contnbutory where required by wntten contract Waiver of Subrogation in favor of Additional Insured(s)where required by wntten contract,including on Professional Liability,&allowed by law Umbrella Follows Form with respects to General,Automobile&Employers Liability Policies Should any of the above described policies be cancelled by the issuing insurer before the expiration date thereof,we will endeavor to provide 30 days'wntten notice(except 10 days for,nonpayment of premium)to the Certificate Holder CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS Board of Weld County Commissioners P O Box 758 AUTHORIZED REPRESENTATIVE Greeley,CO 80632 `,'^",A ©1988-2015 ACORD CORPORATION All rights reserved ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD , 9029197 µ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. sTICE OF CANCELLATION TO CE"TIFICATE HOLDER(S) This policy is subject to the following additional If notice is mailed,proof of mailing to the last known Conditions mailing address of the certificate holder(s)on file with A If this policy is cancelled by the Company,other the agent of record or the Company will be sufficient than for nonpayment of premium,notice of such proof of notice cancellation will be provided at least thirty(30) Any notification rights provided by this endorsement days in advance of the cancellation effective date apply only to active certificate holder(s)who were to the certificate holder(s)with mailing addresses issued a certificate of insurance applicable to this on file with the agent of record or the Company policy's term B If this policy is cancelled by the Company for Failure to provide such notice to the certificate nonpayment of premium,or by the insured,notice holder(s) will not amend or extend the date the of such cancellation will be provided within(10) cancellation becomes effective, nor will it negate days of the cancellation effective date to the cancellation of the policy Failure to send notice shall certificate holder(s)with mailing addresses on file impose no liability of any kind upon the Company or its with the agent of record or the Company agents or representatives Form IH 0313 06 11 Page 1 of 1 ©2011,The Hartford POLICY NUMBER 129197 COMMERCIAL AUTOMOBILE HA 99 16 03 12 ADDITIONAL COVERAGES WHEN REQUIRED BY WRITTEN CONTRACT This is a summary of the coverage provided under the following form(complete form available) I COMMERCIAL AUTOMOBILE COVERAGE FORM HA 99 16 03 12 Additional Insured if Required by Contract Paragraph A 1 -WHO IS AN INSURED-of Section II-Liability Coverage is amended to add When you have agreed,in a written contract or written agreement,that a person or organization be added as an additional insured on your business auto policy,such person or organization is an"insured",but only to the extent such person or organization is liable for"bodily injury"or "property damage"caused by the conduct of an"insured"under paragraphs a or b of Who is and Insured with regard to the ownership,maintenance or use of a covered"auto" Primary and Non-Contributory Only with respect to insurance provided to an additional insured in 1 D—Additional Insured If Required by contract,)the following provisions apply 1) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary If other insurance is also primary,we will share with all that other insurance by the method described in Other Insurance Clause 2) Primary and Non-Contributory To Other Insurance When Required By Contract If you have agreed in a written contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance,this insurance is primary and we will not seek contribution from that other insurance Paragraphs(1)and(2)do not apply to other insurance to which the additional insured has been added as an additional insured When this insurance is excess,we will have no duty to defend the insured against any"suit"if any other insurer has'a duty to defend the insured against that"suit"If no other insurer defends,we will undertake to do so,but we will be entitled to the insured's rights against all those other insurers When this insurance is excess over other insurance,we will pay only our share of the amount of the loss,if any,that exceeds the sum of (1)The total amount that all such other that this insurance would pay for the loss in the absence of this insurance,and (2)The total of all deductible and self-insured amounts under all that other insurance We will share the remaining loss,if any,by method described in Other Insurance 5 d Waiver of Subrogation We waive any right of recovery we may have against any person or organization with whom you have a written contract that requires such waiver because of payment we make for damages under the Coverage Form Rev 7 15 Page 1 of 1 20SBWBB4011 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE •F CANCELLATION TO CEf TIRICATE HOLIER(S) This policy is subject to the following additional Conditions A If this policy is cancelled by the Company,other certificate holder(s)with mailing addresses on file than for non-payment of premium,notice of such with the agent of record or the Company cancellation will be provided at least thirty(30)days Any notification rights provided by this endorsement in advance of the cancellation effective date to the apply only to active certificate holder(s)who were issued certificate holder(s)with mailing addresses on file a certificate of insurance applicable to this policy's term with the agent of record or the Company If notice is mailed,proof of mailing to the last known B If this policy is cancelled by the company for non- mailing address of the certificate holder(s)on file with payment of premium,or by the insured,notice of the agent of record or the Company will be sufficient such cancellation will be provided within ten(10) proof of notice days of the cancellation effective date to the Form SS 12 24 0611 li Page 1 of 1 ©2011,The Hartford POLICY NUMBER zloseweeaoii BUSINESS LIABILITY COVERAGE SS00080405 ADDITIONAL COVERAGES BY WRITTEN CONTRACT,AGREEMENT OR PERMIT This is a summary of the coverage provided under the following form(complete form available) BUSINESS LIABILITY COVE- GE FO M SS 00 08 04 05 Additional Insured When Required by Written Contract,Written Agreement or Permit WHO IS AN INSURED under Section C is amended to include as an additional insured,but only with respect to liability for"bodily injut)y","property damage"or"personal and advertising injury"caused,in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf (a)In the performance of your ongoing operations, (b)In connection with your premises owned by or rented to you,or (c)In connection with"your work"and included within the"products completed operations hazard",but only if (i)The written contract or written agreement requires you to provide such coverage to such additional insured,and (ii)This Coverage Part provides coverage for"bodily injury"or"property damage"included within the"products completed operations hazard" The person(s)or organization(s)are additional insureds when you have agreed,in a written contract,written agreement or because of a permit issued by a state or political subdivision,that such person or organization be added as an additional insured on your policy,provided the injury or damage occurs subsequent to the execution of the contract or agreement,or the issuance of the permit A person or organization is an additional insured under the provision only for that period of time required by the contract,agreement or permit With respect to the insurance afforded to the additional insured,this insurance does not apply to"Bodily injury", "property damage"or personal and advertising injury"arising out of the rendering of,or failure to render,any professional architectural,engineering or surveying services,including (a)The preparing,approving,or failure to prepare or approve,maps,shop drawings,opinions, reports,surveys,field orders,change orders,designs or drawings and specification or (b)Supervisory,inspection,architectural or engineering activities The lim its of insurance that apply to additional insureds are described in Section D Limits Of Insurance How this insurance applies when other insurance is available to an additional insured is described in the Other Insurance Condition in Section E Liability And Medical Expenses General Conditions No person or organization is an insured with respect to the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations Other Insurance If other valid and collectible insurance is available for a loss we cover under this Coverage Part,our obligations are limited as follows When You Add Others As An Additional Insured To This Insurance That is other insurance available to an additional insured However)the following provisions apply to other insurance available to any person or organization who is an additional insured under this Coverage Part (a) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract, written agreement or permit that this insurance be primary If other insurance is also primary,we will share with all that other insurance by the method described in c below (b) Primary And Non-Contributory To Other Insurance When Required By Contract If you have agreed in a written contract,written agreement or permit that this insurance is primary and non-contributory with the additional insured's own insurance,this insurance is primary and we will not seek contribution from that other insurance Rev 5 14 Page 1 of 2 i BUSINESS LIABILITY COVERAGE FORM Summary SS 00 08 04 05 Paragraphs(a)and(b)do not apply to other insurance to which the additional insured has been added as an additional insured c Method Of Sharing If all the other insurance permits contribution by equal shares,we will follow this method also Under this approach, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first If any of the other insurance does not permit contribution by equal shares,we will contribute by limits Under this method,each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers Waiver of Subrogation If you have waived any rights of recovery against any person or organization for all or part of any payment, including Supplementary Payments,we have made under this Coverage Part,we also waive that right, provided you waived your rights of recovery against such person or organization in a contract,agreement or permit that was executed prior to the injury or damage Rev 5 14 j Page 2 of 2 THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) Policy Number 20WEGAU4E3G Endorsement Number Effective Date 12/31/2024 Effective hour is the same as stated on the Information Page of the policy Named Insured and Address Drex arre08Company 1376 Miners Dr Ste 107 Lafayette CO 80026 This policy is subject to the following additional If notice is mailed,proof of mailing to the last known Conditions mailing address of the certificate holder(s)on file A If this policy is cancelled by the Company,other with the agent of record or the Company will be than for non-payment of premium,notice of such sufficient proof of notice cancellation will be provided at least thirty(30) Any notification rights provided by this endorsement days in advance of the cancellation effective apply only to active certificate holder(s)who were date to the certificate holder(s) with mailing issued a certificate of insurance applicable to this addresses on file with the agent of record or the policy's term Company Failure to provide such notice to the certificate B If this policy is cancelled by the Company for holder(s)will not amend or extend the date the non-payment of premium,or by the insured, cancellation becomes effective,nor will it negate notice of such cancellation will be provided cancellation of the policy Failure to send notice within ten(10)days of the cancellation effective shall impose no liability of any kind upon the date to the certificate holder(s) with mailing Company or its agents or representatives addresses on file with Ithe agent of record or the Company Form WC 99 03 94 Printed in U S A Process Date Policy Expiration Date ©2011,The Hartford WORKERS' COMPENSATION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ANAIVER OF OUR RIGHT TO RECOVER M OTHERS ENDORSEMENT Policy Number 20WEGAuaE3G Endorsement Number Effective Date 1.112.24 Effective hour is the same as stated on the Information Page of the policy Drexel Barrell&Company Named Insured and Address 1376 Mmers Dr Ste ion Lafayette CO 80026 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 shall not operate directly or indirectly to benefit anyone not named in the Schedule SCHED Earrell s Company 1376 Mmers Dr Ste 107 Lafayette CO 80026 NA ANY PERSON OR ORGANIZATION FROM WHOM YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER OF RIGHTS FROM US Countersigned by r. razed Representative Form WC 00 03 13 Printed in U S A Process Date Enter Date Policy Expiration Date Contract Form Entity Information Entity Name * Entity ID * C New Entity ? DREXEL BARRELL AND COMPANY 0) 00005361 Contract Name * Contract ID Parent Contract ID NON - PROJECT SPECIFIC ENGINEERING SERVICES 9058 Contract Status Contract Lead * Requires Board Approval CTB REVIEW MBEDELL YES Contract Lead Email Department Project # MBedell@weld . gov N A Contract Description * PROVIDE ON - CALL ENGINEERING SERVICES FOR THE PUBLIC WORKS DEPARTMENT ASSOCIATED WITH VARIOUS WORK TASKS , MAINLY FOR ROAD AND BRIDGE IMPROVEMENT PROJECTS . Contract Description 2 Contract Type * Department Requested BOCC Agenda Due Date AGREEMENT PUBLIC WORKS Date * 01 30 ; ' 2025 02 ; ' 03 / 2025 Amount * Department Email $ 0 . 00 CM - Will a work session with BOCC be required ? * PublicWorks@weld . gov NO Renewable * YES Department Head Email Does Contract require Purchasing Dept . to be CM - PublicWorks - included ? Automatic Renewal DeptHead@weld . g ov NO NO County Attorney Grant GENERAL COUNTY N O ATTORNEY EMAIL IGA County Attorney Email N O CM - COU NTYATTO R N EY@WEL D . GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID 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 Review Date * Renewal Date * 1 2 / 31 / 2025 1 2 , 31 , r2025 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel . CU RTIS HALL CH ERYL PATTELLI BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 01 / 27 / 2025 01 / 27 , 2025 01 28 ; ' 2025 Final Approval BOCC Approved Tyler Ref # AG 020325 BOCC Signed Date Originator MBEDELL BOCC Agenda Date 02 / 03 / 2025
Hello