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
20194533.tiff
Col*ad (D6 7D19 • BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Bridge 54-13A JUB Change Order #3 DEPARTMENT: Public Works DATE: October 30, 2023 PERSON REQUESTING: Michael Bedell, Don Dunker, and Curtis Hall Brief description of the problem/issue: The consultant services being provided by JUB Engineers, Inc. have been ongoing since 10/16/19. Additional work is required. The additional work is mostly associated with obtaining the Army Corps of Engineers 404 Permit, preparing the final plans, bid documents, and supplying engineering services during the construction phase which includes a FEMA Letter of Map Revision. What options exist for the Board? 1. Recommend approval for staff to move forward with this Change Order #3. 2. Request a work session with staff to discuss this request. 3. Deny recommending approval of this request. Consequences: Approval of this Change Order #3 would result in the Bridge 54-13A replacement moving forward towards completion as planned. Impacts: Public Works anticipates the construction to occur and the project to be completed in 2024. Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): The proposed cost of Change Order #3 is $211,079 resulting in a total engineering services amount of $779,235. This total amount calculates to approximately 6% of the total estimated project cost. Recommendation: Public Works recommends authorization to submit this Change Order #3 for consideration as a line item on an upcoming BOCC Meeting Agenda. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck, Pro-Tem Mike Freeman, Chair Scott K. James Kevin D. Ross Lori Seine 11/2-1 4,9 2619-14533 EC 00-710 CHANGE ORDER NO. 3 PROJECT: BRIDGE 54/13A REPLACEMENT DESIGN Date: October 25, 2023 PROJECT: BRIDGE 54/13A REPLACEMENT DESIGN described in the Agreement dated October 16, 2019. Owner: Weld County, Colorado Consultant: J -U -B Engineers, Inc. The following change is hereby made to the Contract Documents: See attached change order proposal document prepared by J -U -B Engineers. CHANGE TO CONTRACT PRICE: Original Contract Price: Current Contract Price adjusted by previous Change Order: The Contract Price due to this Change Order will be increased: The New Contract Price, including this Change Order, will be: CHANGE TO CONTRACT TIME: The Contract Time will be increased. The revised date for completion of all Work will be December 31, 2024. RECOMMENDED: Owner Representative: Michael Bedell, P.E. (Senior Engineer) $502.772.00 $568.158.00 $211.079.00 $779,235.00 Date: 1C (1.5 1'4:77 BY: APPROVALS: CONSUL TANT: Name: Jeff Temple ;-747 ,. Title: Senior Project Manager WELD COUNTY t, ATTEST: `�'� �i•;t�. Weld Cou Clerk to the Board WELD COUNTY, COLORADO 4 Mike Freeman, Chair N0V 2 7 2023 Date: 10-25-2023 BOARD OF COUNTY COMMISSIONERS 201 q - 4533 J -U -B FAMILY OF COMPANIES CREATE BETTER COMMUNITIES DATE: September 5, (Revised October 25) 2023 TO: Michael Bedell, P.E. CC: Don Dunker, P.E. FROM: Jeff Temple, P.E. SUBJECT: WCR 54/13A, Change Order #3 The original memo and scope dated September 5, 2023, are hereby modified to account for Weld County's requested reductions and some additional scope items. Please find attached our request for Change Order #3 on the WCR 54/13A design project. The change order compensates J -U -B for three main tasks. Task #1 — Modifications needed for resubmittal of the NWP-14 pre -construction notification. J -U -B effort consisted of updates to exhibits and areas contained in the PCN. J -U -B removed the trapezoidal low -flow channel and truncated our grading at the wetlands surrounding the existing low flow channel. Although this resulted in minimal changes to the grading, ACE had to rerun their hydraulic model with the changes. Task #2 — Update the plan sheets for advertisement. This task consisted of two subtasks. The first subtask was to make minor updates to our 95% submittal per conversations held by Mike and me. The second subtask consisted of most of the effort and included changes requested by a Clay Kimmi after his review of the plans. Clay's comments fell into three major parameters — ease of readability for the contractor, update to new standards or preferred methods of construction, and oversights in the plans. J -U -B has not added hours to this change order for comments that we feel were oversights. These include leaving proposed layering on within the removal sheets, changing line types to match Weld County line types, showing delineators, and showing ditch profiles. The remaining requested changes we have included in the attached change order request. Task #3 — Supplying post -design services as requested. These services are shown in the scope and fee. 4745 Boardwalk Drive, Building D, Suite 200, Fort Collins, CO 80525 W www.jub.com P 970.377.3602 f UB J•U.B ENGINEERS, INC. J -U -B Engineers, Inc. AGREEMENT FOR PROFESSIONAL SERVICES FOR WCR 45 Bridge Improvements Weld County, CO Scope of Add Services, Schedule, and Basis of Fee September 5th, (Revised October 25th) 2023 PROJECT UNDERSTANDING Weld County has requested that J -U -B submit a scope and fee to take the WCR 54/13A project drawings to advertisement, and through construction. This change order includes efforts required by J -U -B and our subconsultant to make changes to the 95+% complete plans, specifications, and opinion of probable construction cost. The change order also includes updated tasks for post -design efforts. These changes include: • Additional exhibit effort and 1-D hydraulic modeling required for the ACOE permit • Changes to the plans per redlined comments received August 17, 2023 and in late September 2023. • Post Design Efforts PART 1— SCOPE OF SERVICES A. Basic Services — The following tasks and attached fee sheet described additional effort which was not included in the original scope or change orders. The following abbreviations are used in this scope: J -U -B —J -U -B Engineers, Inc. King — King Surveyors ACE —Anderson Consulting Inc. County — Weld County. Scope Task Scope of Services Deliverables 1. Additional Management and Coordination 1. Project monitoring and monthly billings required for an addition year of contract. Monthly billings, coordination efforts 2. Modified exhibits and modeling due to ACOE Permit Resubmittal (J -U -B and Ace) The initial submittal (PCN) of the Nationwide Permit 14 was not accepted by the Army Corp. of Engineers (ALOE) due to the area of wetlands and waters of the US impacts shown in the permit. J -U -B was under the understanding that this project would be submitted and approved similar to our last several ACOEs NWP 14 submittals for bridge projects. However, this permit was submitted and reviewed differently. This led to the following: 1. Minor changes to the channel grading eliminating the redesigned low flow channel and limiting the grading to actual berms and benches. 2. Additional modeling by ACE to ensure that the 100 -year high water elevation did not increase. New exhibits for the NWP 14 submittal Weld County Bridge 54/13A Change Order 2 Scope & Cost Proposal September 5`" (Revised Oct. 25), 2023 Scope Task Scope of Services Deliverables 3. Working with Darcy to develop new exhibits to be used within the NWP 14 resubmittal. 3-17 Final plan changes (including comments received on 8/17/2023) This item includes changes to the construction drawing requested for advertisement. Due to the extended timeframe of this project, it was agreed that Weld County would reimburse J -U -B for final changes required to prepare the project for advertisement. Weld County requested changes to the 95% complete construction drawing which required J -U -B to reconfigure the drawings and to update the drawing to meet county requirements initiated after the drawing were substantially complete. 1. The addition of aerial photogrammetry behind the design drawing for readability by the contractor. 2. Changing notes around and the addition of new notes. This included repeating notes on more than one plan sheet and adding notes from the specification to reduce the risk of contractor error. 3. Enlarging tables and graphics for ease of readability. This required the addition of sheets to the plan set. J -U -B followed CDOT plan format when producing the sheets (half size drawings at 11"x17" format) 4. Replacement of mechanically stabilized backfill with flow fill. 5. Detailing of embankment protector in lieu of CDOT standards and profiling ditches. 6. Design of support slab under the wing walls. 7. Engineering analysis where needed to ensure that changes did not affect design. 8. Various other changes to the plan drawings 9. Recalculation of quantities based on changes. Modified plans 18. Structure Load Rating Follow CDOT guideline to load rate the new badge. Report with rating 19. RFI's, Change Orders, and Shop Drawing Review J -U -B has added the attached estimated hours for: Request for information (RFI) from the contractor. J -U -B will answer each RFI and track the RFIs within a spreadsheet. Change Orders. J-UB assist the County with addressing change orders to the project. It is assumed that the County will perform the administrative portion of change orders and J -U -B will offer technical assistance. Review and stamping of shop drawings Shop drawing and other post design paperwork 20. Girder inspection J -U -B will supply a senior inspector to visit the fabrication plant and observe the bridge girder during production. Hours are based on 9 trips to the fabrication yard with three girder pours per trip. Inspection reports for girders 21. As -Built Survey (KING) (See Kings Scope/Cost) Once the project is approved, King survey crews will perform a topographic survey of the channel, bridge, and roadway profile. This survey is limited to the collection of data required for the LOMR application included in task 23. Revised Plans and OPCC Weld County Bridge 54/13A Change Order 2 Scope & Cost Proposal September 5th (Revised Oct. 25), 2023 Scope Task Scope of Services Deliverables 22. Post -Construction Reporting & LOMR Application (See ACE Scope) 1. Prepare document hydraulic model. 2. Prepare a LOMR Application 3. _ Submit application to FEMA after County review. Permit costs are included as shown in the spreadsheet. 4. Address FEMA Comments ($8,000 was added for this subtask) It is assumed that adverse impacts, such as a rise in base flood elevation, will not occur. If it does, ACE will coordinate with the County and addressed under a separate cost and fee. Submittal of documents and comment response form. PART 2 - ASSUMPTIONS The above Scope of Services is based on the following assumptions: • Weld County will pay Tiglas directly for addition environmental work. PART 3 — SCHEDULE OF SERVICES A. The following table summarizes the anticipated schedule for the Additional Services covered in this request. The time below is based on timely receipt of CLIENT and CDOT provided information, typical review periods, and active direction during work. Final PS&E Documents Advertisement Construction PART 4 — BASIS OF FEE September 15th, 2023 October 1st, 2023 Winter 2023/2024 A. The hours and fees for each task are presented on the attached spreadsheet and are based on our 2023 rate sheet which is available for review. Weld Order q3 WCR 54 Bridge Improvements ct-23 (J`•UB•� Task Number 10 12 13 14 15 16 16 17 B and ACE) SWMP Quantities and Final QA//QC 18 Structure Loading Rating 19 20 21 22 Sub -Total Additional Services (Design) - Hours Subtotal: RErs and Shop Drawing Review (1 -0 -Bans ACE) Girder Inspection As -Built Survey (KING) LOMB (See ACE scope) Post Design - Hours Subtotal: seniarvr etc Manager leff7emole $230.00 16 26 67 Structural Lead $220.00 48 EP= Engineer $168.00 40 12 24 18 20 32 14 12 56 159 13 26 32 $176.00 Design Engineer $152.00 12 12 10 33 32 18 $165.00 PEA/Clerical $81.00 King ACE Total J -LLB Labor Task Total Total $2,028 $2,028 $10,400 $13,250 $23,650 $702 $702 $702 $6,316 $3,862 $5,340 $2,790 $7,556 $21,720 $304 $4,028 $4,098 $1,380 $10,092 153 $79,106 40 80 76 275 241 60 $8,246 $23,380 $11,388 $689 $1,294 $44,997 $59,780 $67,298 $4990 $702 $702 $702 $6,316 $3,862 $5,340 $2,790 $7,556 $21,720 $304 $10,092 Subtotal: $79,106 $8,246 $23,380 $11,388 $8,207 $61074 Subtotal: $112,295 Change Order#3 Hours Total: 102 82 11 $136,531 $80,548 -$6,000 Subtotal:I $211,079 Contract Form Entity Information Entity Name* J -U -B ENGINEERS Entity ID* @00018887 Contract Name * BRIDGE 54-13A ENGINEERING SERVICES CHANGE ORDER #3 Contract Status CTB REVIEW New Entity? Contract ID 7579 Contract Lead* MBEDELL Contract Lead Email MBedell@co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # GR-57 Contract Description * PROPOSED ENGINEERING SERVICES CHANGE ORDER #3 FOR ADDITIONAL WORK REQUIRED TO COMPLETE THIS PROJECT THROUGH THE UPCOMING CONSTRUCTION PHASE. Contract Description 2 Contract Type" CHANGE ORDER Amount* $21 1,079.00 Renewable* NO Automatic Renewal NO Grant NO IGA NO Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov.co Department Head Email CM-PublicWorks- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Due Date Date* 11/09/2023 11/13/2023 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? NO Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Review Date" 12/31/2024 Committed Delivery Date Renewal Date Expiration Date* 12/31/2024 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head .CURTIS HALL DH Approved Date 11/03/2023 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 11/20/2023 Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 11/06/2023 11/08/2023 Tyler Ref # AG 112023 Originator MBEDELL BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Bridge 54/13A Design Change Order #2 DEPARTMENT: Public Works DATE: 12/03/21 PERSON REQUESTING: Michael Bedell (Senior Engineer) and Don Dunker (County Engineer) Brief description of the problem/issue: The ongoing design services for Bridge 54/13A Replacement being performed by J -U -B Engineers commenced on 10/16/19 and will likely be completed by mid -summer of 2022. The design has encountered some significant unforeseen issues, mainly associated with utilities and landowner coordination, which requires additional work effort by the consultant. Specific details associated with the additional work is further described within the attached proposed Change Order #2 document. What options exist for the Board? (include consequences, impacts, costs, etc. of options): The Board may choose to recommend approval of the attached Change Order #2. The Board may choose to offer suggestions or comments to rectify the issue. The Board may choose to request Public Works staff schedule a work session to discuss the issue. Recommendation: Public Works staff recommends approval of the attached Change Order #2, in the amount of $65,384.00. Staff has scrutinized the proposed additional work to determine if it is justifiable and reasonable. If recommended for approval, staff will get this item onto an upcoming BOCC Meeting agenda. If approved, J -U -B plans to complete the design in a timely manner and then staff can continue work efforts associated with ROW/Easements acquisition and utilities relocation. Perry L. Buck Mike Freeman Scott K. James, Pro -tern Steve Moreno, Chair Lori Saine IZ(22 f ID/V) Approve Schedule Recommendation Work Session Other/Comments: ZUI� - ys33 BOCC STAFF USE Date Set Time BOARD OF COUNTY COMMISSIONERS WORK SESSION REQUEST Work Session Title: Bridge 54/13A Design Change Order #2 Department/Office: Public Works Date: 12/07/21 Persons requesting work session: Don Dunker and Michael Bedell Has your commissioner coordinator/BOCC chair approved the work session? x Yes, Commissioner Coordinator Yes, BOCC chair Recommended length of time needed for discussion: X 15 minutes 20 minutes 30 minutes other (list) In addition to yourself and the board, please list who should attend: Elizabeth Relford and Jay McDonald Brief description of the issue: (please select one) x Informational only Action needed The ongoing design services for Bridge 54/13A Replacement being performed by J -U -B Engineers has encountered some significant unforeseen issues, mainly associated with utilities and landowner coordination, which requires additional work effort by the consultant The main line items in the change order include additional utility coordination ($21,258) and additional landowner coordination ($24,288) There are several other lower cost items for the remaining $19,838 which add up to the total change order amount of $65,384 Options for the board The Board may choose to recommend approval of Change Order #2 The Board may choose to offer suggestions to rectify the issue Recommendation to the board: Public Works staff recommends approval of Change Order #2 in the amount of $65,384 00 If recommended for approval, staff will get this item onto an upcoming BOCC Meeting agenda BOARD CHAIR USE Results/Outcomes CHANGE ORDER NO. 2 PROJECT: BRIDGE 54/13A REPLACEMENT DESIGN Date: December 3, 2021 PROJECT: BRIDGE 54/13A REPLACEMENT DESIGN described in the Agreement dated October 16, 2019. Owner: Weld County, Colorado Consultant: J -U -B Engineers, Inc. The following change is hereby made to the Contract Documents: See attached change order proposal document prepared by J -U -B Engineers. CHANGE TO CONTRACT PRICE: Original Contract Price: $502:772.00 Current Contract Price adjusted by previous Change Order: $5021772.00 The Contract Price due to this Change Order will be increased: $651384.00 The New Contract Price, including this Change Order, will be: $568,156.00 CHANGE TO CONTRACT TIME: The Contract Time will be increased by one year. The revised date for completion of all Work will be October 16, 2022. RECOMMENDED: Owner Representative: APPROVALS: CONSULTANT: Name: Title: Michael Bedell, P.E. (Senior Engineer) r Date: Date: \-Z, 13 I Z WELD COUNTY: • ATTEST: di:0(4A)-"'-" � BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board �, 1G ,%� %WELD COUNTY, COLORADO BY: Deputy Clerk to the Board e Moreno, Chair DEC 2 9 2021 moo! 9'-- L/533 (JIM 1 J U B ENGINEERS, INC. J -U -B Engineers, Inc. AGREEMENT FOR PROFESSIONAL SERVICES FOR WCR 54/13A Bridge Improvements Weld County, CO Scope of Add Services, Schedule, and Basis of Fee December 03, 2021 PROJECT UNDERSTANDING The WCR 54/13A project began in October 2019 The design of the project has been progressing relatively smoothly and construction is still scheduled for Winter of 2022/2023 There have been two tasks where J -U - B has exerted substantial effort beyond what was originally scoped These tasks include utility coordination and design of the Christensen frontage We have attached labor detail to this change order request that outlines the exact hours that were spent on these tasks This memo includes a description of the addition efforts by J -U -B and a spreadsheet which captures the additional hours used/projected PART 1— SCOPE OF SERVICES A Basic Services — The following tasks and attached fee sheet described additional effort which were outside of the original scope J -U -B looks forward to discussing these additional tasks with Weld County Scope Task I Scope of Services I Deliverables 1 I Additional Utility Coordination - It was originally anticipated that the utility coordination and analysis would be limited to the confinements of the bridge and roadway improvements However, in the Summer of 2020 J -U -B and Weld County began looking at the feasibility of relocating all the utilities between WCR 13 and WCR 15 Additionally, the coordination with Occidental, as well as DCP and other utilities, became very time consuming Attached to this request, please find a report of J -U -B labor spent on utility coordination to date This report shows that $15,015 has been spent to date on utility coordination and exhibits Our original scope (Task 9) had $3,540 for utility coordination The difference being $11,475 Future Utility coordination on this project is estimated at $9,783 Please see the attached spreadsheet for anticipated hours Coordination and Exhibits 2 I Christensen Frontage Design At the request of Weld County, J -U -B has performed substantial work on the Christenson frontage This has included several designs and cost break downs Please see the attached report of J -U -B's labor for the Christensen design and coordination J -U -B has included some additional hours for future changes to the Christensen design and/or deliverable Design, exhibits, and cost analysis Scope Task Scope of Services Deliverables 3 I Additional Title_ Commitment King order 3 title commitments for the project instead of the assumed 2 Per the original proposal, these are charged at $500 Title Commitment 4 , I Additional Management As indicated in task 2 of J -U -B cost estimate included in the original contract, it was assumed the actual time frame of design for this project would be 14 months Due mainly to utility condition and the removal of the Occidental battery, the design time was extended Additional hours were required by J -U -B to perform project management and administrative tasks such as billings, coordination, and general accounting Coordination, Billing, etc 5 I Inflationary costs Due to the delay of this project and the inflationary time that we are in, we have added the following markup to our original estimated fees 1 The construction will not be performed until winter 2023/2024 Therefore, we have added a 15% inflationary markup to the estimated fee for "Design services during construction " 15% of $22,333 is $3,350 Same PART 2 - ASSUMPTIONS The above Scope of Services is based on the following assumptions e Weld County will pay King Surveys and Utility Locators for survey and utility potholing (required for the relocation of the LTWD water line) directly • Weld County will pay Tiglas directly for any addition environmental work PART 3 — SCHEDULE OF SERVICES A The following table summarizes the anticipated schedule for the Additional Services covered in this request The time below is based on timely receipt of CLIENT and CDOT provided information, typical review periods, and active direction during work Final PS&E Documents Fall 2022 Construction Winter 2022/2023 PART 4 — BASIS OF FEE A The hours and fees for each task are presented on the attached spreadsheet B Rates and Period of Service Rates are in accordance with the 2021 J-U-B/Weld County on -call contract If the period of service for the task identified above is extended beyond 12 months, the compensation amount for J -U -B's services may be appropriately adjusted to account for inflation and salary adjustments 87 19 011 WCR 54 Bridge Weld County Improvements Prepared By: J -U -B Engineers, Inc. a Project 54/13A - Additional Services December 3, 2021 ( J u-B,i Bridge and Roadway Design J -U -IS CN01N , INC. Task Description Sr. Proj. Manager /Principal Jeff Temple Structural Lead • other Managers Alan Cukurs Structural Engineer Project Manager Amber Morse Project Engineer Eva Rojas Kevin Smith EIT Clerical Total 1-U-8 Labor SUBS ACE King Terracon Task Total Total $187.00 $176.50 $161.00 $150.50 $135.00 $114.00 $72.00 Utility coordination and exhibits to date, Refer to Spreadsheet 67 36 1 $15,016 $15,015 Original Fee _ -$3,540 -$3,540 Future Utility Coordination and Exhibits 4 60 40 $9,783 $9,783 Hour Subtotal: 4 0 0 67 96 40 1 Subtotal: $21,258 Design and Coordination to date., refer to spreadsheet 8 129.8 $19,016 $19,016 Future work on driveway and access 4 20 16 $5,272 $5,272 Hour Subtotal: 12 0 0 0 149.78 16 0 Subtotal: $24,288 Additional Title Commitment ordered by King S0 $500 $500 S0 Hour Subtotal: 0 0 0 0 0 0 0 Subtotal: $500 Additional Monthly reports and billings 12 12 53,108 $3,108 Additional Management 40 40 $12,880 $12,880 Hour Subtotal: 52 0 0 0 40 0 12 Subtotal: $15,988 15% increase to original estimated design services during construction fee $3,350 $3,350 Hour Subtotal: o 0 0 0 0 0 0 Subtotal: 53,350 Total Hours (Start up to FIR): 68 0 0 67 285.78 56 13 564,885 5500 $65,384 Current additional services. $65,384 12/29/2021 New Contract Request, Entity inf®rn?atior Entity Name* J -U -B ENGINEERS Entity ID* O00018887 Contract Name* BRIDGE 54-13A DESIGN CHANGE ORDER #2 Contract Status CTB REVIEW Contract Description* A CHANGE ORDER ASSOCIATED WITH ADDITIONAL WORK REQUIRED TO COMPLETE THE ONGOING DESIGN FOR REPLACEMENT OF BRIDGE 54/13A Contract ID 5472 Parent Contract ID Contract Lead* MBEDELL Contract Lead Email MBedell@co.weld co us Requires Board Approval YES Department Project # GR-57 Contract Description 2 Contract Type* CHANGE ORDER Amount* $65,384 00 Renewable* NO Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov corn Department Head Email CM-PublicWorks- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM - CO U NTYATTO RN EY@ WELDG OV COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Date* 12/29/2021 Due Date 12/25/2021 Will a work session with BOCC be required?* HAD Does Contract require Purchasing Dept_ to be included? Note the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base `'Contract Dates >_ "b Effective Date Review Date* 12/29/2021 Renewal Date Termination Notice Period Committed Delivery Date Expiration Dates 10/16/2022 Contact Information_ Contact Info,' r7 Contact Phone 1 Contact Phone 2 Contact Name Contact Type Contact Email ..o. mm - --- Purchasing < Purchasing Approver ,ApprovalProcess Department Head JAY MCDONALD DH Approved Date 12/17/2021 ',Final Approval _ BOCC Approved BOCC Signed Date BOCC Agenda Date 12/22/2021 Originator MBEDELL Purchasing Approved Date Finance Approver CHRIS D'OVIDIO Finance Approved Date 12/17/2021 Tyler Ref # AG 122221 Legal Counsel BOB CHOATE Legal Counsel Approved Date 12/17/2021 r /p 0i8/70 MEMORANDUM Date: September 30, 2019 To: Rob Turf, Purchasing Manager From: Michael Bedell, Senior Engineer RE: Bridge Design Engineering Services (RFP #B1900113) for Bridge 54/13A Replacement Public Works has conducted a Best Value selection process to select a consultant to perform the Bridge Design Engineering Services for the replacement of Bridge 54/13A. A selection committee comprised of Don Dunker, Rob Turf, Matt Laporte, Michael Bedell, and Clay Kimmi reviewed and scored the three (3) consultants that were previously short-listed after a review of their statements of qualifications. Attached is a ranking summary which resulted from our review of submitted proposals. A design fee amount of $502,772.00 has been submitted by J -U -B Engineers, Inc. (Fort Collins Office) along with their scope of work. The primary aspect of this portion of the project is to perform bridge design engineering services which will result in final bid documents to be used for construction. It is Public Works Department recommendation to award a bridge design contract to J -U -B Engineers, Inc. for a total amount of $502,772.00. This project is included as a line item in the 5 -year CIP, and it is likely that the new bridge will be significantly wider than the existing bridge to account for anticipated future traffic growth. &fteiviase-eitt /0 19 • osJ6.ete2 Pto) Jo ,&i9 2019-4533 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY AND J -U -B ENGINEERS, INC. FOR BRIDGE 54/13A REPLACEMENT PROJECT THIS AGREEMENT is made and entered into this tCo day of October , 2019, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and J -U -B Engineers, Inc., who whose address is 4745 Boardwalk Drive, Building D #200, Fort Collins, CO 80525, hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Proposal (RFP) as set forth in B1900113. The RFP contains all the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contract Professional's completion of the responsibilities described in Exhibit A. Both parties 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. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contract Professional if it wishes to renew this Contract. 1 owe 9-4.S3,3 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement However, nothing herein shall be construed as giving Contract Professional the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County, (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment, and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work County shall be entitled to the use of all material generated pursuant to this Agreement upon termination Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient, and, Contract Professional shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County Copies of work product incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE " 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 Contract Professional may terminate this Agreement for County's material breach with thirty (30) days written notice to the County 5. Extension or Modification. 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 there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder If written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement 6 Compensation/Contract Amount. Upon Contract Professional's successful completion of the services, and County's acceptance of the same, County agrees to pay an amount no greater than $502,772.00, which is the cost set forth in Exhibit B Contract Professional acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code Any other provision of this Agreement notwithstanding, in no event shall County be 2 I liable for payment for services rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the sum of the cost amount set forth in Exhibit B Contract Professional acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein 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 Mileage may be reimbursed if the provisions of Exhibit B permit such payment at the rate set forth in Exhibit B Contract Professional shall not be paid any other expenses unless set forth in this Agreement Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C R S 29-1-101 et seq ) and the TABOR Amendment (Colorado Constitution, Article X, Sec 20) 7. Independent Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement Contract Professional shall perform its duties hereunder as an independent Contract Professional Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Contract Professional, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement Contract Professional shall have the following responsibilities about workers' compensation and unemployment compensation insurance matters (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law and provide proof thereof when requested to do so by County 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 this project 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 subject project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services 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 3 obligations and responsibilities which Contract Professional, by this Agreement, assumes toward County 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 or not such materials are in completed form, shall at all times 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 Use or reuse of the Contract Professional's work for any purpose other than intended by this Agreement shall be at the County's sole risk and without legal liability or exposure to the Contract Professional 10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL " However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of C R S 24-72-201, et seq , about public records, and cannot guarantee the confidentiality of all documents Contract Professional agrees to keep confidential all of County's confidential information Contract Professional agrees not/to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County or as may be required by law Contract Professional 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. Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement Contract Professional further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications In addition to foregoing warranties, the Contract Professional is aware that all work performed on the Project pursuant to this Agreement is subject to a one-year warranty period during which the Contact Professional must correct any errors or omissions in its services The warranty shall commence on the date of the County's Final Acceptance of the Project construction 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 dunng completion of this work Acceptance by County of reports and incidental material 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 shall exist 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 services 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 4 � A 13. Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request Contract Professionals shall always keep the required insurance coverage in force during the term of the Agreement, or any extension thereof, and during any warranty period The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A M Best Company as "A -VIII" or better Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Policy Holder by certified mail, return receipt requested Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten(10)daysprior In case any notice is received, and i f any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional Contract Professional shall be responsible for the payment of any deductible or self - insured retention County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contract Professional The County in no way warrants that the minimum limits contained herein are enough to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages The Contract Professional 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 adequate amounts, duration, or types The Contract Professional 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 Any modification to these requirements must be made in writing by Weld County The Contract Professional stipulates that it has met the insurance requirements identified herein The Contract Professional 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 Contract Professional and shall, without additional compensation, promptly remedy and correct any errors or omissions in its services INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character to the extent arising out of the negligent or willful acts, errors, or omissions, or breach of contract of the Contract Professional in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or ansing out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree The Contract Professional shall be fully responsible and liable for any claims or amounts arising or recovered under the Workers' Compensation Act, or other law, ordinance, order, or decree This paragraph shall survive expiration or termination hereof It is agreed that the Contract Professional will be responsible for payment of all primary loss investigation, defense and judgement 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 (except those rights of its professional liability insurer) 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 Notwithstanding any provision in 5 this Contract, the County agrees that, to the fullest extent permitted by law, no shareholder, officer, director, partner, member, principal or employee of the Contract Professional shall have personal liability under this indemnification provision, under any provision of this Contract, or for any matter in connection with the services provided in connection with this Contract Types of Insurance The Contract Professional shall obtain, and always maintain during the term of any Agreement, insurance in the following kinds and amounts Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all the Contract Professional's employees acting within the course and scope of their employment Policy shall contain a waiver of subrogation against the County This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract $1,000,000 each occurrence, $1,000,000 general aggregate, $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract 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 Contract Professional 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, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract, and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal 6 Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County in its sole discretion Additional Insureds: For general liability, excess/umbrella liability, Contract Professional's insurer shall name County as an additional insured Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all the requirements herein and shall procure and maintain the same coverages required of Contract Professional Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities upon request by the County 14. 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 15. Examination of Records. To the extent required by law, the Contract Professional agrees that any 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 The Contract Professional agrees to maintain these documents for three years from the date of the last payment received 16. 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 17. 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, 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 The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee All notices or other communications (including annual maintenance 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 by the sending party, or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party 7 Notification Information: Contract Professional: J -U -B Engineers, Inc. Attn.: Jeff Temple, P.E. Address: 4745 Boardwalk Drive, Building D #200 Address: Fort Collins, CO 80525 E-mail: jtemple@jub.com Phone: 970-377-3602 County Representative: Name: Michael Bedell, P.E. Position: Senior Engineer Address: P.O. Box 758 Address: Greeley, CO 80632-0758 E-mail: mbedell@weldgov.com Phone: 970-301-0780 18. Compliance with Law. Contract Professional shall 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. 19. Non -Exclusive Agreement. This Agreement is non-exclusive, and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature. 20. 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. 21. 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. 22. Employee Financial Interest/Conflict of Interest — C.R.S. %24-18-201 et seq. and §24-50-507. The signatories to this Agreement believe 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. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any business or personal activities or practices or maintain any relationships which conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. 8 I 1 23. 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 24. Governmental Immunity. No term or condition of this contract 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 25. 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 expressed 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 26. 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 27. 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 28. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract 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 or the State of Colorado program established pursuant to C R S §8-17 5-102(5)(c) Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into 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 the public contract for services 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 in the course of an investigation, undertaken pursuant to C R S §8-17 5-102(5), by the Colorado Department of Labor and Employment If Contract Professional participates in the State of Colorado program, 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 9 r� 1 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 the State of Colorado program If Contract Professional fails to comply with any requirement of this provision or of C R S §8-17 5-101 et seq , County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages Except where exempted by federal law and except as provided in C R S § 24-76 5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C R S § 24-76 5-103(4), if such individual applies for public benefits provided under the contract If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C R S § 24-76 5-101, et seq , and (c) shall produce one of the forms of identification required by C R S § 24-76 5-103 prior to the effective date of the contract 29. Compliance with Davis -Bacon Wage Rates. N/A 30. Attorney 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 31. 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 32 Compliance with Colorado Department of Transportation Regulations and Standards Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and Contract Professional agrees to meet or exceed all standards set by these publications Contract Professional further acknowledges and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all the Contract Amount 10 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 A and B, 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. /1/1 I N SS HEREOF, the parties hereto have signed this Agreement this /o' day of 2019. CONTRACT PROFESSIONAL: J -U -B Engineers, Inc. By: Name: 7r T .nfit Title: Area. I Lnoc � Date: 0/74 /7 WELD COUNTY: ATTEST: Cd. Zitio;ok. Weld uty Clerk to the Board BY: 0. • i do,- %.,;. iPlii, Deputy C!:4► to a :Li ariv BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO A arbara Kirkmeyer, Chair OCT 11 020 /f- 41.5-36 Request for Proposals #B1900113 ENGINEERING SERVICES FOR BRIDGES 19/46.5A, 54/13A, AND 64/39A I. Purpose Weld County is requesting proposals for the design engineering services required to produce bid documents for the replacement of these three existing bridges. As part of the proposal, consultant shall include a cost/fee estimate with associated hours for all professional services. II. General Project Description Weld County is plannng to replace these three bridges, utilizing design services provided by engineering consultants and construction services provided by general contractors. Consultants shall submit a separate proposal associated with each bridge and a separate contract will be awarded for each bridge. It is possible that separate consultants may be awarded contracts for each bridge, and it is also possible that a single consultant will be awarded contracts for more than one bridge or all of them. Total project budget estimates are as follows: • Bridge 19/46.5A = $2.1 million. • Bridge 54/13A = $5.9 million. • Bridge 64/39A = $1.9 million. III. Scope of Services The services will consist of detailed road and bridge design generally consisting of overall plans preparation, surveying, hydraulic evaluations, report preparation, FEMA CLOMR and LOMR, floodplain modeling, floodplain development permitting, shop drawing review, responding to contractor RFI inquiries, ROW plans, ROW acquisition, utilities and irrigation ditch coordination, railroad coordination and permitting (if applicable), and specification preparation. The requested services will also include a complete structure selection report, geotechnical report (preliminary and final), drainage report (preliminary and final), and environmental services. A. Project Requirements General Requirements • The consultant will be expected to provide a full range of engineering services and accept project management responsibility at all levels. The submitted estimate of cost and work hours shall be based on the work items described herein. • The Weld County Purchasing Professional Services Selection (Best -Value) process describes the consultant selection criteria and method. This document is available for review in the Weld County Code, Revenue and Finance, Chapter 5, online at vwvw.co.weld.co.us [Weld County Code Section 5-4-150 C]. The selection committee will include County staff from the Public Works and Purchasing Departments. Conceptual Design • At the conceptual design phase, the consultant will be required to provide conceptual design alternatives for bridge concepts (as least three) to be included in a structure selection report. This report should include conceptual drawings and design calculations, identify all land acquisition requirements and contain a conceptual Opirion of Cost to I identify any possible funding shortfalls A preliminary Geotechnical Report is also required to be prepared during this phase of the bridge design Preliminary Design • At the preliminary design phase (60% complete) the consultant will be required to provide detailed design plans for all components of the project A status set of plans will be kept available to the County for review and submittal to the appropriate agencies, utility companies, and affected property owners as needed • The plans must locate all existing utilities, agricultural irrigation pipelines and structures, and obstructions to a minimum Quality Level B (S U E requirements), for Bridges 19/46 5A and 54/13A These services have already been arranged for Bridge 64/39A They must be shown both horizontally and vertically and in relation to the proposed improvements All utility conflicts must be identified, and the consultant will provide coordination including site meetings with all affected utility and irrigation companies The S U E shall include a minimum of 20 potholes for Bridge 19/46 5A and a minimum of 30 potholes for Bridge 54/13A Pothole costs shall be based on unit costs for each pothole Pothole costs based on hourly rates will not be accepted Failure to include unit costs for each pothole may result in the proposal being rejected by the County • The consultant will be required to apply for and receive a Flood Hazard Development Permit (FHDP) from the County Planning Department Additionally, the consultant shall submit all floodplain modeling to FEMA as a CLOMR and LOMR The consultant shall include the appropriate applications fees as required for each bridge design in their proposal The consultant shall also include time and costs for an as -built survey after construction, stamped and signed by a Colorado Licensed Professional Land Surveyor (PLS) • The consultant shall provide coordination with the railroad (if applicable) and shall obtain any necessary permits that may be required by the railroad, for Bridge 54/13A • The consultant will be required to coordinate the identification and acquisition of rights -of - ways and easements The work will require the preparation of right-of-way/easement exhibits and plans for Bridges 19/46 5A and 54/13A These services have already been arranged for Bridge 64/39A • The consultant will prepare documents and conduct environmental investigations in accordance with the requirements of the current federal and state environmental regulations, including the National Environmental Protection Act of 1969 (NEPA) The consultant shall utilize environmental services provided by Tiglas Ecological Services to complete these tasks for Bridges 19/46 5A and 54/13A These services have already been arranged for on Bridge 64/39A The consultant shall assume the standard CDOT environmental process will be followed • The consultant must provide detailed written monthly progress reports throughout the duration of the design The progress reports will be part of the billing submitted monthly • At the completion of the Preliminary Design Phase, the -consultant shall provide the County with five (5) 11"x17" sets of review plans, including a detailed Engineer's Estimate of the construction, costs At this stage, the plans should be approximately 60% complete The consultant shall provide hand calculations for the top 30 cost items for each set of bid documents The consultant shall also provide the County with drawings in electronic format (pdf) • The Consultant shall prepare and attend the F I R meeting and provide support information for the meeting Meeting minutes will be prepared by the Consultant Final Design • At the final design phase, the consultant will be required to provide detailed design plans for all aspects of the project This includes roadway, bridge, property restoration, utilities relocation, drainage, agricultural irrigation pipelines and structures and erosion control 2 (initial and post construction) Erosion control plans shall include interim conditions with bid items for the interim conditions The consultant shall also provide detailed hand calculations for all bid items for each set of bid documents • The consultant shall provide finalized reports listed in the conceptual and preliminary design phases, for the final design phase, and for the final bid documents • The consultant shall provide railroad coordination and permitting services (if applicable) for the Bridge 54/13A design a The consultant will be required to prepare project special provisions and current CDOT standard special provisions Near the completion of the Final Design Phase, the consultant shall provide the County with five (5) 11"x17" sets of review plans and the specification package At this stage the plans should be approximately 95% complete The consultant shall also provide the County with drawings in electronic format (pdf) The consultant shall receive comments from the County and incorporate these comments into the final set of bid documents ® The Consultant shall prepare and attend the F O R meeting and provide the support information for the meeting Meeting minutes will be prepared by the Consultant • Soon after the F O R meeting the consultant shall submit the final ROW Plans as well as any applicable environmental clearance documents • All design work shall be completed using the latest AASHTO and CDOT design and construction standards or guidelines, practices, and procedures • Bid quantities shall be carefully checked by the consultant, and quantity calculations shall be submitted to the County for review If the County experiences additional costs during construction which are directly associated with errors and omissions (consultant negligence) resulting in change orders and/or costs greater than the original bid contract amount, the Consultant will be held liable B Project Schedules (Anticipated) • Pre -proposal Meeting (mandatory) August 30, 2019 (1 00 PM) • Proposals Due at Purchasing September 13, 2019 (10 00 AM) • Interviews Conducted (if necessary) September 27, 2019 o Design Contracts Awarded October 2019 The project schedules currently anticipate the following design phase milestones • Bridge 19/46 5A design complete by • Bridge 54/13A design complete by • Bridge 64/39A design complete by IV Instructions to Consultants A Submittal Requirements January 2021 January 2021 August 2020 Qualified consultants interested in performing the work described in this request for proposals should submit the following information to the County in any order they choose 1 Qualifications of your firm and staff proposed to perform the work on this project 2 A list of similar projects completed in the last five years 3 A list of critical issues that the consultant considers to be of importance for the project 4 Provide ideas or suggestions on how your firm can meet the proposed schedule 3 5. Provide a scope of work for the proposed design and list of associated work items required to complete the work. Provide a proposed cost and work hours required to complete the scope of work. Consultants shall include a $30,000 lump sum item in the r cost proposal associated with any Other Professional Services (OPS) which may be required (Weld County must pre -approve the use of this line item) during the project for each bridge design. Consultants shall include an item in their cost proposal with 80 hours of design engineer time to review shop drawings, and for other incidental work tasks which will likely occur during construction for each bridge design. 6. References from at least three other projects with similar requirements that have involved the staff proposed to work on this project. The County may choose to visit one or more of the listed projects and/or request a copy of the plans and documentation completed. 7. A sample plan and profile sheet(s) of a similar project should be included in each submittal. Examples should be 11'x17". 8. A statement of the Consultant's willingness to enter into the Weld County Standard Contract Agreement included as part of the RFP. 9. Limit the total length of your proposal to a maximum of 20 pages. The County will reject proposals received that are longer than 20 pages in length. The front ana back cover do not count as pages and neither do the section dividers unless the dividers have photos or text on them. then they will be included in the pages count. 10. Submit a total of five copies of your proposal, and one electronic copy (PDF) on a disk. Proposals must be delivered to the Weld County Purchasing Department, P.O. Box 758, 1150 "O" St., Greeley, CO 80632. Weld County reserves the right to reject any and/or all proposals, to further negotiate with the successful consultant and to waive informalities and minor irregularities in proposals received, and to accept any portion of the proposal if deemed to be in the best interest of Weld County to do so. The total cost of preparation and submission shall be borne by the consultant. All information submitted in response to this request for proposal is public after the Notice of Award has been issued. The consultant should not include as part of the proposal any information which they believe to be a trade secret or other privileged or confidential data. If the consultant wishes to include such material, then the material should be supplied under separate cover and identified as confidential. Entire proposals marked confidential will not be honored. Weld County will endeavor to keep that information confidential, separate and apart from the proposal subject to the provisions of the Colorado Open Records Act or order of court. B. Contacts Questions related to the submittal requirements and procedures should be directed to: Bridges 19/46.5A and 54/13A: Michael Bedell, P.E. - Senior Engineer 970-356-4000, ext. 3706, mbedell(a�co.weld.co.us Bridge 64/39A: Clay Kimmi, P.E. - Senior Engineer 970-356-4000, ext. 3741, ckimmi©co.weld.co.us PART 2 - SELECTION PROCESS V Selection Criteria and Method Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the written proposals and interview session. 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. WEIGHTING FACTOR QUALIFICATION STANDARD 5.0 Scope of Proposal The objectives, desired proposal by the clearly Department. shows to an understandinc be used, and of results the that project are methodology 5.0 Critical Issues The solutions major proposal issues to those demonstrates associated issues. with the the firm clearly project understands and offers realistic the 4.0 Project Control The design ability appropriate. to firm and to insure has the construction The described quality State firm or of has their cost. Federal their a The Quality product. methods procedures firm Control of has demonstrated controlling are process used in where -place their an manage 4.0 Location/Familiarity Work Project Key County team team's members and the work goals location have of the demonstrated relative Department. to the familiarity project site with location. Weld 15.0 Cost and Work Hours the Is reasonable cost the project that proposed includes scores and cost, consistent all the tasks work highest. hours, with necessary the and project tasks to successfully goals? presented complete lowest The as PART 3 - PROFESSIONAL SERVICES AGREEMENT (EXAMPLE) AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY AND CONSULTANT FOR BRIDGE REPLACEMENT PROJECT THIS AGREEMENT is made and entered into this day of , 2019, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and , [an individual], [a limited liability partnership] [a limited liability company] [a corporation], who whose address is , hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Proposal (RFP) as set forth in B1900113. The RFP contains all the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 6 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contract Professional's completion of the responsibilities described in Exhibit A 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 Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contract Professional if it wishes to renew this Contract 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement However, nothing herein shall be construed as giving Contract Professional the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County, (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment, and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work County shall be entitled to the use of all material generated pursuant to this Agreement upon termination Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient, and, Contract Professional shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials' and documents shall be the property of County Copies of work product incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE " Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered 5. Extension or Modification. 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 there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder If written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement 7 6 Compensation/Contract Amount. Upon Contract Professional's successful completion of the services, and County's acceptance of the same, County agrees to pay an amount no greater than $ , which is the cost set forth in Exhibit B Contract Professional acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the sum of the cost amount set forth in Exhibit B Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein 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 Mileage may be reimbursed if the provisions of Exhibit B permit such payment at the rate set forth in Exhibit B Contract Professional shall not be paid any other expenses unless set forth in this Agreement Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C R.S 29-1-101 et seq ) and the TABOR Amendment (Colorado Constitution, Article X, Sec 20) 7. Independent Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement Contract Professional shall perform its duties hereunder as an independent Contract Professional Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Contract Professional, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement Contract Professional shall have the following responsibilities about workers' compensation and unemployment compensation insurance matters (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and provide proof thereof when requested to do so by County 8 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 this project without County's prior wntten 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 subject project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services 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 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 or not such materials are in completed form, shall at all times 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 financial information of the Contract Professional should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL " However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of C R S 24-72-201, et seq , about public records, and cannot guarantee the confidentiality of all documents Contract Professional agrees to keep confidential all of County's confidential information Contract Professional agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County Contract Professional agrees to advise its employees, agents, and consultants, 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 services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement Contract Professional further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications 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 shall exist 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 services 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 9 13. Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request Contract Professionals shall always keep the required insurance coverage in force during the term of the Agreement, or any extension thereof, and during any warranty period The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A M Best Company as "A -VIII" or better Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County by certified mail, return receipt requested Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional Contract Professional shall be responsible for the payment of any deductible or self -insured retention County reserves the right to require Contract Professional to provide a bond, at no cost to County, m the amount of the deductible or self -insured retention to guarantee payment of claims The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional The County in no way warrants that the minimum limits contained herein are enough to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages The Contract Professional 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 Contract Professional 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 Any modification to these requirements must be made in writing by Weld County The Contract Professional stipulates that it has met the insurance requirements identified herein The Contract Professional 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 Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract 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, law or court decree The Contract Professional 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, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures, or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree This paragraph shall survive expiration or termination hereof 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 10 l J 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 Types of Insurance The Contract Professional shall obtain, and always maintain dunng the term of any Agreement, insurance in the following kinds and amounts Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all the Contract Professional's employees acting within the course and scope of their employment Policy shall contain a waiver of subrogation against the County This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract $1,000,000 each occurrence, $1,000,000 general aggregate, $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract 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 Contract Professional 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, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract, and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal 11 Tht Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County 14. 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 15. Examination of Records. To the extent required by law, the Contractor agrees that any 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 The Contractor agrees to maintain these documents for three years from the date of the last payment received 16. 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 17. 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, 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 The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee All notices or other communications (including annual maintenance 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 by the sending party, or 12 (d) transmission via facsimile, at the number set forth below, acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contract Professional: Attn.: Address: Address: E-mail: Phone: County: Name: Michael Bedell, P.E. Position: Senior Engineer Address: 1111 H Street Address: Greeley, CO 80632 E-mail: mbedell@co.weld.co.us Phone: 970-301-0780 where OR Clay Kimmi Senior Engineer 11 1 1 H Street Greeley, CO 80632 ckimmi@co.weld.co.us 970-381-7977 a receipt or 18. Compliance with Law. Contract Professional 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. 19. Non -Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature. 20. 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. 21. 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. 22. Employee Financial Interest/Conflict of Interest — C.R.S. %24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver 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. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's 13 I family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional 23. 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 24. Governmental Immunity. No term or condition of this contract 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 25. 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 26. 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 27. 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 28. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract 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 or the State of Colorado program established pursuant to C R S §8-17 5-102(5)(c) Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into 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 the public contract for services 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 in the course of an 14 ' investigation, undertaken pursuant to C R S §8-17 5-102(5), by the Colorado Department of Labor and Employment If Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hinng 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 of the other requirements of the State of Colorado program If Contract Professional fails to comply with any requirement of this provision or of C R S §8-17 5-101 et seq , County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages Except where exempted by federal law and except as provided in C R S § 24-76 5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C R S § 24-76 5-103(4), if such individual applies for public benefits provided under the contract If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C R S § 24-76 5-101, et seq , and (c) shall produce one of the forms of identification required by C R S § 24-76 5-103 prior to the effective date of the contract 29. Compliance with Davis -Bacon Wage Rates. N/A 30. Attorney 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 31. 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 32. Compliance with Colorado Department of Transportation Regulations and Standards Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction"_ and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and Contract Professional agrees to meet or exceed all standards set by these publications Contract Professional further acknowledger and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all the Contract Amount 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 A and B, 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 15 IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of , 2019 CONTRACT PROFESSIONAL By: Name Title Date WELD COUNTY ATTEST Weld County Clerk to the Board BY Deputy Clerk to the Board APPROVED AS TO FUNDING Controller APPROVED AS TO FORM County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE Elected Official or Department Head Director of General Services 16 Mew • Yl t •{//tea S • -7-"-• • az 7 i a 970 377 3602 WWW.JUB.COM Y I 1 y - s immusi'llkiagLelaturaktfil.. -.•=e r PROPOSAL FOR WELD COUNTY PUBLIC WORKS Engineering Services for Bridge 54/13A FORT COLLINS OFFICE 4745 BOARDWALK DR., BLDG D, #200 FORT COLLINS, CO 80525 RFQ #B1900113 September 13, 2019 CJ -U -B J•U•B ENGINEERS, INC. THE LANGDON GROUP a J•U•B Company OTHER J -U -B COMPANIES GATEWAY MAPPING INC. a J•U•B Company September 13, 2019 Michael Bedell, P.E., Senior Engineer Weld County Engineering 1150 "O" Street, Room #107 Greeley, CO 80631 CJ-U•B J•U•B ENGINEERS, INC. Re: RFQ-B1900113 — Engineering Services for Bridges 19/46.5A, 54/13A, and 64/39A Dear Mr. Bedell and Selection Committee, O2) THE LANGDON GROUP a J -U -B Company OTHER J -U -B COMPANIES GATEWAY MAPPING INC. aJU8COlnpar J -U -B has assembled a fully capable and disciplined team with the expertise and motivation to make these bridge projects a success. J -U -B's Fort Collins office specializes in Transportation design and, as our similar projects illustrate, we have extensive experience with bridge design contracts. Several of them have won national and regional awards. For this contract, J -U -B has assembled a highly qualified group of team members and subconsultants, many of which J -U -B has worked with extensively. Our subconsultants for this project include Anderson Consulting Engineers (ACE), King Surveyors (King), and Terracon Consultants (Terracon), Tiglas Ecological Services (TES), Western States Land Services (Western States), Clark Land Surveying (Clark), and Centennial Engineering (CEI). Many of our team members have relevant experience on similar projects and all of our team members, including subconsultants, have experience working in and around Weld County. The J -U -B team is positioned to make this bridge project a success. In addition to being highly motivated and available to meet your schedule, we also bring the following advantages to Weld County: 1. Local Presence — Our team members are located in the Northern Colorado Area, and we are available on short notice to meet with the County or other stakeholders. The J -U -B Fort Collins office is approximately 40 minutes from the County offices. As residents of the area, we are highly vested in the outcome of local projects for our local clients. 2. Project Understanding — Transportation and bridge design is what the J -U -B Fort Collins office specializes in. This includes a Boulder County Emergency Flood Recovery On -Call where our office designed the replacement of four major local bridges over the St. Vrain and Little Thompson water ways. This experience has given us a thorough understanding of both local and federal (including FEMA) standards, specifications and personnel. In addition, we have extensive experience designing projects funded by state and federal grants. 3. Understanding of Technical Requirements — We believe that our team will supply Weld County with the best technical expertise available. Our Fort Collins office knows how to solve the challenges of local bridge projects. Additionally, we have the support of over 400 staff members within J -U -B that can provide techni:al expertise for all types of civil engineering disciplines. Our local team is committed and available to take on your projects. The County can be assured that our team will give this project the highest of priority and we will do everything within our ability to make your projects a success! I will be the primary contact for the project, and can be reached at jtemple@jub.com or 970-377-3602 (w) and 970-217-2498 (c). By signing this letter below, J -U -B Engineers, Inc. is willing to enter into the same Weld County Standard Contract Agreement that we signed for our On -Call services. Sincerely, J -U -B ENGINEERS, Inc. Jeff Temple, P.E. Senior Project Manager/Area Manager le$t Temple, P.E. Area Manager, Project Manager j V.g ENGINEERS, INC. lk nve Building O, Suite 2p0 4745 Board CO 80525 Fort Collins, 'L' wydW Jub-corn c jtemple@lub-c° 970 217 2498 P 970 377 3602 a 4745 Boardwalk Drive, Building D, Suite 200, Fort Collins, CO 80525 p 970 377 3602 w www.jub.com PROJECT TEAM LOCAL UNDERSTANDING • NATIONAL EXPERTISE J -U -B ENGINEERS, Inc. has assembled an interdisciplinary team of engineers, surveyors, and specialists to complete the needs of this contract. We are proposing a similar Team that completed the design of five (5) major bridge replace- ments along the Front Range after the 2013 floods. Our past performance as a team is a statement to our ability to work together efficiently and provide Weld County with design services that exceed your expectations. We offer a focused passion for this Weld County contract, a highly -qualified team, and proven experience. Qualifications of key team members are provided on the following pages, followed by our capabilities, familarity, similar projects, project approach, and fee. The proposed J -U -B staff members and subconsultants have extensive experience working together on a variety of projects. EXPERIENCED, MULTI-DISCIPLINARYTEAM SENIOR PROJECT MANAGER Jeff Temple, PE STRUCTURAL ENGINEER LEAD Alan Cukurs, PE PROJECT MANAGERS Dan Tuttle, PE or Amber Morse, PE TRAFFIC ENGINEER Vijay Kornala, PE, PTOE PRIME CONSULTANT ENGINEERING SERVICES STRUCTURAL ENGINEER STRUCTURAL DESIGNER PROJECT ENGINEER ROADWAY DESIGNER ROADWAY DESIGNER Joey Laprevote, PE Kevin Smith, El Kevin Kramer, PE Kyle Ritchie, EIT Brian Klatt, EIT SURVEY/ROW Chad Dilka, PI_S King Surveyors S.U.E. SERVICES Joel Nuzzo Clark Land Surveying SUBCONSULTANTS Greg Koch, PE, CFM - Project Manager Jason Albert, PE Michael Turner, PE Wendy Banzhof, PE Anderson Consulting Engineers ROW ACQUISITION Mitch Hauff Western States Land Services I ENVIRONMENTAL SERVICES Darcy Tiglas Tiglas Ecological INDEPENDENT REVIEW Mark Post, PE Centennial Eigineering GEOTECH Eric Bernhardt, PE Terracon 2 J -U -B ENGINEERS, Inc > Wed County Engineering Services for Bridges PROJECT TEAM -Y+'....Wm.a _.ti Rf- • mss- --ra-r_fM3Rlcalai 'In— .- • +3e-FZF+.- Sfi++S -=-ra - • - "Fir"—. Ri!AF•�lFn - _ _ _ . TEAM MEMBER BIOS JEFF TEMPLE, PE > SENIOR PROJECT MANAGER BS, Civil Engineering, Arizona State University BS, Civil Engineering, Colorado State University a BS, Civil Engineering, California Polytechnic State University, San Luis Obispo Jeff is the Area Manager of J -U -B's Fort Collins office and brings 30 years of civil and transpor- tation engineering/management experience. His 20 years of experience in Northern Colorado includes both design and construction engineering assistance of several muId-discipline roadway corridor and bridge projects. Jeff specializes in performing complex projects for municipalities and private clients. Earning the trust of the client, delivering projects on time and within budget and meeting project goals through innovative solutions are talents that Jeff strives to achieve. Relevant Experience Jeff performed management duties on the following projects: >> >> >> » » East County Line Road/WCR 1 Bridge over St. Vrain Creek Rehabilitation and Final Design - Boulder County 83rd Street over the Little Thompson River Preliminary and Final Design — Boulder County Sunset Street Bridge over St. Vrain Creek Preliminary and Final Design— Boulder County Old Saint Vrain Road Bridge over South Saint Vrain Creek - Boulder County Taft Avenue Roadway Improvements - City of Loveland 71st Ave. Bridge over Sheep Draw — City of Greeley 20th Street Roadway Improvements, Phases 1-5 - City of Greeley McConnell Drive Bridge Replacement - Town of Lyons DAN TUTTLE, PE > PROJECT MANAGER Dan has 10 years of experience in roadway design, bridge design, storm drainage design, utility coordination and design, and project management. Dan was the lead project engineer while J -U -B was on the City of Longmont's on -call for engineering services from 2O09 to 2012. During that period, Dan either led or had a significant involvement with over a dozen projects for the City of Longmont. In addition, Dan served as a construction manager and inspector on infra- structure projects. This experience provides Dan with a unique skill set. He understands how projects are constructed which enables him to assemble a comprehensive design package. Relevant Experience >> » >> US-287/Isabelle Intersection design - Boulder County 37th Street Connector and Monroe Roundabout - City of Loveland Prairie Ridge Trail Design - City of Loveland » Sunset Street Bridge over St. Vrain Creek Preliminary and Final Design— Boulder County » County Line Road Arterial Reconstruction - City of Longmont AMBER MORSE, PE > PROJECT MANAGER Amber is a Project Manager who recently joined J -U -B and is currently managing our Greeley projects. She has worked in the engineering field in Colorado since 2011. Within her career, she has been involved in the design and management of residential, commercial and industrial relat- e d projects. Areas of engineering design experience include roadway design, grading, drainage studies, master planning, site planning, overlot grading, earthwork calculations, and site utility design. During past years, she has focused on residential development projects located in North- e rn Colorado, with an emphasis on master planning and drainage design. Amber has previous e ngineering experience in environmental remediation while working on projects in Colorado, California, Texas, Washington, and Wyoming. Relevant Experience » 20th Street Roadway Improvements, Phase 5 - City of Greeley » 65th Avenue & US 34 Bypass Frontage Road Relocation - City of Greeley » Longmont Quiet Zones Preliminary Design - City of Longmont 3 i-U-B ENGINEERS, Inc > Weld County Engineering Services for Bridges • PROJECT TEAM MS, Civil Engineering, Washington State University BS, Civil Engineering, Washington State University MS, Civil Engineer- ing, Kansas State University BS, Civil Engineering, Nagarjuna University, India i r BS, Civil Engineering, Utah State University ME, Structural Engi- neering, Utah State University uiennigra-- -airstrsfl- i - _ - _ _. {.i.vii#i..S4i•c.--s.-T:"r.n.. Mr1.f-slstroYif:=3r.%antl irErigSrilf . I,VC" _=•••na +lset:r - r2iaMrile.a ALAN CUKURS, PE/SE > STRUCTURAL ENGINEER Alan's professional abilities encompass the structural analysis, design/detailing of bridges, retain- ing walls, construction staging, shoring, and false -work design. He designs various bridge types, drainage structures, hydraulic structures. Having designed numerous roadway bridges, he has expert understanding of: how a bridge fits within the context of a site and the required service and performance needed to satisfy users and owners. The breadth of his experience ranges from conceptual level through construction support. Alan manages design schedules and quality control processes; develops cost estimates, construction plans, and contract documents which are critical to the success of any bridge project. He works regularly with State and local agencies throughout Colorado and the Northwest. Relevant Experience 71st Avenue Bridge over Sheep Draw - City of Greeley 83rd Street Bridge over Little Thompson — Boulder County East County Line Road/Weld County Road 1 Bridge & Roadway Design — Boulder County East County Line Road over Boulder Creek - Boulder County McConnell Drive Bridge over St. Vrain Creek - Town of Lyons VIJAY KORNALA, PE, PTOE > SENIOR TRAFFIC ENGINEER Vijay leads J -U -B's Traffic Engineering Group and has 14 years of specialized experience in a broad range of traffic engineering and transportation planning studies. Vijay achieved proficiency in traffic engineering and planning while consulting for a traffic and planning specialty firm in Ft. Myers, Florida. Vijay works on multi -jurisdictional projects and has completed comprehensive plan amendments, transportation master plans, impact fee facility plans, corridor studies, devel- opments of regional impacts, rezoning and conditional use permits; prepared complete street studies. He has also prepared analyses for parking studies, access management studies, origin and destination studies, and signal warrant studies for both public and private agencies. Vijay has completed the Herriman City, Utah, and Hazelton, Idaho transportation master plans and the Pueblo, Colorado, Downtown Traffic and Pedestrian Master Plan. Relevant Experience » 71st Avenue Bridge over Sheep Draw - City of Greeley » East County Line Road/Weld County Road 1 Bridge & Roadway Design — Boulder County JOEY LAPREVOTE, PE > STRUCTURAL ENGINEER Joey has five years of structural engineering experience. His experience includes design of bridg- es, culverts, buildings, retaining walls, tanks, and other structures. He is involved with all aspects of projects from initial conceptual stages, throughout comprehensive design, construction man- agement, and continued maintenance. Also in his repertoire is experience with alternative deliv- e ry such as design -build or construction manager/general contractor (CMGC) projects in addi- tion to traditional design -bid -build delivery. He is a graduate of Utah State University where he e arned both BS and ME degrees in Civil Engineering with an emphasis in Structural Engineering. Joey has been involved with the design of many bridges and culverts. His background includes a variety of bridge types, such as: steel, prestressed concrete, cast -in -place concrete, and timber. The breadth of these projects include: single -span and multi -span, traffic and pedestrian bridges, n ew bridges and rehabilitation projects. Relevant Experience » 71st Avenue Bridge over Sheep Draw - City of Greeley » 83rd Street Bridge over Little Thompson — Boulder County » McConnell Drive Bridge Replacement - Town of Lyons 4 J -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges PROJECT TEAM MS, Transportation Engineering, San Jose State University BS, Civil Engineer- ing, San Jose State University BS, Civil Engineer- ing, Colorado State University BS, Civil Engineer- ing, Colorado State University KEVIN KRAMER, PE > PROJECT ENGINEER Kevin has been working in the field of engineering as a transportation engineer with advance education in design and construction of transportation facilities for six years. While working with multiple DOT's, Counties and Cities, his experience ranges from large scale irterstate and inter- change projects, to smaller projects including drainage, sidewalk, roundabouts, stripping and sig- nage, multi -use trail, multi -modal corridors, and parking lot design. Kevin has experience in the design aspect of projects which include horizontal and vertical profiles, super elevation design, pavement design, drainage design, and off street design. Relevant Experience 47th Avenue Additional Turn Lane - City of Greeley 20th Street Roadway Improvements, Phases 4-5 - City of Greeley North River Road Safety Improvement Project - Mesa County 65th Avenue & US 34 Bypass Frontage Road Relocation - City of Greeley S. Park Avenue (SH-9) & Four O'clock Road Roundabout - Town of Breckenridge KEVIN SMITH, El > STRUCTURAL DESIGNER Upon graduation from Colorado State University, Kevin began full-time structural design work for Quality Engineering, where he had previously interned as a student. After two years, Quality Engineering merged with Coffey Engineering where Kevin worked another year as a structural design engineer. He gained design experience with timber, steel, concrete, and masonry for a variety of construction projects including custom homes, hotels, commercial buildings, and retaining walls. Since employment with J -U -B Engineers, Kevin has supplemented his structural knowledge with experience in civil engineering by assisting project engineers in roadway and bridge design. He has become proficient with AutoCAD Civil 3D, site grading, storm drainage, roadway and bridge alignments and profiles, and roadway and bridge plan production. Kevin equips a high level of attention to detail, problem solving, and motivation to provide quali- ty designs for efficient construction. Relevant Experience » >> >> 71st Avenue Bridge over Sheep Draw - City of Greeley 20th Street Box Culvert - City of Greeley 37th Street Connector and Monroe Roundabout - City of Loveland KYLE RITCHIE, EIT > ROADWAY DESIGNER Kyle worked for two years as a laboratory assistant for the Colorado State University Hydraulics Laboratory prior to his receiving his bachelors degree in 2009. He also held a summer intern- ship with Northern Colorado Water Conservancy District prior to graduation. Since graduation he continued full time work for CSU to complete construction of a levee overtopping study for the U.S. Bureau of Reclamation. Kyle excels in plan production and the use of AutoCAD Civil 3D for annotation of plans, creation of alignments and profiles, site grading, storm sewer, sanitary sewer and waterline design, and general plan production. Kyle is experienced at analyzing site drainage and sanitary sewer networks using various computer modeling and spreadsheet pro- grams, together with the composition of accompanying reports. Relevant Experience » Lee Hill Guardrail Improvements and Pavement Overlay — Boulder County » US287/Isabelle Intersection Improvements Design — Boulder County » 37th Street Connector and Monroe Roundabout - City of Loveland 5 3 -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges • PROJECT TEAM int R1i9rmevar •.-•- RJR=�µ�1�(iOl.Qr+ i 9Jti041F s�=-�r+�z�3'Jl�if+su:t- Yr '-ti , r r -b- : • "_W. .0.4*Or=.n- -.- Sri l -.!.s'-• aY-�sls'=�+±- BS, Civil Engineering, Colorado School of Mines BRIAN KLATT, EIT > ROADWAY DESIGNER Brian is a designer who worked for J -U -B as a surveyor and intern from 2010 to 2015. He grad- u ated from Colorado School of Mines and has since been working for J -U -B as a designer. Brian is experienced in the use of Civil 3D and its use as a drafting and grading program. He also has experience doing tabulations, quantities, hydrology and hydraulic calculations. In addition, he has done topographical survey and construction staking. Relevant Experience Sunset Street Bridge - City of Longmont East County Line Road/Weld County Road 1 Bridge & Roadway Design - Boulder County 83rd Street Bridge over Little Thompson - Boulder County 65th Avenue & US 34 Bypass Frontage Road Relocation - City of Greeley Lemay Avenue Culvert Replacement - City of Fort Collins GREG KOCH, PE, CFM > PROJECT MANAGER Greg is Vice President, a Principal Engineer and an owner of Anderson ConsLIting Engineers, Inc. He has over 33 years of experience managing and/or conducting hydrologic, hydraulic, sediment transport, and channel stability studies, floodplain and flood mitigation stud es, designing chan- n el stabilization/restoration and flood mitigation improvements, flood control and urban drain- age systems, as well as preparing master drainage plans for public agencies and private sector clients. Mr. Koch has been a member of the Larimer County Flood Review Board for 21 years and has served as chairman of that board over the last 18 years. He is a registered professional e ngineer in Colorado, Montana and Utah, as well as a Certified Floodplain Manager. Relevant to this contract, Greg has been the project manager on similar projects related to: (a) hydraulic bridge design; (b) scour analyses and erosion countermeasure design; (c) evaluation and design of mitigation measures for channel bed and bank erosion in a variety of settings; (d) hydrologic, hydraulic and sediment transport analyses, as well as geomorphic evaluatiors, of natural and improved river systems; and (e) floodplain/floodway delineations in both natural and urban riverine settings, in support of CLOMR, LOMR, and PMR applications to the FEMA, as well as local floodplain permitting based on no -rise conditions. Relevant Experience » » >> Lincoln Avenue/Poudre River Bridge Replacement — Hydraulic Design/Floodplain Permitting, Fort Collins Harmony Road Bridge/Poudre River — Hydraulic Design and Floodplain Permitting, Timnath & Larimer County Timberline Road Extension, Levee and Bridge Design, Fort Collins and Larimer County WENDY BANZHOF, PE > PROJECT ENGINEER Wendy is a project engineer with Anderson Consulting Engineers, Inc. (ACE) with five years of experience as a hydraulic engineer in Wyoming and Colorado. She has been an active member of the Northern Colorado Branch of ASCE Executive Committee for almost 2 years. Wendy has extensive experience with 1D and 2D hydraulic models in both natural and urban riverine set- tings. Specific to this project, Wendy has conducted hydraulic modeling (both 1D and 2D) and hydraulic designs for a variety of drainage crossings for: (a) hydraulic structure replacements and repair; (b) scour analyses and scour mitigation design utilizing FHWA standards and guidelines; and (c) floodplain and floodway delineations, in support of No -Rise Permits to local regulators, as well as CLOMR and LOMR applications to FEMA. Wendy has been a part of the J -U -B and Ander- son team on multiple projects, including, but not limited to: Relevant Experience » 71st Avenue Bridge over Sheep Draw - City of Greeley » Old Saint Vrain Road Bridge over South Saint Vrain Creek, No -Rise, Scour and Debris Loading Analysis and Floodplain Permitting - Boulder County » East County Line Road over Boulder Creek Post Flood Bridge and Embankment Repair — Bend, Abutment, and Pier Scour Analysis and Mitigation Design - Boulder County a J -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges PROJECT TEAM naa -Wtralgirlre TEAM SUBCONSULTANTS In order to strengthen our team we have added the following trusted subconsultants: Anderson Consulting Engineers, Inc. (ACE), King Surveyors, Inc. (King) and Terracon Consultants (Terracon), Tiglas Ecological Services, Western States Land Services, Inc., Clark Land Surveying, Inc., and Centennial Engineering, Inc. ANdEesoN Committing EngikEEas, Inc. l'1W1 • Water Resnu'res • Fm'imnmental i KING SURV'EYoRS lierracon Tiglas Ecological Services ANDERSON CONSULTING ENGINEERING (ACE) > HYDRAULICS & HYDROLOGY For more than 20 years ACE has specialized in complex hydrologic and hydraulic engineering projects that emphasize analyses, planning, and design. ACE's intimate knowledge of hydrologic/ hydraulic modeling, scour evaluations, CLOMR and LOMR submittals to FEMA, and the FEMA/ CDOT processes will greatly assist J -U -B with achieving an on -schedule and low cost design. Additionally, ACE will support the J -U -B Team with: a) the FOR hydraulic design, b) the FOR scour evaluation, and c) the CLOMR and LOMR submittals that will adhere to FEMA processes/guide- lines thereby ensuring efficient reviews. ACE has assisted J -U -B with multiple projects and is a valuable asset to the success of the team. KING SURVEYORS (King) > SURVI Y King Surveyors, a division of Landpoint, is an award winning local land surveying company. King is well established in Weld County and has worked with the County staff on numerous occasions. The company is a multifaceted professional services firm that concentrates on providing their clientele with construction, route, topographical and other land surveying services. King Surveyors brings scalability, efficiency and technology enabled solutions to the land surveying industry. They continue to push the envelope in creating unique solutions and processes for the land surveying field. By utilizing advanced GNSS equipment, 3D scanning solutions, UAV technology and an in-house project management platform they are able to complete projects at an unrivaled pace while keeping consistent quality in their work. J -U -B has utilized King for the majority of our surveys for over 16 years. TERRACON > GEOTECHNICAL SURVEY Since 1965, this employee -owned firm has provided geotechnical engineering services including subsurface exploration and testing; foundation analysis and design; in -situ testing and perfor- mance monitoring; earth structures; slopes and retention systems; dynamic analysis and eval- uation; soil stabilization and ground improvement; groundwater control; pavement design and subgrade evaluation. J -U -B and Terracon continually team on projects which results in a seam- less, efficient process. The staff from Terracon's Greeley office will be utilizes on this project. TIGLAS ECOLOGICAL SERVICES (TES) > ENVIRONMENTAL Tiglas Ecological Services (TES) is a multi -faceted environmental consulting firm specializing in ecological studies. TES conducts all types of wetland work, including delineations, permitting, mitigation, monitoring, and creation. TES also conducts biological surveys and habitat evalua- tions for federal, state, and agency sensitive flora and fauna species, including the Preble's mead- ow jumping mouse, burrowing owl, birds -of -prey, and Ute ladies' -tresses orchid. Other special- ties include NEPA and alternatives analysis, reclamation/rehabilitation, and general vegetation community and wildlife habitat characterization. TES supports many client industries including municipal, county, private and public development, mining, military, utilities and power, and infrastructure construction across the United States. 7 i-U-B ENGINEERS, Inc > Weld County Engineering Services for Bridges PROJECT TEAM Western States Land Services, Inc. -Clark-�- =� t_and S�xvPy�nq, inC CENTENNIAL. ENGINFFRINi WESTERN STATES LAND SERVICES (WESTERN STATES) > ROW ACQUISITION & PERMITTING Created in 1981, Western States Land Services, Inc. is headquartered in Loveland, Colorado and has provided right of way acquisition, permitting and relocation services to CDOT, local public agencies, utility companies and other entities throughout Colorado and several surrounding states for the past 38 years. Over those years their clients have relied on their experience work- ing with landowners and their understanding of the statutory acquisition processes to success- fully acquire all property interests necessary for their projects. The basic services provided by Western States include but are not limited to: • Acquisition of Real Property Interests (fee, easements, leases, licenses, etc.) • Relocation Services (residential, commercial and personal property) • Site Acquisitions for facilities such as water tanks, substations, public facilities, etc. • Right of Way feasibility studies, including route analysis, cost implicatiors, and the like • Permitting across third party facilities including railroads, ditch companies, utilities, etc. • Preparation of acquisition documents • Real Estate title examination ranging from assessors research to complete title examination • Land valuation studies and reports (waiver valuations) • Public notification and outreach • Construction and restoration access coordination • Post construction damage settlements • Testimony in court as to good faith negotiations • Right of Way project management CLARK LAND SURVEYINni (CLARK) > S.U.E. LOCATES Clark is a regional and national provider of professional surveying and mapping services. They have developed a reputation of providing professional surveying services in a timely and cost effective manner. The primary objective of their firm is to build positive and responsive working relationships with each of their clients. These relationships are built on three cornerstones: qual- ity, integrity and economy of cost. Clark has grown substantially since their inception in 1997. Their regional team covers over ten western states. For their national team — they have completed over 1,000 surveys in over 40 states since 2012. Clark has offices in Colorado Springs and Pueblo West, CO. Clark employs an in-house staff of 25 including 5 Professional Land Surveyors, 1 Certified Federal Surveyor (CFedS) and 1 Professional Engineer. CENTENNIAL ENGINEERING (CEI) > INDEPENDENT REVIEW Centennial (CEI) was founded in 2002 by experienced transportation industry professionals. The firm remains a small business in Boulder with a twofold market area focus: 1] the northeastern Colorado Front Range; and 2] the Colorado north and central mountains. CEI provides transpor- tation -related consulting engineering centered on planning, design and program management for bridges, trails, highways, streets, intersections, traffic control devices and systems, and Intel- ligent Transportation Systems (ITS) structures. Supported disciplines include structural; roadway design; and information technology. CEI has achieved success in the transportation industry in part, by establishing high performance standards in their day-to-day work; and also by striving for continuous technical, managerial and business performance improvements throughout their careers. 8 J -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges OVERALL FIRM CAPABILITIES J -U -B is a full -service, professional services corporation that specializes in transportation design, municipal infrastructure, structural engineering, storm drainage, and water/wastewater engineering. Our corporate culture understands the importance of establishing long-lasting and trusted relationships with our clients. Founded in 1954, J -U -B provides innovative ideas and responsible engineering, planning, and transportation design services to public agencies and municipalities. For more than 60 years, J -U -B has experienced steady growth in company size, professional expertise, and in the size, number, and complexity of our projects. J -U -B established our Fort Collins office in 2003. We currently have a staff of 15 in our Fort Collins office and have been steadily growing. Our local office has recently completed a variety of local bridge projects with varied municipalities. Additionally, the Fort Collins office has recently completed several substantial transportation projects for the City of Fort Collins, City of Loveland, City of Greeley, Boulder County, Mesa County and Town of Windsor. The Fort Collins office specializes in transportation and bridge design, roadway drainage, structural design, water/water-wastewater, and general municipal design. Our team will be led by Jeff Temple, P.E. Jeff is a senior transportation project manager and brings 30 years (20 years in Northern Colorado) of transportation design, management, and construction administration experience OUR RECENT BRIDGE PROJECTS PROJECT NAME to the team. Jeff has managed the J -L -B Fort Collins office for 12 years. Assisting Jeff, and as shown in the organization chart on page 2, will be a host of engineers and designers. J -U -B has the capability and availability to complete all three bridge designs within the schedule mentioned in the RFP. J -U -B has utilized Civil 3D since 2008 in our Fort Collins office. The Fort Collins office has prepared numerous roadway and bridge projects utilizing Civil 3D to its full capacity such as Plan Production, Coreidor modeling, pipe networks, and dynamic cross sections. In addition to our Fort Collins office, J -U -B often calls on expertise from our other offices. J -U -B has mastered the ability to work between offices without inefficiencies. J -U -B has invested time in preparing a template with company standards so that shared work between our offices is efficient. The J -U -B Fort Collins office is equipped with fiber optic lines entering directly into our building. We offer built-in redundancy in the event that someth*ng happens to our main facilities. In addition to AutoCAD, J -U -B operates most major design software and hardware required to operate a firm of over 400 employees. Our philosophy is that all staff needs to have the tools that they need to perform their job efficiently and effectively. J -U -B does not cut corners when it comes to hardware and software. a a East County Line Road/WCR 1 Bridge over Saint Vrain River North 83rd Street Bridge over Little Thompson River Old Saint Vrain Road Bridge over South Saint Vrain Creek Sunset Street Bridge over Saint Vrain Creek 71st Avenue Bridge over Sheep Draw McConnell Bridge Replacement over Saint Vrain River 37th Street Bridge over Dry Creek CLIENT Boulder County Boulder County Boulder County City of Longmont City of Greeley Town cf Lyons City of Loveland / J - U -13 E J i,vt.-e ear s fc-r eLvi - 614/1441, yin -c at- tnei,vtrafei,ne f'-r-oj -HAL f-c*tvt. Tire J -u —13 -remit L4 a tv w-oirk h v4e e t, klAza- etzazttis and, fret,, the iAk-e to -sr o j tot g o al.,s - SlAzwrik. Faz ie, of L 9 J -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges PROJECT CONTROL & FAMILIARITY 3 -U -B'S APPROACH TO PROJECT & QUALITY CONTROL Jeff Temple will ultimately be responsible for the quality of all documents delivered with this contract. On this project, we have assigned professional engineers Alan Cukurs and Jeff Temple to perform the quality assurance. Alan is a Senior Bridge Project Manager with over 25 years of structural experience. Jeff is a Senior Transportation Project Manager with over 30 years of experience. Jeff managed all of J -U -B's Boulder County bridge projects and is very knowledgeable on assembling complete bridge plan documents. As J -U -B uncovers design issues throughout the project, we will discuss options internally and then present them to the County either by email, phone conversations, or a meeting. We have found it beneficial to document the history of design decisions through project journal, emails, memos and meeting minutes. Bi- weekly progress reports will be submitted to Mike/Clay and are a good way to keep the client informed on progress of the design. Each deliverable will go through an internal QC/QA review prior to submittal to the County. These reviews will initially be handled by the subject task managers, then by Jeff and Alan. Review comments and recommended actions will be logged. The deliverable will be adjusted as outlined by the QC review prior to submittal. The review log will be filed and available for client review. Clients of the J -U -B Fort Collins office will testify that J -U -B delivers quality documents with minimum change orders and cost increases during construction. Jeff takes QC/QA very seriously, and believes that he is personally responsible for quality of every project that comes out of the Fort Collins office. For J -U -B to be successful, we must make our clients successful. This is a fundamental value of our company's core purpose and is critical to the success of this project. The J -U -B QC/QA procedure is paramount in making our projects successful. J -U -B would be glad to share our written QC/QA policies and procedures with the County at any time. DESIGN COST CONTROL Project costs are developed during scoping and contract negotiations by using work -hour analyses spreadsheets. During negotiations J -U -B and the County will discuss each staff member working on the project along with their individual bill -rate. After work hours and fees are determined and throughout design of the work, J -U -B will closely monitor costs consumed versus project progress. Monthly invoices will include reports showing the budget status and estimates to complete. If out -of -scope work is required, we will bring this to the County's attention prior to beginning work. CONSTRUCTION COST CONTROL On this project it will be important to produce accurate opinions of probable construction costs (OPCC). We understand that the County needs accurate costs to allow for planning and prioritized irfrastructure improvements. Recent bid tabulations and bid costs will be utilized to develop cost estimates. J -U -B has recently completed several local projects that have been awarded, which will assist our team in these efforts. These projects, along with our experience on similar projects, will allow our team to provide the County with accurate construction estimates. In addition, we have our Senior Construction Manager review all major design projects for constructibility and pay item clarity and completeness. 10 J -U -B ENGINEERS, Inc > Wed County Engineering Services for Bridges PROJECT CONTROL & FAMILIARITY PROJECT FAMILIARITY Our team familiarity can be summed up as follows: FAMILIARITY WITH THE COUNTY J -U -B currently holds an on -call Non -Project Specific (NPS) Contract with Weld County. Although we have not completed any projects under this NPS contract, J -U -B has completed numerous projects in Weld County for the City of Greeley and the Town of Windsor. Since we work extensively with Boulder County, we have coordinated with Weld County on numerous projects that borders Weld County. An example of this would be the current East County Line Road Masterplan where we are currently working with Don Dunker. In addition, our other team members, ACE, Terracon, King Surveyors, Western States Land Services, and Tiglas Ecological Services have all worked on various projects for the County. FAMILIARITY WITH STATE & FEDERAL REGULATIONS The J -U -B team members proposed for these projects are industry experts in both federal and state regulations within their individual design fields. Our key team members have navigated the same regulations that we will have on this project many times in the past. FAMILIARITY WITH NORTHERN COLORADO J -U -B is extremely familiar with Northern Colorado. J -U -B has had their office in Fort Collins for over 16 -years, and our office manager, Jeff Temple has been working in Northern Colorado for over 20 years. The large majority of the designs that J -U -B has completed out of the Fort Collins office have been performed for Northern Colorado municipalities and Counties. Our office personnel work, live, and play within the community and we are committed to Northern Colorado. FAMILIARITY WITH THE PROJECT TYPE The J -U -B Fort Collins office has extensive experience with local bridge replacements. J -U -B designed replacement bridges for five structures that were destroyed or severely damaged by the 2013 flood. Four of these bridges were over the Saint Vrain River, and one bridge spanned the Little Thompson River. We are proposing a very similar J -U -B team for the Weld County bridge projects. These projects can be seen in the similar project section of this proposal. J -U -B Engineers, Inc - Fort Collins, CO Office 11 J -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges 1P PERFORMANCE ON SIMILAR PROJECTS RELEVANT PROJECT EXPERIENCE SUBCONSULTANTS Anderson Consulting Engineers King Surveyors Terracon Western States REFERENCE Kristine Obendorf, Boulder County, (303) 441-3900 Si JRCONSULTANTS Andersor Consulting Engineers King Surveyors Terracon Western States REFERENCE Kristine Obendorf, Boulder County, (303) 441-3900 EAST COUNTY LINE ROAD/WELD COUNTY ROAD 1 BRIDGE OVER SAINT VRAIN RIVER > BOULDER COUNTY J -U -B performed an accelerated design and construction management and inspection services for this Local Government Federal -Aid Emergency Relief Bridge Replacement project. This bridge was destroyed during the 2013 flooding. The replacement was a 276' three -span bridge with precast box culvert girders with a composite deck. This bridge was the first permanent emergency repair project constructed after the 2013 floods. The project was designed and constructed within a 15 -month time period, an impressive feat that required extraordinary communication and cooperation. Project challenges included monitoring American Bald Eagles, wetland protection, utility relocations, and intensive coordination that included two separate counties, City of Longmont Parks and Open Space, Federal and State DOT, an irrigation company, third - party utilities and adjacent residents. Despite these challenges and through an extensive partnering effort, bridge removal and replacement and a quarter mile of roadway reconstruction was completed in 56 days. This project was the recipient of the 2015 Colorado APWA Disaster or Emergency Construction and Repair for Large Communities. NORTH 83RD STREET BRIDGE OVER LITTLE THOMPSON RIVER > BOULDER COUNTY The September 2013 flooding in Colorado destroyed the North 83rd Street Bridge over the Little Thompson River, and its roadway approaches. This project is located in northern Boulder County, north of Longmont and southwest of Berthoud. FEMA is providing funding for the project, which J -U -B designed using Boulder County, CDOT and AASHTO standards and requirements. The hydraulic analysis and preliminary design for the project concluded that a 250' bridge (3 -span), elevated nearly 8' above the old bridge, will be necessary to accommodate the 100 -year event. The project also included roughly 900' of roadway design, waterline design and storm drainage. J -U -B completed a structural selection report, FIR (30%), FOR (95%) and advertisement documents for this project. J -U -B coordinated closely with numerous ditch and utility companies, including the Boulder & Larimer Ditch Company, WR Blower Ditch Company, CenturyLink, Poudre Valley REA, Xcel Energy and Longs Peak Water District. Another critical component of the project was adjacent landowner coordination due to the substantial impact to these private property owners. ROW plans were required and ROW acquisition followed the Uniform Act. Environmental services were provided to obtain the necessary clearances in accordance with the requirements of current federal and state environmental regulations. These clearances included a Categorical Exclusion under the National Environmental Policy Act (NEPA), Senate Bill 40 (SB 40) Programmatic Certification, threatenei and endangered species habitat assessment (T&E), Waters of the US delineation and a Section 404 permit Construction was completed early 2017. 12 J -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges PERFORMANCE ON SIMILAR PROJECTS • ' -,.1..r Q�:al -,, SUBCONSULTANTS Anderson Consulting Engineers King Surveyors Terracon REFERENCE Kristine Obendorf, Boulder County, (303) 441-3900 SUBCONSULTANTS Anderson Consulting Engineers King Surveyors Terracon Western States REFERENCE Tom Street, City of Longmont (303) 651-8694 OLD SAINT VRAIN ROAD BRIDGE OVER SOUTH SAINT VRAIN CREEK > BOULDER COUNTY J -U -B ENGINEERS was contracted as part of the Boulder County 2013 Flood On -call Consulting Project to evaluate the existing post -flood site at this crossing two miles southwest of Lyons and provide a preliminary and final design for a new bridge. J -U -B followed FEMA guidelines for project submittals, along with Boulder County, CDOT and AASHTO standards and requirements during the design process. The hydraulic analysis (by Anderson Consulting) and preliminary design for the bridge were coordinated closely to develop the most cost-effective channel opening to allow the most flow through the bridge. Due to the site constraints of the existing roadway tie- ins, it was concluded that a 180' bridge (single -span), elevated nearly 1' above the old bridge, would be necessary to accommodate the 25 -year event (based on the CHAMP flows). The project also included roughly 300' of roadway design and storm drainage. J -U -B completed a structural selection report, FIR (30%) design, FOR (90%) design, construction documents, and construction administration and management for this project. Environmental services were provided to obtain the necessary clearances in accordance with the requirements of current federal and state environmental regulations. Nearby Prebles Meadow Jumping Mouse (PMJM) habitat means the project site was investigated by Smith Environmental for the possibility of submitting a Biological Assessment (BA). It was determined in the preliminary phase that the BA was not needed due to a lack of PMJM habitat at the site. Construction was completed in March 2018 This project won APWA's award for Disaster or Emergency Construction, Large Community in 2018. SUNSET STREET BRIDGE OVER SAINT VRAIN CREEK > CITY OF LONGMONT The roadway approaches to the Sunset Street bridge were scoured away when the St Vrain Creek flooded in September 2013. J -U -B prepared a comparison report for submittal to FHWA, from which the determination was made that even though the existing bridge was still in place, a new bridge would be constructed to pass the 100 - year event. Anderson Consulting Engineers (ACE) was responsible fcr the hydraulic and scour design for the bridge replacement along this minor arterial. The hydraulic design concluded that a 210' bridge (3 -span) and raising the road approximately 3' would be necessary to pass the 100 -year event. A structural selection report was prepared with the recommendation of pre -stressed 30" side -by -side box girders with composite deck. The J -U -B team provided environmental services and obtained clearances in accordance with the requirements of the current federal and state environmental regulations. The boundary of riprap for scour design extended beyond the right-of-way therefore, the Team prepared Right -of -Way plans to obtain a temporary easement for riprap installation. 700' of roadway construction was included in the design along with roadway drainage design. The Sunset Street Bridge over St Vrain Creek project was awarded the 2016 APWA Colorado Award for Disaster or Flood Recovery (Large Size) along with the Engineering News Record (ENR) Mountain States 2016 Best Project Award (Small Project). 13 ellr--,701WiliNeefilIt tab J -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges PERFORMANCE ON SIMILAR PROJECTS SUBCONSULTANTS Anderson Consulting Engineers King Surveyors REFERENCE Dave Wells, City of Greeley, (970) 350-9796 REFERENCE Dave Cosgrove, Town of Lyons, (303) 823-8250 I 71ST AVENUE BRIDGE OVER SHEEP DRAW > CITY OF GREELEY 71st Avenue in the City of Greeley, between US Highway 34 Business and Bypass routes (10th Street and 20th Street) was upgraded from its existing rural road section to a minor (3 lane) arterial street section. Street improvements were completed between 10th Street (US Hwy 34 Business) and 12th Street in 2011. Sheep Draw is a major drain- age way with a mapped and regulated floodplain and floodway crossing 71st Avenue south of 12th Street. Under existing conditions, a 100 -year flood would have over -toped the existing bridge. Sheep Draw Trail will cross 71st Avenue to the west under the new bridge. The natural area along Sheep Draw has many wetland areas and provides consid- erable wildlife habitat. J -U -B was contracted by the City of Greeley to provide design services for the bridge, including hydraulics, structural and roadway design, waterline relocation, along with topographic surveying and environmental permitting. Anderson Consulting Engineers (ACE) performed the hydraulic analysis and provided comparisons between keeping the bridge at the same vertical elevation with extensive earthwork upstream and down- stream of the bridge, and raising the bridge one -and -one-half feet above existing grade with only minor grading downstream. The City chose to raise the bridge since it would have less impact on the existing wetlands. A 30 -inch waterline crosses Sheep Draw and a realignment was designed by J -U -B to avoid the proposed bridge structure. The new waterline will also be protected from scour during a 100 -year flood event. MCCONNELL DRIVE BRIDGE OVER SAINT VRAIN RIVER > BOULDER COUNTY In September 2013, the Town of Lyons experienced a devastating flood on both the North and the South St. Vrain Creek reaches. Several major roadway structures were damaged beyond use, cutting off half of the town from access. One of these structures was McConnell Drive over the ponds at Lyons Valley River Park. Both the roadway approaches and the box culverts were damaged by the September 2013 flood event. A temporary roadway was installed, with temporary CMPs to carry the water flow, until a new bridge could be designed and built. The Town of Lyons contracted with J -U -B ENGINEERS, Inc. in July 2017 to provide the final design and construction documents for the proposed McConnell Drive bridge over the St. Vrain Secondary Channel. J -U -B started with preliminary design documents developed previously by another design firm, and worked with subconsultants AECOM and SMITH Environmental to verify the hydraulic design and provide the environmental permitting for the project. As the Town had a deadline constraint for the funding of this bridge, J -U -B was able to utilize their long -hallway approach' to design the roadway, bridge and storm drainage elements and produce a construction set by middle of September 2017. Coordination between J -U -B and the design team on the Lyons River Valley Park restoration project was essential to maximize funding and minimize doubled -efforts by the contractors on each project. 14 J -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges SAMPLE PLAN & PROFILE SHEET 40'-O" PRECAST ABUTMENT 1'-O" HORIZONTAL CONTROL GRADE LINE & ABUTMENT 2O' -O" LINE, PROFILE GRADE BREAK 2O' -O" 1'-O" STATION AHEAD ABUTMENT 1 38'-O" BACKWALL WINGWALLS APPROACH NOT STATION AHEAD ABUTMENT 4 PRECAST EST. AND lbs. SLAB SHOWN ABUTMENT WEIGHT 77,700 10 7 -6" (TYP.) ABUTMENT BACKWALL LIFT POINTS (CAST WITH (TYP.) ABUTMENT) STA 23+33.60 (ABUT. 1) '" 24"0 PIPE, 4'-0" 4' (TYP.) STA 26+06.60 (ABUT. 4) I 6' -0" (TYP.) LEVELING GROUT (TYP.) DEVICE (TYP.) Q. PILES (TYP.) -1 6'-8" 7'-8" 17'-6" 6'-6" (TIP.) 2'-6" 3"0 PORT 7'-0" 2'-6" 6'-8" 7'-O" 2'-0" or. SLOPE ad Masa you d EL. 4903.67 ABUT. 1 EL. 4903.41 ABUT. 4 EL. 4901.42 ABUT. 1 EL. 4901.16 ABUT. 4 -2% BACKWALL SLOPE 18* -O" -2% SLOPE L LIFT POINT (TIP.) LEVELING DEVICE (TYP.) GROUT PORT (TIP.) PLAN HORIZONTAL CONTROL LINE, PROFILE GRADE LINE & ABUTMENT GRADE BREAK f 3" HOT BITUMINOUS PAVEMENT 18'-O" 2% SLOPE 2O1 I I. ELEVATION LOOKING BACK STATION ABUTMENT 1 SHOWN, ABUTMENT 4 SIMILAR WINGWALLS AND APPROACH SLAB NOT SHOWN FILL CMP VO DS WITH CONCRETE CLASS 0 AFTER PRECAST ABUTMENTS ARE INSTALLED BACKWALL Computer File information Creation Date: 3/27/14 Initials: DTUTTLE Lost Modification Dote: 6/1 9/14 Initials: ABALL Full Path. r\P,o$c4\Jue\eouie.r_cownty\e7-13-014_wcRr1-St-vrol"_erldo.\CAD Drawing File Nome: 87-13-014_S-611 dwg ACAD Ver ACAD 2013 Scale: AS NOTED Units: FEET O 0 O Index of Revisions 2' -O" O% SLOPE 3"0 GROUT PORT 1)4"0 GREASED LEVEUN BOLT, GROUT BLOC KOUT AFTER BOLT IS REMOVED OR PARTIALLY RETRACTED CORRUGATED STEEL 12 GAGE (TYP.) ABUT BRG PRECAST ABUTMENT EL. 4903.29 ABUT. 1 (TYP. EACH SIDE) EL. 4903.03 ABUT. 4 EL. 4901.06 ABUT. EL. 4900.80 ABUT. 4 3"0 BLOCKOUT )ri"M PVC PIPE SLEEVE 3" t )6" LONG - SHEAR FRICTION REBAR #5 BAR (1 TOT.) LACE FLOWABLE FILL CONCRETE FOR ABUTMENT x 5" x 1" STEEL PLATE WITH 19(e"M HOLE FOR BOLT CENTERED ON PLATE 3" x 2'-3" x 1" STEEL BEARING PLATE CENTERED ON BOLT PLATE ABUTMENT LEVELING DEVICE NOTES; 1. ABUTMENT REINFORCEMENT NOT SHOWN FOR CLARITY. 2. CLOSURE POUR CONCRETE IS PAID FOR AS PART OF ITEM 6O1 - CONCRETE CLASS D 3. LIFT POINTS MAY BE SHIFTED FROM LOCATIONS SHOWN. DETAIL LIFT POINT LOCATIONS AND UFTING DEVICES ACCORDING TO 6O1. GROUT LIFTING POINTS WITH STRUCTURAL NON -SHRINK GROUT AFTER COMPONENTS HAVE BEEN LEVELED. 4. "EL. XXXX.XX ABUT. X" INDICATES ELEVATION AT TOP OF PRECAST CONCRETE ABUTMENT 5. FILL GROUT AND GROUT PORTS WITH NON -SHRINK GROUT PER 6O1. 6. COAT OR GALVANIZE ALL MISCELLANEOUS STRUCTURAL STEEL PLACED IN STRUCTURAL CONCRETE UNLESS OTHERWISE NOTED. 7. FOR UFTING HARDWARE THAT IS TO BE LEFT IN PLACE. PROVIDE 2 )i INCH TOP COVER AND 1 INCH BOTTOM COVER AFTER INSTALLATION OF HARDWARE. 8. PLACEMENT OF FLOWABLE FILL IS INCIDENTAL TO PRECAST ABUTMENT. 1 AT 1 ABUTMENT (TYP. EACH SIDE) ABUTMENT EL. 4896.67 ABUT. 1 L. 4:96.41 LEVEL 4 TEMPORARY ERECTION ANGLE SET ON BACK OF WALL BY PRECAST WINGWALL FABRICATOR. REMOVE AFTER GROUTING COUPLERS (TYP.) Abutment detail sheet showing accelerated bridge design. Please note precast abutment, leveling device, and spe- cialized notes pertaining to lifting and anchoring precast abutment. This plan set contained several precast bridge elements in addition to the abutments. Q 48568 1-U.S ENGINEERS, INC. 3538 JFK Parkway Suite 01 Fort Collins. CO 80525 Phone: 970.377.3602 As Constructed No Revisions: E. COUNTY LINE RD. BRIDGE PRECAST ABUTMENT DETAILS Project No./Code CO70-052 / 20016 Revised Designer. A BALL Void: Detailer B. CDFF Structure\ Numbers BC-901-221-SV WEL001.0-022.1A Drawing Number S-611 Sheet Subset: Structural Subset Sheet: 11 of 38 Sheet Number 45 J -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges 15 PROJECT SCOPE WCR 54 AND BIG THOMPSON WCR 54 is part of the future Freedom Parkway and the bridge is in a reach of the Big Thompson River that has been studied as part of the Colorado Hazard Mapping Program (CHAMP), pursuant to the 2013 flood. The 2013 flood caused erosion issues that required substantial post -flood improvements. The goals of this project will include following the guidelines outlined in the Freedom Parkway Access Control Plan while passing the 100 -year flood. Critical Issues The major critical issues for this project are: 1. The new CHAMP hydrology indicates the 100 - year discharge is approximately 19,600 cfs. The previous regulatory hydrology (which the current bridge was designed for) in vicinity of this bridge suggested that the 100 -year discharge was 10,000 cfs. 2. It is desired that the new bridge and roadway pass the 100 -year flood event while keeping a portion of the roadway open to traffic. 3. The existing structure is 41 years old with a sufficiency rating of 77. It is in fair condition and has some life to it. It would be desirable to be able to keep the bridge while allowing the 100 -year flows to pass under WCR 54. The J -U -B Team will look at several potential solutions to these issues. Several options will be analyzed and the top 3 three will be included in a structure selection report. Potential options are listed below. Each option will have benefits and costs/risks that will be evaluated during the structure selection process. 16 1. Widen the existing bridge — The existing bridge would be widened to carry the future 5 -lane section. This option would likely have the lowest upfront cost. However, one of the cons would include the inability to pass the full 100 -year flow without the addition of a secondary structure to the west of the current bridge. Additionally, the existing portion of the bridge will have a shorter lifespan than the new construction. 2. Construct a 'sister' bridge — Constructing a sister bridge adjacent to the existing bridge. This option would allow construction with little interference to exiting traffic flow. It would also defer the price of rebuilding the existing bridge until its useful life is near its end. A major con to this option would be that the piers of the two bridges would need to line up in order to enable efficient flow. This will limit the ability of the designer to place the pier in a location that would maximize overall design efficiency of the bridge. 3. Replacing the entire structure with a wider and longer bridge - this option would be the preferred alternative if price was not an issue (which it always is). However, J -U -B has been faced with a similar scenario at WCR 1 and St. Vrain Creek. Our team performed a comparison of adding to the existing structure or constructing a new bridge. In the end, FHWA decided to replace the bridge based on our analyses of all factors, which include long-term cost. One critical element we will address is the hydraulic performance of the recommended bridge type and size. Regardless of the option, any pier will be at risk to snag debris and reduce the hydraulic performance of the existing structure. The pier layout for all options needs to be considered to reduce debris snags. Increased span lengths between piers will reduce the risk of snags by requirirg fewer piers and greater breadth for hydraulic flows. A structure selection report will summarize the process of determining the most cost-effective bridge type and size. Design factors that will be considered include: minimizing scour risks, minimizing debris snagging, minimizing long term maintenance, J -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges PROJECT SCOPE increasing hydraulic performance and maximizing cost efficiency. The recommended structure type and size will also need to address access at the corners of the bridge, guardrail end treatment, maintenance of traffic during construction and right-of-way limits during construction and for the final structure. The purpose of the selection report is to compare and evaluate the alternatives. A properly completed selection report will weigh the pros and cons and usually make the final structure selection relatively easy. Other non-structural issue on this project will include: the oil battery just east of the bridge, erosion/ meandering of the river upstream, determine how much of WCR 54 will need to be elevated to eliminate overtopping, and configuring the proposed bridge and channel cross sections to balance sediment transport potential through the new structures in an effort to minimize the potential for sediment deposition in the vicinity of the bridges, thereby reducing future maintenance requirements to maintain flood flow capacity. Scope Actual scope tasks for this project are laid out in detail in our fee spreadsheet. Upon selection, it is typical for J -U -B to supply the client with a detailed scope that goes over each task. Most of the team being proposed for this project has worked together to complete 4 bridge replacement projects with Jeff Temple as the senior project manager. We know this type of project and we know what it will take to complete. This effort has been depicted in our fee sheet. Some of the specific tasks within the scope include: Sub -surface Utility Engineering by Clark Land 17 Surveying in accordance with Colorado Revised Statue and ASCE 38-02. Environmental services by Darcy Tiglas that will comply with the Categorical Exclus on check list provided by CDOT. CDOT level ROW plans prepared by King Surveyors. King has supplied J -U -B with numerous ROW plans that have received Region 4 approval. ROW acquisition service by Western States Land Services (WSLS). J -U -B has worked with WSLS on all our recent bridge projects. WSLS knows Northern Colorado, CDOT Region 4, Weld County and J -U -B. Our team will review various traffic detouring and phasing options. We will also analyze the potential of utilizing Accelerated Bridge Construction (ABC) to reduce the phasing time. The J -U -B Team did this at the WCR 1 and St Vrain bridge. J -U -B has assumed a three span structure when we laid out our cost. We also added time to analyze the existing bridge and develop a thorough structural selection report. We are firm believers that the best money a client can spend is in the evaluation of alternatives. Most recent bridges in Northern Colorado ended up being 3 spans with an approximate length of 250 feet. Anderson Consulting Engineers (ACE), has assumed CLOMR and LOMR submittals to FEMA will be required on this project. However, our Team will attempt to achieve a no -rise, in which case a CLOMR will not be required. This would have the affect of Weld County saving both FEMA review fees along with a substantial savings to ACE proposed fee. U -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges PROJECT SCOPE Project Schedule J -U -B's Fort Collins office has managed multiple bridge contracts over the past decade, and we understand how to manage these schedules. Our project managers will work with Weld County to refine our scope and fee if required. The schedule will also be discussed with Weld County. Once J -U -B is equipped with both the hours and the schedule, we will integrate the required effort into our overall work schedule. Regular coordination meetings with the County will identify critical issues and develop strategies to keep the project on schedule. J -U -B is prepared to commit all the necessary resources to meet the County's schedule for this project. We can confidently say that our Fort Collins office is prepared to commit all necessary staff time to this project. In fact, J -U -B has the capacity in 2020 to complete all three bridge designs (19/46.5A, 54/13A and 64/39A). Although we have developed our fee spreadsheets assuming a stand-alone project, Weld County would see a substantial savings if J -U -B completed all three bridges. Savings would be realized in project meetings, coordination, FEMA reviews (hopefully we can make one submittal to FEMA instead of three), and overall management. 18 J -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges WCR 54 Bridge Weld County Improvements Prepared By: J -U -B Engineers, Inc. Project 54/13A September 13, 2019 ��l Bridge and Roadway Design cur• I+»,•Q.•+. a. Task Number Task Description Sr. Proj. Manager /Principal Jeff Temple Structural Lead - other Managers Alan Cukurs Project Manager Dan Tuttle and/or Amber Morse Project Structural Joey Laprwote Project Engineer Kevin Kramer E12 Kevin Smith Brian Klan Kyle Ritchie Designer/ Technician Clerical Total 1 -U -B Labor SUBS ACE King Tiglas SUBS vv515 (Dark Task Total Total $180 00 $170.00 $140.00 5130.00 $130.00 5101.00 $98.00 $ 70.00 1 Periodic Progress Meetings (14 Total) 12 36 36 8 511,612 511,612 2 Monthly Progress Reports (14 total) 2 14 8 52,880 $2,880 3 Management, Administration 4 50 12 58,560 58,560 Expenses $1,000 51,000 Hour Subtotal: 18 0 100 0 0 36 0 28 Subtotal: $24,DS2 4 General Data Gathering 4 16 52,272 $2,272 S Topographic Survey (KING) 1 2 $354 $7,873 $8,217 6 Property and ROW Base -Map (KING) 2 1 5410 52,440 51,0 7 Title Commitments review (King) (2 a 5500) _ 50 51,000 0 $1,0000 8 Sub Surface Utility Identification (SUE- Phase ►)(Clark) 2 2 5476 57,500 $7,976 9 Utility and Ditch Coordination (JUB) 1 24 53,540 53,540 10 Potholes - SUE Phase 2 (Clark) (30 at $950 ea, includes traffic control) 4 5520 528.500 $29,020 11 Verify Survey Base Map with Field Visit (combine w/ progress meeting) 6 6 51,422 51,422 12 Data Collection, Field Reconnaissance, Base Map Development (ACE & JUB) 2 $280 $4,080 54,360 13 Geotechnical Testing & Prelim/Final Report w/ Traffic Control (TERRACON) 4 2 5940 $14.(X10 514,940 Expenses $1,000 51,000 Hour Subtotal: 1 4 35 4 9 24 2 0 Subtotal: $76,607 14 Pre -Project Hydrologic Analyses (ACE) 50 54,800 54,800 15 Hydraulic Design (ACE) 2 2 $494 519,450 519,944 16 Preliminary Roadway Design (w/ H&H and bridge considerations) 2 a 16 16 55,272 $5,272 17 Exhibits & Conceptual Drawings (3 to S alternatives) 6 24 53,348 $3,348 18 Conceptual Design and Structure Selection Report (3 alternatives) 99 16 2 8 64 16 528,338 528,338 19 Opinion of Probable Const. Cost (OPCC) and Summary of Approx. Quantities 1 8 51,036 51,036 20 QA/QC 2 4 4 51,560 51.560 21 Conceptual Submittal 4 4 5948 5948 Hour Subtotal: 5 103 26 10 30 118 0 16 Subtotal: 565,246 Environmental tibias) 21 Initial Site Assessment Form #881 (Tiglas) 50 $1,500 51,500 22 Wetlands/Waters of the U.S.(Tiglas) 2 5280 51,000 51.280 23 404 Wetland Permit (Tiglas) (assumes under a 10th Acre impacts) 2 5280 51.500 51,780 24 Sensitive Species (Tiglas) 2 5280 51,500 51,780 25 Noxious Weed Survey and Report (Tiglas) 2 $280 51.000 $1,280 26 5B-40 Certification (Tiglas) 2 5280 51,500 51,780 27 Cultural Resources (Historic Resources Survey and Report) (Tiglas) 2 $280 52.616 52,896 28 Wetlands Finding Report (Tiglas) 2 5280 54,500 54,780 29 Kickoff/FIR/Mist Meetings (Tiglas) 50 51,200 51,200 General Design Tasks 30 Proposed Condition Hydraulic Analysis (ACE) 2 $260 59,500 + $9,760 31 Structural Design and Calculations 35 4 21 90 518,870 518,870 Survey and Property Acquisition _ 32 ROW Plans and Property Descriptions (KING) 2 8 51,136 55.565 $6,701 33 Property Acquisition Services (WSLS)(Pre-condemnation) 2 5280 S',,'it.ni $6,180 Design and Plan Sheets 34 General Drawings - Cover, Notes, Legend, Typicals, Etc (8 sheets) 2 4 8 51,656 51,656 35 Quantity Tabulation Sheets (2 sheets) 2 2 12 $1,824 51,824 36 Geometric Design and Horizontal Control (2 sheets) 2 2 6 51,182 51,182 37 Demolition Plans (2 sheets) 2 2 4 5968 $968 38 Roadway Plan & Profiles (2 sheets) 2 4 24 $3,368 53,368 • 39 Storm Drainage (rundowns) and Water Quality (2 sheets) 2 8 8 52,176 52,176 40 Grading Roadway and Channel (4 sheets) 4 8 32 55,024 55,024 41 Traffic Sheets • Signing and Striping (1 Sheet) 1 2 4 5828 5828 42 Riprap layout and Detail (2 Sheets) 2 6 5922 $922 43 Roadway Cross Sections 2 8 51,136 $1,136 44 Bridge Structure - Notes and Structural Quantities (1 sheet) 1 7 $919 5919 45 Bridge Structure - General Layout and Typical Section (1 sheet) 1 16 51,882 51,882 46 Bridge Structure . Engineering Geology (1 sheet) 1 6 5812 5812 47 Bridge Structure - Hydraulic Information (1 sheet) 1 2 6 51,092 51,092 48 Bridge Structure - Construction Layout (2 Sheets) 1 16 51,882 $1,882 49 Bridge Structure - Abutment Layout & Details (2 sheet) 1 8 $1,026 $1,026 50 Bridge Structure - Pier Layout & Details (4 sheet) 4 20 52,82D $2,820 51 Bridge Structure - Wingwall Layout & Details (2 sheet) 6 32 54,444 $4,444 52 Bridge Structure - Girder layout & Detail (1 sheet) 1 5 $705 $705 53 Bridge Structure - Deck layout & Reinforcement (2 sheet) 2 10 $1,410 $1,410 54 Bridge Structure • Approach Slab Details (1 sheet) 1 S $705 $705 S5 Bridge Structure - Bridge Rail-layoutA Details (2 Sheets) 2 10 $1,410 $1,410 56 Expansion Joints (1 Sheets) 2 6 5982 5982 57 Bridge Deck Elevations (1 Sheets) 2 6 5902 5902 58 Opinion of Probable Const Cost (OPCC) and Summary of Approx. Quantities 1 1 4 40 55,190 55,190 59 QA/QC 8 4 $2,120 52,120 60 Prepare for and Attend FIR Meeting w/ Minutes 4 6 51,560 S550 5400 52,510 Expenses 51,000 $1,000 . _ Hour Subtotal: 13 64 55 23 34 403 0 0 Subtotal: $110,682 Total Hours (Start up to FIR): 37 171 216 37 73 561 2 44 5148.713 571,574 i 556,300 5276,587 19 J -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges r WCR 54 Bridge Weld County Improvements Prepared By J -U -B Engineers, Inc `� Project 54/13A September 13, 2019 i Br:dge and Roadway Design ...um [Mur ,nc Task Number Task Description Sr Proj Manager /Principal Jeff temple Structural lead other Managers Alan Cukurs Project Manager Dan Tuttle and/or Amber Morse Project Structural Joey taprevote Project Engineer Kevin Kramer Ell Kevin Smith Brian Klatt Kyle Ritchie Designer/ Technician Clerical Total J -U -B labor SUBS ACE King Tight. SUBS Task total Total $180.00 S1/0UC $140.00 $130.00 5130.00 510100 5`81:{; S/000 61 Address Preliminary Comments 1 2 6 8 8 16 54,824 54,824 62 Utd+hes Coordination 1 16 $2,420 52,420 Hydrology & Hydraulic (ACE) 63 Pre•Construct on Reporting and Floodplain Permitting (ACE) 2 5280 521,690 $21,970 64 Revised Condition Hydraulic Analysis (ACE) 4 4 $988 511.410 512,398 65 Post Construction Reporting and LOMB Application 4 4 4 $1,508 518,210 519,718 66 CLOMR ire (56,500), LOMR Fee (8.000), i tiDP (5180) SO 514,680 514,680 a Survey and Property Acquisition 6/ Stake ROW Takes and Easements (KING) 1 ;140 $1,219 ;1,359 68 Property Acquisition Services (WSLS)(Pre condemnation) 7 4 $920 $8,920 Design and Plan Sheets 69 General Drawings Cover, Notes, Legend, Typicals, Etc (7 sheets) 2 8 12 52,604 52,604 70 Quantity Tabulation Sheets (2 sheets) I 8 16 $3,032 53,032 71 Demolition Plans (2 sheets) 2 4 5708 5708 72 Geometric Design and Horizontal Control (2 sheets) 1 2 2 5614 $614 73 Roadway Plan & Profiles (2 sheets) 2 4 8 17 53,244 $3,144 14 Storm Drainage Plans (Swales/rundowns) (7sheets) 4 16 $2,212 $2,217 15 Grading Roadway and Channel (4 sheets) 2 24 52,848 $7,848 76 Bridge Structure Notes and Structural Quantities (1 sheet) 4 5428 5428 77 Bridge Structure - General Layout and Typical Section (1 sheet) 1 11 51,347 51,347 77 Bridge Structure Engineering Geology (1 sheet) 3 $491 $491 78 Bridge Structure Hydraulic Information (1 sheet) 1 2 4 58/8 $8/8 79 Bridge Structure Construction Layout (2 Sneets) 2 8 51,196 51.196 80 Bridge Structure • Abutment Layout & Details (2 sheet) 3 31 53,827 53,827 81 Bridge Structure - Pier Layout & Details (4 sheet) 4 24 53,248 53,248 82 Bridge Structure W:ngwall Layout & Details (2 sheet) 1 18 $2,096 52,0% 83 Bridge Structure Girder layout & Detail (1 sheet) 6 $812 $812 84 Bridge Structure - Deck layout & Reinforcement (2 sheet) 1 16 $1,887 51,882 85 Bridge Structure Approach Slab Details (1 sheet) 2 1 51,089 51,089 86 Bridge Structure Bridge Rail layout & Details (2 Sheets) 1 10 51,410 51,410 87 Expansion Joints (1 Sheets) 1 5 $705 $705 88 Bridge Deck Elevations (1 Sheets) 2 6 $902 5902 89 Erosion Control (> 1 acre) (6 sheets) 2 12 51.564 51,564 1 90 Access/property Designs 2 17 $1,564 51,564 l 91 Nonstructural Details (4 sheets) 2 8 $1,116 51.116 1 92 Roadway Cross Sections (10 sheets) 12 $1,284 $1,284 i 93 Traffic Signing and Striping (1 sheets) 4 $428 $428 1 94 Traffic Control/Detour Plan (1 sheets) 4 1 $47R 5478 95 Prepare Specifications 1 2 4 4 51,688 51,688 96 Prepare FOR Documents for submittal 1 8 8 52,336 52,336 97 Opinion of Probable Const. Cost (OPCC) and Summary of Approx. Quantities I 4 4 40 $5,880 55.880 98 QA/QC l0 :6 16 56,600 56,600 99 FOR Meeting (prepare, attend, minutes) 4 8 4 $2,188 5550 5400 $3,138 1 Hour Subtotal: 26 44 76 32 34 363 16 0 Subtotal: 5147,948 100 Address FOR Comments 8 8 32 6 $6,004 56,004 101 Bridge Design Independent Review (for all reviews)(Centennial) 2 2 4 $1,048 $6,848 102 Finalize Construction Plans for Advertisement 4 8 4 8 8 $3,372 53,372 103 Finalize Specifications and OPCC 1 4 8 24 $4,348 $4,348 104 Submit Advertisement Documents 8 4 8 52,4% 57,4% 105 Addendums and Award Documents 1 4 8 4 51,836 51,836 Ill linfr 106 Structure load Rating 16 2 30 $6,210 $6,210 10/ RFI's and Shop Drawing Review 10 20 10 35 $9,545 59,545 108 Set Monuments shown on ROW plans (KING) 1 $140 $1,795 $1,935 109 As -Built Survey (KING) 2 5280 $4,363 54,643 109 Other Professional Services (OPS) $30,000 $30,000 Expenses: $1,000 $1,000 Hour Subtotal: 2 28 51 10 32 145 8 18 Subtotal: 578,237 Total Hours for final Design (FOR meeting to Award) i 28 72 127 42 66 508 24 18 5138,068 $13,911 514.700 5276,185 TOTAL PROJECT $502,772 $215,9911 Task Numbers ACE King Tiglas WSLS Clark General 12, 14 15, 30. 63-66 5103,820 5-1, 32, 6/, 108-109 524,255 21 29 $16,316 13 $14,000 14 513,900 8, 10 536.000 101 55,800 60, 99 51,900 Totals 5103,820 524,255 516,316 514,000 513,900 536,000 $5,800 $1,900 J -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges 20 A och CJ -U111 J•U•B ENGINEERS, INC. THE LANGDON GROUP OTHER J -U -B COMPANIES GATEWAY MAPPING INC.
Hello