Loading...
HomeMy WebLinkAbout20194532.tiffCome ibiog1 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW • PASS -AROUND TITLE: Bridge 19/46.5A Design Change Order #4 DEPARTMENT: Public Works DATE: 5/02/23 PERSON REQUESTING: Michael Bedell (PW), Don Dunker (PW), and Bruce Barker (GAO) Brief description of the problem/issue: The ongoing design services for Bridge 19/46.5A replacement being performed by J -U -B Engineers has encountered some significant unforeseen issues, mainly associated with landowner coordination, and ROW/Easement acquisition, which requires additional work effort by the consultant. About 70% or $132,172 of the total change order ($191,816) is for additional floodplain modeling, survey and ROW/Easement acquisition. There will also be bridge drawing updates and changes once the survey and modeling are complete plus additional property to be acquired. For more specific details associated with the additional work is further described within the attached proposed Change Order #4 document. This project includes a CDOT Grant of $500,000. 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 #4. 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 #4, in the amount of $191,816.00, and that the contract completion date be extended to 12/31/25. 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 landowner coordination and ROW/Easement acquisition. Perry L Buck, Pro -Tern Mike Freeman, Chair Scott K. James Kevin D. Moss Lori Seine 5/Zzi Approve Schedule c„opandation Work Session ee, 0,6e,,,c1014)) ,S*423 Other/Comments: Zotc(-�53? CHANGE ORDER NO. 4 PROJECT: BRIDGE 19/46.5A REPLACEMENT DESIGN Date: April 11, 2023 PROJECT: BRIDGE 19/46.5A 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: $4991723.00 Current Contract Price adjusted by previous Change Orders: $686,072.00 The Contract Price due to this Change Order will be increased: $191:816.00 The New Contract Price, including this Change Order, will be: $867,888.00 CHANGE TO CONTRACT TIME: The Contract Time will be extended for this additional work. The revised date for completion of all Work will be December 31t 2025. RECOMMENDED: Owner Representative: °Sena APPROVALS: CONSULTANT: NameJeff Temple Title Michael Bedell, P.E. (Senior Engineer) vis, mood op IS loops C'Utt'pV.e.al,Gel u Eon man. W.fflO,AwaR OW.Trapk a. MIMS*it near Date: 5116 1Z3 Date: 5/10/13 020/9 4/533 WELD COUNTY: ATTEST: Wadritgo Weld County Clerk to the Board BY: Deputy [I Ierk t. the B BOARD OF COUNTY COMMISSIONERS WELD COUNTY. COLORADO C Mike Freeman. Chair MAY 2 4 2323 02,5", 465s GIUS J U B ENGINEERS, INC J -U -B Engineers, Inc. AGREEMENT FOR PROFESSIONAL SERVICES FOR WCR 19 Bridge Improvements Weld County, CO Scope of Add Services, Schedule, and Basis of Fee March 22, 2023 (Updated 4/10/2023) PROJECT UNDERSTANDING The WCR 19/46 5 project has been contested by the property owners downstream of the bridge (Binders Family Farm LLC ) Most recently the Binder Family had a 3' party engineer review the plans and documents for the project The third -party engineer questioned several aspects of the design All but one of these concerns were acceptable to the third -party engineer upon clarification Upon additional hydraulic modeling performed by the J -U -B Team, it was decided that the on -going request for additional erosion counter measures of the riverbank downstream of the bridge did have merit The County has requested that the design team perform additional analyses, to include 2D hydraulic modeling, to determine the limits of additional riverbank armoring Since the plan documents are near complete, any changes will have a ripple effect 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 1-D hydraulic modeling, 2-D hydraulic modeling, Determination of additional riverbank modeling, Revision of ROW plans, design plans, and ROW acquisition to include additional area 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 WSLS — Western States Land Services ACE —Anderson Consulting Inc County —Weld County Weld County Bridge 19/46 5A Change Order 4 Scope & Cost Proposal March 22 (Updated April 10), 2023 Scope Task I Scope of Services I Deliverables 1 I Additional Coordination based on Third -Party Review (J -U -B and ACE's scope) 1 Review of report prepared by third -party engineer, 2 Analysis and preparation of response to concerns, 3 Meeting at County with third -party reviewer and follow-up Teams meeting, 4 General coordination regarding report Response to report and concerns 2 I Additional 1-D Hydraulic Modeling (see ACE's scope) 1 Detailed 1-0 modeling, 2 Additional cross sections, 3 Teams meeting Models 3 I Additional 2-D Hydraulic Modeling (see ACE's scope) 1 Corrective Effective 2-D Modeling, 2 Proposed Condition 2-D Modeling, Models 4 I Final Hydraulic Modeling, Counter measures, & reporting (see ACE's scope) 1 Finalize 10 Model based on flood plain and 2-D model results, 2 Design of additional Erosion Control, 3 Reporting and documentation Report from ACE 5 I ROW Acquisition (See WSLS Scope/Cost email) 1 Additional effort for Binders' property Updated appraisal and 2 Additional Appraisal review 3 Additional appraisal review Acquisition paperwork 6 I Revision of CDOT approved ROW Plans (See Kings Scope/Cost) 4 Update Title Report Updated ROW plans 5 Revise ROW Plans and Descriptions 6 Staking of revised ROW in the field 7 Achieving CDOT approval of plans 7 I Updated Plans, Revised Environmental Exhibits, and OPCC Revisions (J -U -B) Updates to the plans will include these major components Revised Plans and 1 General sheets including cover, tabs, geometries, control OPCC 2 Channel Grading Sheets 3 SWMP, X -sections, 4 Coordination with Darcy from Tiglas and updating of environmental exhibits to be inserted in the revised environmental reports Revision of the Opinion of Probable Construction Cost 8 I Additional CDOT FOR (95%+) Review and address comments 1 Submit plans to CDOT and Weld County for an additional Review Submittal of 2 Address comments and reply in an Excel spreadsheet It is assumed that comments will be minor If there are comments changing design previously agreed to, J -U -B will perform service at an additional cost documents and comment response form 9 I Extension of Design Project by one year (J -U -B) Extending the design project by one additional year will require, 3 12 additional invoices and progress letter Monthly updates and Advertisement 4 Additional occasional Coordination Documents 5 Due to design documents being 'shelfed" for a year prior to advertisement, the design team will need to make any minor changes as well as update the OPCC Weld County Bridge 19/46 5A Change Order 4 Scope & Cost Proposal March 22 (Updated April 10), 2023 Scope Task I Scope of Services I Deliverables 10 I Structure Load Rating 1 Follow CDOT guideline to load rate the new badge Load Rating submitted to CDOT 11 I RFI's, Change Orders, and Shop Drawing Review 1 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 - RFI forms . Written technical assistance on Change Orders - Shop drawing reviews 12 I Set Monuments shown on ROW Plans (KING) (See Kings Scope/Cost) 1 Set monuments of the ROW corners per the CDOT approved ROW drawings This is a CDOT requirement ROW metal monument placed in the field 13 I As -Built Survey (KING) (See Kings Scope/Cost) 1 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 LOMB application included in task 13 CADD version of the topographic survey 14 I 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 ($5,000 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 -Revised model and report to reflect as - constructed conditions -LOMB Application Weld County Bridge 19/46 5A Change Order 4 Scope & Cost Proposal March 22 (Updated April 10), 2023 PART 2 - ASSUMPTIONS The above Scope of Services is based on the following assumptions • CDOT and Weld County will perform one additional review of the final documents and J -U -B will address the addition comments from this review • 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 Fall 2023 (per Weld's direction) Fall 2024 Winter 2024/2025 A The hours and fees for each task are presented on the attached spreadsheet and are based on our 2022 rate sheet which is available for review B If this project extends into the 2023 calendar years, J -U -B can adjust their rates to match our 2023 rate sheets on future change orders Weld County Prepared By: J -U -B Engineers Project 19/46A - Change Order #4 10 -Apr -23 WCR 19 Bridge Improvements J-V••[Methinks irt Task Number Task Description Senior Project Manager Jeff Temple Structural Lead Project Engineer Kevin Smith Engineer PFA/Clerical Total l -U -B Labor Kinj: ACE v�5L`, Task Total Total S230 00 5720 00 5168 DC 5.1:i2 UU $81 00 Additional Services (H&H and Erosion Control) 1 Additional Coordination based on Third -Party Review (J -U -B & ACE) 8 52,344 52,250 $4,594 2 Additional 1-D Hydraulic Modeling (ACE) 1 S230 S4,64o S4,870 3 Additional 2-D Hydraulic Modeling (ACE) 1 5230 $18,155 $18,385 4 Final Hydraulic Modeling, Counter measures, & reporting(see ACE's scope)_ 1 I $398 $29,220 $29,618 5 ROW Acquisition (WSLS) 1 $230 $14,400 $14,630 6 Update ROW Plans (KING) 1 1 S398 $3,174 $3,572 7 Updated Plans (32hr), Revised Environmental Exhibits (9 hr), and OPCC Revisions (Shr) 4 •17 $7,976 $7,976 8 Additional CDOT FOR Review and address comments 8 a 7f: 74 $10,400 $10,400 9 Extend project by one Calendar year (Admin/management) 20 _ ?U 58,932 $8,932 Additional Services (H&H and Erosion Control) - Hours Subtotal: 45 4 91 24 12 531,138 S/1,839 Subtotal: $102,977 Post Design U Structure Loading Rating 1 8 32 $7,366 57,366 ' RFI's and Shop Drawing Review 8 10 48 48 $19,400 $19,400 12 Set Monuments shown on ROW Plans (KING) 2 5304 $2,643 $2,947 13 As -Built Survey (KING) 2 5304 55,460 55,764 14 _Post -Construction Reporting & LOMR Application (See ACE Scope) 2 4 $1,132 $52,230 $53,362 Post Design - Hours Subtotal: 11 18 84 52 0 528,506 560,333 Subtotal: S88,839 Change Order #4 Hours Total : 56 22 175 76 12 $59,644 $132,172 Subtotal: $191,816 Scope of Work April 3, 2023 WCR19 Bridge at Little Thompson River — Add Services & LOMR Anderson's CO #4 Scope SCOPE OF WORK for ADDITIONAL SERVICES AND LOMR FOR THE WCR 19 BRIDGE REPLACEMENT AT THE LITTLE THOMPSON RIVER, WELD COUNTY, COLORADO This scope of work defines the anticipated effort associated with providing additional, detailed hydraulic modeling and erosion countermeasure evaluation/design services in response to on -going concerns by the adjacent landowner and their third -party engineer regarding the proposed bridge design for WCR 19 at the Little Thompson River. Also included in this scope is the work associated with preparing a Letter of Map Revision (LOMR) for this project after construction is complete and as -built survey/topographic data are available. Task 1. Third -Party Engineer Report: Review, Meetings, and Coordination This task includes reviewing the report prepared by the property owner's third party engineer, an in - person meeting to discuss that report, submittal of additional materials to said engineer, and a follow up teleconference to discuss further findings. In addition, this task includes coordination within the project team and County staff through this process. Task 2. Additional One -Dimensional Hydraulic Modeling This task includes detailed 1D hydraulic modeling east of WCR 19 in an effort to address concerns raised by the third -party engineer. Additional cross sections will be added to evaluate detailed hydraulic conditions in the vicinity of the limits of proposed grading and the proposed right-of-way boundary. Both the corrected effective and proposed condition models will be revised in include the additional cross sections. The no -rise condition previously documented will be re -assessed, along with a comparison of flow velocities in the channel to determine the potential for erosive conditions within and immediately downstream of the project area. This task includes coordination within the project team and discussion of the results of this modeling effort with County staff. Task 3. Refine Proposed Channel Grading With the anticipated extension of right-of-way acquisition to the east, it will be possible to revise the grading that represents the tie-in to existing ground at the eastern extent of the project in order to smooth the transition to the existing river channel. Changes to proposed grading will be informed by a site visit (owner approval pending) to assess existing ground conditions. During this site visit, a field assessment of the river channel and north bank near the eastern extent of proposed right-of-way will be conducted to inform the formulation of erosion countermeasure designs for the outside bend at that location. The revised grading in this area will be used for all subsequent hydraulic modeling efforts. The proposed grading will be coordinated within the project team and provided to County staff for review and approval. Task 4. Two -Dimensional Hydraulic Modeling, Including Result Comparison/Evaluation Two-dimensional hydraulic modeling of the Little Thompson River at WCR19 will be conducted to develop detailed information related to flow patterns, water surface elevations, and velocities. Results will be used to verify and/or refine 1D hydraulic modeling, evaluate changes associated with the proposed bridge, and inform erosion countermeasure design. COiU819_WCR19AddServicesCO_SOW_04-03-2023.docx 1 of 3 Anderson Consulting Engineers, Inc. Scope of Work April 3, 2023 WCR19 Bridge at Little Thompson River — Add Services & LOMR Corrected Effective 2D Hydraulic Modeling A 2D hydraulic model of the Little Thompson River at WCR19 representative of corrected effective conditions will be developed using HEC-RAS Version 6 3 The model will extend from corrected effective 1D model Cross Section 12715 upstream to Cross Section 15527 Model terrain will reference 2014 LIDAR collected by the USACE, and the topographic survey data collected by King Surveyors in December of 2019 and June of 2020 The model grid will be developed using cell sizes small enough to capture the terrain accurately The grid will be reinforced with detailed breaklines to appropriately define terrain features critical to hydraulic computations A Manning's n roughness coverage will be developed consistent with values applied to the 15 hydraulic modeling The model grid will also include the existing condition WCR19 bridge geometry Downstream boundary conditions will reference known water surface elevations at Cross Section 12715 computed by the corrected effective 1D hydraulic model Up to five different hydrologic conditions will be simulated including the 10-, 25-, 50-, and 100 -year event and possibly one additional flow, not yet determined, if necessary Results extracted from the corrected effective 2D hydraulic model will include mapping of inundation boundaries, flow depths, and velocities for each flow event This task will include comparison of 2D and 15 hydraulic modeling results with the intent of verifying and/or improving the corrected effective 1D hydraulic model with respect to ineffective flow areas Proposed Condition 2D Hydraulic Modeling A proposed condition 2D hydraulic model will be developed by modifying the corrected effective model to include proposed condition grading and bridge geometry The model grid will be updated to include additional breaklines to define proposed condition terrain features Downstream boundary conditions and hydrologic flow inputs will be the same as the corrected effective model Results extracted from the proposed condition 2D hydraulic model will include mapping of inundation boundaries, flow depths, and velocities for each flow event This task will include comparison of 2D and 1D hydraulic modeling results with the intent of verifying and/or improving the proposed condition 1D hydraulic model with respect to ineffective flow areas The proposed condition 2D hydraulic model results will be compared to the corrected effective condition 2D model results to evaluate differences in flow depths and velocities on a more detailed basis than is possible with 1D modeling Flow depths and velocities will be compared on a or cell by cell basis to provide additional detail regarding possible project impacts Mapping of proposed condition depths and velocities will be used to inform erosion countermeasure design The results of the 2D modeling effort will be discussed with the protect team and presented to the County in a virtual meeting Task 5 Finalize One -Dimensional Hydraulic Modeling and Floodplain Mapping Using the revised grading associated with proposed conditions and using the 2D modeling results to inform the definition of ineffective flow boundaries, the 15 hydraulic model will be revised for both the corrected effective and proposed conditions It is possible that the 2D modeling effort may also help to identify alternate optimal locations for cross sections used in the 10 models If so, cross sections will also be redefined in both models Water surface elevations generated by the 1D hydraulic model will be compared for all return periods analyzed The comparison will seek to confirm that a no -rise condition is still met for the 100 -year event COJUB,WCR19AddSemcesCO-SOW-04 03 2023 doa 2 of 3 Anderson Consulting Engineers, Inc Scope of Work April 3, 2023 WCR19 Bridge at Little Thompson River — Add Services & LOMR Both the corrected effective and proposed condition 100 -year floodplain delineations will be updated based on the results of the latest 10 modeling effort A comparative floodplain work map will be prepared The results of the final 10 modeling effort will be discussed with the project team and presented to the County in a virtual meeting Task 6 Design of Additional Erosion Countermeasures It is anticipated that the results of the detailed hydraulic modeling will indicate that erosion countermeasures are warranted in the vicinity of the transition from proposed grading to the existing channel at the east end of the project area Rock nprap and/or turf reinforcement mat, along with vegetative measures will be considered for this area Bend scour will be computed for the nghthand bend in the river channel in this area Erosion countermeasures will be hydraulically designed and initial design sketches produced A virtual meeting will be held with County staff to discuss the results of the erosion countermeasure evaluation/design, pnor to finalizing the design plans Subsequent to approval by County staff, final design information will be provided to JUB in the form of plan form layout, cross section views, and details, for incorporation into the construction plan set Task 7 Reporting and Documentation A hydraulic modeling report will be prepared as supplement to the FOR report This supplemental report will document the 10 hydraulic modeling, 2D hydraulic modeling, bend scour analysis, and erosion countermeasure design completed under this scope of work Specific to the 2D hydraulic modeling, the following documentation will be prepared 2D hydraulic model development, summary 2D hydraulic model results, a comparative assessment of 1D and 2D model results and recommendations to refine 10 modeling, a detailed summary of project impacts determined from 2D model comparisons, and flow depth and velocity comparisons Task 8 Post -Construction Reporting and LOMR Application The pre -construction hydraulic design/flood hazard evaluation report will be revised to document hydraulic modeling and flood hazard mapping associated with as -built conditions The as -built hydraulic modeling/flood hazard evaluation report will also identify floodplain modifications that may have changed relative to proposed conditions that were documented prior to construction It is noted that if adverse impacts, such as rises in base flood elevations, are identified that need to be resolved, these will be discussed with the Project Team and County Staff and addressed under a supplemental scope and budget A LOMR application will be prepared and the requisite supporting documentation added to the as -built hydraulic modeling/flood hazard evaluation report It is assumed that property owner notification of floodplain impacts will be handled, if necessary, via newspaper announcement The report and LOMR application will be submitted to the County for review Upon approval by the County, the report and LOMB application will be submitted to FEMA Although the potential nature and extent of comments cannot be foreseen, this task will set aside $5,000 of the identified budget for addressing either county or FEMA comments This budget will be used on a time and materials basis to the extent necessary to satisfy County and FEMA comments If additional effort beyond this allowance is needed to address comments, that work would be conducted under a supplemental scope of work and budget COMB19_WCR19AddServicesCO}OW-04 03 2023 doa 3 of 3 Anderson Consulting Engineers, Inc Anderson's CO #4 Fee BUDGET for ADDITIONAL SERVICES AND LOMR FOR THE WCR 19 BRIDGE REPLACEMENT AT THE LITTLE THOMPSON RIVER, WELD COUNTY, COLORADO April 3. 2023 PROJECT: Add Services & LOMR for CLIENT: JUB. Inc. WCR 19 at Little Thompson River Anderson Consulting Engineers, Inc. Direct Labor ODC's Totals ACE PROJECT NO.: COJUB2019 PREPARED BY: GJK DATE: 04/03/2023 Senior Principal Engineer $210/hr Senior Engineer II $135/hr Senior Engineer I $120/hr Project Engineer II $115/hr Senior GIS/CADD Technician $105/hr Senior Project Assistant $80/hr Other Direct Costs Task/Description Hours Hours Hours Hours Hours Hours Cost Hours Cost 1. Third -Party Engineer Report: Review, Meetings, and Coordination 9 3 12 $2,250 2. Additional One -Dimensional Hydraulic Modeling 8 24 1 33 $4,640 3. Refine Proposed Channel Grading 4 5 1 10 $1,520 4. Two -Dimensional Hydraulic Modeling, Including Result Comparison/Evaluation 10 98 8 17 1 134 $18,155 5. Finalize One -Dimensional Hydraulic Modeling and Floodplain Mapping 10 4 34 4 52 $7,140 6. Design of Additional Erosion Countermeasures 12 2 48 6 1 i 69 $9,260 7. Reporting and Documentation 10 24 34 12 4 $300 84 $11,300 8. Post -Construction Reporting and LOMR Application " 38 12 156 48 26 12 $14,700 292 $52,230 TOTAL PROJECT HOURS 101 140 312 48 65 20 686 TOTAL PROJECT BUDGET $21,210 $18,900 $37,440 $5,520 $6,825 $1,600 $15,000 $106,495 * Other direct costs include $8.000 FEMA LOMR review fee, $900 allowance for newspaper notifications, $5,000 allowance to address review comments, and reproduction costs. COJUB 19_WC R 19AddServicesCO_Budget_04-03-2023.xlsx Page 1 of 1 Anderson Consulting Engineers, Inc. J -U -B Task # 1 2 4 L 4 4 April 5, 2023 KING SURVEYORS J -U -B Engineers Attn: Jeff Temple Re: WCR19 & Little Thompson Bridge Replacement -Post Design Work Jeff: Here is what I'm estimating the cost to be to perform the following services. SECOND RIGHT-OF-WAY PLANS REVISIONS ON BINDER PROPERTY BASED ON THE INCLUDED EXHIBIT Updated Title Report -Assuming only the Binder title report needs to be updated $150 Review Updated Title Report & Draft Any New Items 1 hour @ $128/hour = $128 Revised Right -of -Way Plans and Property Descriptions Drafting -10 hours@ $105/hour = $1,050 PLS Review/sign/stamp-4 hours @ $128/hour = $512 Property Descriptions -4 hours @ $128/hour = $512 Subtotal = $2,074 Staking Proposed Right-of-way for Right-of-way Plan Revisions Office prep -2 hours @ $128/hour = $256 Field work time -5 hours @ $178/hour = $890 Office check -0.5 hour @ $128/hour = $64 Subtotal = $1,210 Meeting with CDOT 1 hour @ $128/hour = $128 650 EAST GARDEN DRIVE I W ! N I)S()R, COLORADO 80550 I P. 970.686.5011 I F. 970M86.5821 WWW.ICINGS! 'RVEYORS.(1()M SETTING MONUMENTS -Assume +/-11 Right-of-way monuments and 1 aliquot monument Monument box = $90 Office prep -3 hours @ $128/hour = $384 Field work time -1 day = 10 @ $178/hour = $1,780 Office check -0.5 hour @ $128/hour = $64 Monument Record = $325 Subtotal = $2,643 AS -BUILT SURVEY Including but not limited to new road surface, channel improvements, bridge opening, deck, railing and storm drainage improvements. Office prep -5 hours @ $128/hour = $640 Field work time -2 days = 2x10 @ $178/hour = $3,560 Office processing 12 hours @ $105/hour = $1,260 Subtotal = $5,460 If you have any questions regarding this proposal, please feel free to contact me at my office at (970) 686-5011. Sincerely, Chad Dilka, PLS/Project Manager • 650 EAST GARDEN DRIVE I WINDSOR, COLORADO 80550 I P. 970.686.5011 I F. 070.086.5821 W` W. hINGSURVEYORS.COM I w I s t I ti .' ,l \ 1I , 1 1 1 I Ilbwenesteklellet 1 S ft Sheet Revisions 8 S I I I , I . II II II I/ i III *el&Ia.a.,..: ..: Aber illt. , IT , •`� tea. •��.aa a..a as•slsa. ••:a•a ? a.. .. '411.0210 CCrefs tail:, .asp• y .r - mew. � -.�. � .a..aa. � .....,:;;;;47.t. ��. a ADATi.bralaw.. ���, ... '..nIPatoms gtr . I' unu .. /V ....... Silta e / -- P . .• , • i a , WETLANDS WHeN CURRENT R.O.16. • 3.546 SF / • I , /- WETUNDS WITHIN ADDITIONAL R.0 W. • 039 SF • -�♦S .►-- ..... e T ��- �� r �, I :1,; _ say." . l • • ♦ _ LEGEND; AMMONIA. RIGHT —OF -WAY (19.930 sr OR 0.367 AC) EXISTING WETLANDS (3,646 SF OR MOOD AO) 0 20 40 SCALE M FEE T t — (r) L W Pent Dote' 3/13/2023 Scale. As Stiown 4746 eoefwe Dr*ve But*, O. Sues 200 For ca CO 80525 P%.... 970 777.7602 was nc O O Date mmrrentR 1111 H SYeN Grads, CO 80831 Phone 1,701400.3750 rrs: (9701 304-6497 a COLORADO OspunwsM M TraspertelNn As Constructed Na Renton WCR 19 BRIDGE IMPROVEMENTS RIGHT-OF-WAY EXHIBIT Revised: Designer A Project No./Code 0RO CO30-079 / 13137 Void: Get oiler KS► ITH Structure _ Numbers Drawing Number Met Sheet Subset: EXHUT Subset Sheets 1 or She, Number of , From: Sent: To: Subject: Mitch Hauff <mhauff@ws-Is.net> Tuesday, March 21, 2023 3:30 PM Jeff Temple [EXTERNAL] Re: FW: Additional ROW needs on WCR 19 External Email - This Message originated from outside J -U -B ENGINEERS, Inc. Hi J eff, After looking at our budget and knowing we will need to start our paperwork from square one I would say we need to add 60 hours at $90/hr is $5,400 to our budget. We will need another appraisal on the agency side which the County billed to CBRE directly last time but if we need to pass it through his appraisals are about $6,500 and then will need a $2,500 appraisal review due to CDOT requirements. This totals $14,400. In order for CDOT to approve any ROW plans, title commitments need to be no less than 90 days old so an update would be warranted. Let me know if you have any questions. Thanks, Mitch On Tue, Mar 21, 2023 at 3:04 PM Jeff Temple <jtemple@jub.com>wrote: Mitch, I had everyone as WSLS as .net. However, the auto fill still had you as .com. Thanks, Jeff From: Jeff Temple Sent: Thursday, March 16, 2023 5:33 PM To: Mitch Hauff <mhauff@ws-Is.com> Subject: FW: Additional ROW needs on WCR 19 Mitch, New Contract' Request Entity information Entity Name. , J -U -B ENGINEERS Entity ID. @00018887 Contract Name. BRIDGE 19/46 5A DESIGN CHANGE ORDER #4 Contract Status CTB REVIEW ❑ New Entity? Contract ID 6975 Contract Lead. MBEDELL Contract Lead Email MBedell@co weld co us Parent Contract ID Requires Board Approval YES Department Project # GR-54 Contract Description. CHANGE ORDER FOR ADDITIONAL DESIGN SERVICES ASSOCIATED WITH THE ORIGINAL CONTRACT DATE 10/16/19 Contract Description 2 Contract Type. CHANGE ORDER Amount. 0191,816 00 Renewable. NO Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email CM- PublrcWorks@weldgov corn Department Head Email CM-PublicWorks- DeptHeadeldgov corn County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EY@WELDG OV COM Requested BOCC Agenda Date • 05/22/2023 Due Date 05/18/2023 Will a work session with BOCC be required?. NO Does Contract require Purchasing Dept. to be included? NO If this is a renewal enter previous Contract ID If this is part of a NASA enter VISA Contract ID Note the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date. 12/31/2025 Renewal Date Termination Notice Period Committed Delivery Date Expiration Dater 12/31/2025 Contact Information - Contact Info Contact Name Contact Type Contact Email Purchasing , _ r Purchasing Approver Approval Process Department Head CURTIS HALL Finance Approver CHERYL PATTELLI Contact Phone 1 Contact Phone 2 Purchasing Approved Date DH Approved Date Finance Approved Date 05/16/2023 05/17/2023 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 05/24/2023 Originator MBEDELL Tyler Ref # AG 052423 Legal Counsel BRUCE BARKER Legal Counsel Approved Date 05/19/2023 C,oy*vac,+ I 1711510 i 1 MEMORANDUM Date: February 16, 2022 To: Esther Gesick, BOCC Clerk From: Michael Bedell, P.E. Senior Engineer At g RE: BOCC Work Session for Bridge 19/46.5A Design Today at 3:00 PM a BOCC work session was held to discuss the status of an ongoing design for Bridge 19/46.5A replacement. The meeting was arranged by Bruce Barker, County Attorney. As a result of ongoing coordination and negotiation efforts with a landowner (Binder) effected by the project, staff requested the BOCC consider a proposed Change Order #3 to the design contract for J -U -B Engineers. After the discussion staff was given direction to move forward with the proposed Change Order #3 in the amount of $59,841.00. Staff then proceeded to enter the proposed change order into the On -Base system and the item was assigned as #5617. It is the intention of Public Works Department that this item will likely appear on an upcoming BOCC Meeting Agenda on February 28th. Please contact me if you have any questions or concerns associated with this item. et' (P) 00a 9/02 a cwzg zoc1 4'33i Eet 0001(o CHANGE ORDER NO. 3 PROJECT: BRIDGE 19146.5A REPLACEMENT DESIGN Date: February 16, 2022 PROJECT: BRIDGE 19/46.5A 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 remain unchanged. The current date for completion of all Work will be October 1f, 2022. RECOMMENDED: Owner Representative: APPROVALS: CONSULTANT: Name: Title: r� c, Michael Bedell, P.E. (Senior Engineer) /14Asfrnce $499,723.00 $626231.00 $59.841.00 $886,072.00 Date. Date: "Lac Ic.IZZ WELD COUNTY ATTEST: dada/LA) Xico;‘,k. BOARD OF COUNTY COMMISSIONERS Weld Coun Clerk to the Boar.. WELD COUNTY, COLORADO BY: Deputy 'ff• rk ti the :,•, d ��� L ��� Sit K. James, Chair FEB 2 8 't022 o2c/ 9- 4S&3 (JIM 1 i -) �,) J U B ENGINEERS, INC. J -U -B Engineers, Inc. AGREEMENT FOR PROFESSIONAL SERVICES FOR WCR 19 Bridge Improvements Weld County, CO Scope of Add Services, Schedule, and Basis of Fee February 14, 2022 PROJECT UNDERSTANDING The WCR 19/46 5 project began in October 2019, with an original anticipated construction budget and construction schedule of 2021/2022 The project has had several challenges and it is currently scheduled to be constructed during the winter of 2022/2023 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 first design changes were requested by the County in November 2021 to decrease erosion The second design change request by the County is required to decrease the ROW take on the Binder's property Together these changes include Add curb and gutter to the roadway approaches and departures Relocate the drainage inlets farther from the bridge Add a storm/irrigation pipe along the east side north of the bridge instead of the open ditch currently designed Regrade the southeast slope to reduce ROW take Revise the design of the Binder/Oil-battery access road on the northeast side This will require a field drain Design a separate ditch for irrigation tail -water along the access road Due to the plans being beyond the 95% level, these design changes will affect approximately 35 sheets of the current 104 sheet plan set They will also result in the addition of a limited number of new sheets 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 Scope Task Scope of Services Deliverables 1 I Additional Survey and ROW plan changes (see King's scope) Additional Survey includes Revised ROW plans 1 Survey north of the bridge and 50' east of current survey limit Tie new survey to existing CAD file Additional topo 2 Update title report per CDOT requirements 3 Revise ROW plans due to changes in the Binder's take 4 Perform second staking of the Binder proposed ROW limit as requested in the 2/3/2022 Binder meeting 5 Perform a final staking of the Binder proposed ROW/property line after revisions are complete This is along their entire frontage 2 I Additional Hydraulic Analyses and Coordination (see ACE scope) During the 2/3/2022 Binder's meeting ACE was asked to do the following Memo 6 Previous hydraulic modeling will be reviewed and evaluated with respect to pre -project and post -project flow velocities and erosive forces through the property east of WCR 19 The potential need for erosion countermeasures, both pre -project and post -project, will also be evaluated 7 Attend one additional meeting with the County Additional coordination 3 I Design Changes J -U -B will need to perform the additional designs Updated drainage 8 Drainage design to curb & gutter and relocate inlets Revise drainage report report 9 Design storm/irrigation pipe on south of bridge and east of Road Add to New designs for plans Drainage report (Assumes that report will not be submitted to CDOT) 10 Re -design Binder's access road north of the bridge Design field drain 11 Design ditch for return flows north of the bridge 12 Re -grade both the south and north sides of the bridge adjacent to Binders 13 Adjust retaining wall heights for the new grading 4 I Plan Updates Updates to the plans will include these major components Updated Sheets 14 General sheets including cover, tabs, typicals, geometries, control 15 Plan & profile sheets to include changes in, grading, drainage, walls, access road, ROW, ditches, 16 SWMP, X -sections 5 I Management Quantities, additional management, and quality control will be needed QC Notes if desired 17 Recalculated all new/revised quantities Updated Specifications 18 1 additional meeting at the County, 2 additional virtual meetings, 2 additional exhibits, and coordination and OPCC 19 Update specifications and OPCC 20 Coordination with Irrigation company PART 2 - ASSUMPTIONS The above Scope of Services is based on the following assumptions • Only the ROW plans will need to go through an entire review by CDOT We understand that CDOT will do a final review of the PS&E CD • Weld County will pay Tiglas directly for addition environmental work • Weld County will pay for all appraisals need for ROW acquisition 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 and are based on our 2022 rate sheet which is available for review B If this project extends into the 2023 calendar years, J -U -B can adjust their rates to match our 2023 rate sheets on future change orders 87-19-011 WCR 19 Bridge Weld County Improvements Project 19/46.SA - Change Order #3 Prepared By: J -U -B Engineers, Inc. `��B , February 14, 2022 __air Bridge and Roadway Design ..w '—'—fat MSC - Sub Tasks Task Description Sr. Proj. Manager /Principal Jeff Temple Structural Lead • other Managers Alan Cukurs Project Engineer Eva Rojas Engineers Kevin Smith Brian Klan Clerical Total J -U -B Labor SUBS ACE King Task Total Total $230.00 $220.00 $160.00 $160.00 $77.00 Task 1 - Additional Survey and ROW plan changes (see King's scope) 1 Survey North of bridge 1 $160 $2,639 $2,799 2 Update Title Repor, $0 i $150 $150 3 Revise ROW plans 1 1 $390 $3,956 $4,346 4 Stake Binder south lot 1 $160 $572 $732 5 Final staking of ROW of Binder, north and south lot ' 1 $160 $1,188 $1,348 1 0 0 4 0 Subtotal: $9,375 6 Evaluation of Previous Hydraulic Analyses 1 $230 $2,770 $3,000 7 Meetings and Coordination $0 $2,130 $2,130 Hour Subtotal: 1 0 0 0 0 Subtotal: $5,130 8 Drainage design to curb & gutter and relocate inlets. Revise drainage report. 1 6 $1,190 $1,190 9 Design storm/irrigation pipe on south of bridge and east of Road 1 12 $2,150 $2,150 10 Re -design Binder's access road north of the bridge. Design field drain. 1 4 12 $2,790 $2,790 11 Design ditch for return flows north of the bridge 1 2 12 $2,470 $2,470 12 Re -grade both the south and north sides of the bridge adjacent to Binders 1 24 $4,070 $4,070 13 Adjust retaining wall heights for the new grading. 1 2 4 $1,310 $1,310 Hour Subtotal: 6 2 6 70 0 Subtotal: $13,980 14 General Sheets 20 $3,200 $3,200 15 Plan, Profile, Drainage 60 $9,600 $9600 16 SWMP, Walls, X -Sections 38 $6,080 $6,080 Hour Subtotal: 0 0 0 118 0 Subtotal: $18,880 17 1 additional meeting, 2 additional exhibits, and coordination 12 16 8 $5,936 $5,936 18 Recalculate new/revised quantities 4 16 $3,200 $3,200 19 Update specifications and OPCC 4 8 $1,920 $1,920 20 Coordination with irrigation company 2 6 $1,420 $1,420 Hour Subtotal: 14 0 30 24 8 i Subtotal: $12,476 Total Hours and Fee 22 2 36 216 8 $46,276 $13,405 $59,841 2/14/2022 1� KING SURVEYORS February 11, 2022 JUB Engineers Attn: Jeff Temple 4745 Boardwalk Drive, Building D, Suite 200 Fort Collins, Co 80525 Re: WCR19 & Little Thompson Bridge Replacement -Additional topographic survey, staking and Right-of-way plans revisions on Binder property. Jeff: Here is what I'm estimating the cost to be to perform the following services based on the information received on or before the date of this proposal. Utility Locates This proposal does not include a cost for utility locates. Topographic Survey (per limits received via kmz file on 2-11-22) Office prep -4 hours @ $121/hour = $484 Field work time -1 day = 10 @ $165/hour = $1,650 Office processing -5 hours @ $101/hour = $505 S ubtotal = $2,639 U pdated Title Report $150 Revised Right -of -Way Plans and Property Descriptions Drafting -20 hours@ $101/hour = 2,020 P LS Review -6 hours @ $121 /hour = $726 P roperty Descriptions -10 hours @ $121/hour = $1.210 Subtotal = $3,956 650 EAST (:ANI)EN 1)1:IVE I WINDSOR. ('OLORAI)O 80550 I P. 970 (386.5011 I F. 970.68(1. 821 \fl\T\ '.KINGSI'R\'FYORS.(OM Staking Proposed Right-of-way South of River at time of additional topo Office prep -1 hour @ $121/hour = $121 Field work time -2 hours @ $165/hour = $330 Office check -1 hour @ $121/hour = $121 Subtotal = $572 Staking Proposed Right-of-way and/or Easements for Right-of-way Plan Revisions Office prep -2 hours @ $121/hour = $242 Field work time -5 hours @ $165/hour = $825 Office check -1 hour @ $121/hour = $121 Subtotal = $1,188 Total Estimate = $8,505 If you have any questions regarding this proposal, please feel free to contact me at my office at (970) 686-5011. Sincerely, Chad Dilka, PLS/Project Manager 650 EAST GARDEN 1 )1LI\'E I «'INI)SOI2, COI.ORA1)O 80550 I P. 970.086.5011 I F. 970.680.5821 \VWW.ItINGSI'RVEYORS.CONI n Scope of Work February 10, 2022 WCR19 Bridge at Little Thompson Riser —Supplemental Support SCOPE OF WORK for SUPPLEMENTAL PROJECT SUPPORT FOR WCR 19 BRIDGE AT THE LITTLE THOMPSON RIVER This scope of work defines the anticipated effort associated with providing supplemental project support to investigate further concerns expressed by an adjacent landowner regarding the proposed bridge design for WCR 19 at the Little Thompson River Task 1 Evaluation of Previous Hydraulic Analyses Previous hydraulic modeling will be reviewed and evaluated with respect to pre -project and post -project flow velocities and erosive forces through the property east of WCR 19 The potential need for erosion countermeasures, both pre -project and post -project, will also be evaluated A brief memo will be prepared documenting erosion potential through the property, including a floodplain map showing the post -project flow expansion downstream of the proposed bridge Flow velocities will be identified, along with an explanation regarding whether or not erosion countermeasures are warranted for either pre -project or post -project conditions The potential for creating unintended consequences will be addressed Finally, recommended qualifications for a review engineer will be identified Task 2 Meetings and Coordination It is anticipated that one additional meeting with County Staff and the property owner will be attended to discuss issues regarding the proposed bridge and roadway Prior to meeting with the property owner, it is expected that coordination will be conducted within the project team, as well as with County Staff via conference calls and email, as needed COJUBI9_WCR19SuppSupportCO_SOW dont 1 of 1 Anderson Consulting Engineers, Inc February 10. 2022 BUDGET for SUPPLEMENTAL PROJECT SUPPORT FOR WCR 19 BRIDGE AT THE LITTLE THOMPSON RIVER PROJECT: Supplemental Project Support for CLIENT: JUB Engineers WCR 19 Bridge Anderson Consulting Engineers, Inc. Direct Labor ODC's Totals ACE PROJECT NO.: COJUB19 PREPARED BY: GJK DATE: 02/10/2022 Principal Engineer $190/hr , Senior Engineer II $125/hr Senior Engineer I $115/hr Project Engineer II $105/hr Engineer II $90/hr Senior GIS/CADD Technician $90/hr Senior Project Assistant $65/hr Project Assistant $60/hr Other Direct Costs Task/Description Hours Hours Hours Hours Hours Hours Hours Hours Cost Hours Cost 1. Evaluation of Previous Hydraulic Analyses 10 6 2 18 $2,770 2. Meetings and Coordination 8 4 $150 12 $2,130 TOTAL PROJECT HOURS 18 0 10 0 0 2 0 0 30 TOTAL PROJECT BUDGET $3,420 $0 $1,150 $0 $0 $180 $0 $0 $150 $4,900 COJUB 19_WCR19SuppSupportCO_Budget.xlsx Page 1 of 1 Anderson Consulting 141ngincers, Cor OCA-Mq 52 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Bridge 19/46.5A Design Change Order #2 DEPARTMENT: Public Works DATE: 9/01/21 PERSON REQUESTING: Don Dunker (County Engineer) and Michael Bedell (Senior Engineer) Brief description of the problem/Issue: The ongoing design services for Bridge 19/46.5A Replacement being performed by J -U -B Engineers commenced on 10/16/19 and will likely be completed by the end of 2021. The design has seen several unforeseen issues, which requires additional work effort by the consultant. Some of the main issues include; environmental compliance and design standards changes from CDOT, ROW and utilities restrictions affecting the bridge location, new floodplain requirements resulting in a much longer bridge than anticipated, and the need to incorporate retaining walls into the design. 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 $126,508.00. Staff has scrutinized the proposed additional work to determine if it is justifiable, and requested the consultant to remove some items deemed to not be justifiable. If recommended for approval, staff will get this item onto an upcoming BOCC Meeting agenda. If approved, J -U -B Engineers is planning 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. Suck Mike Freeman Scott K. James, Pro-tem Steve Moreno, Chair Lori Seine 09/Z2 Aoorove Schedule Recommendation Work Session Other/Comments: "cam cam: ox_a.4,6aui) 9- O2O2- aoiq-�53a 661 001 �l CHANGE ORDER NO. 2 PROJECT: BRIDGE 19148.5A REPLACEMENT DESIGN Date: September 1, 2021 PROJECT: BRIDGE 19/46.5A 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 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) $499,723.00 $499,723.00 $126,508.00 $626,231.00 Date: c 401 �Z t Date: 7A ! �. / WELD COUNTY: ATTEST: Je:/14;€/k Weld Co Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair SEP 2 2 2021 0201q-- 41,3 J•U.B ENGINEERS, INC. J -U -B Engineers, Inc. AGREEMENT FOR PROFESSIONAL SERVICES FOR WCR 19 Bridge Improvements Weld County, CO Scope of Add Services, Schedule, and Basis of Fee Revised August 27, 2021 PROJECT UNDERSTANDING The WCR 19/46.5 project began in October 2019, with an original anticipated construction budget and construction schedule of $2.1 million and winter 2021/2022 respectively. The project has had several challenges in the last two years, and the construction budget has increased by approximately 55%. The budget increase was due to several factors, but major contributors include increased bridge length, increased roadway length, and the addition of retaining walls. It was recently decided the construction schedule will be pushed one year to winter 2022/2023. J -U -B has had projects with similar challenges to WCR-19. As is normal on these projects, J -U -B has experienced additional effort and costs above and beyond those anticipated within our original scope. On this project these costs include services previously performed and discussed with the County, as well as future services that will be required to get this project advertised and constructed. J -U -B would like to take this opportunity to share with the County the existing tasks that we believe went out of scope as well as additional tasks that will be performed over the next 15 months. This memo includes a description of the addition efforts by J -U -B and a spreadsheet which captures the additional hours used/projected. Our intent is not to meticulously detail every task outside of the original scope (although, we can supply additional detail if requested), but rather to explain the overall additional effort presented by this project. 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. J -U -B looks forward to discussing these additional tasks with Weld County. J -U -B can modify this request based on mutually agreed upon changes between Weld County and J -U -B. scope, fees, and schedule. The following abbreviations are used in this scope: J -U -B —J -U -B Engineers, Inc. King — King Surveyors Terracon — Terracon ACE — Anderson Consulting Inc. Scope Task Scope of Services Deliverables 1. I Increased Bridge size and changes from original scope There were several aspects of the bridge design which made its design more labor intensive than originally anticipated. The major subtasks include: 1. J -U -B had to resubmit a new structural selection report (SSR) to CDOT due to our efforts to reduce bridge cost and propose a different girder type made possible by changed requirements. Several virtual meetings were held with CDOT. 2. Second SSR. 2. I Increase in Roadway Length Changes to the roadway that created additional design included: 1. King surveyors needed to gather additional survey due the roadway and channel length be extended from original scope. This was due to increased wetland up and down stream and the need to raise to bridge by 7' 2. later, it was determined that the roadway could not be shifted to the south due to utility restrictions. Since the alignment of WCR 19 east of WCR 46 is skewed to the south, J -U -B again had to increase our design length in on order to design horizontal curves that would meet AASHTO requirements. The design speed was also reduced from 60 MPH to 50 MPH to reduce major rework of the WCR 19/46.5 intersection 3. Terracon re-evaluate the pavement thickness with lower ESAL number and amended their report. 4. During the original geotechnical bores, it was decided that the boring count should be increased from 2 to 3. The original scope assumed 2. Revise horizontal and vertical alignments Additional Survey and updates to the plans. Additional geotechnical bore. 3. I Environmental Requirements CDOT and USFWS originally indicated that requirements to deal with the PMJM would be minimal. However, after the first Biological Assessment (BA) was submitted, it was discovered that the requirements would be a lot stricter. This led to numerous wetland and habitat exhibits and area calculation that went back and forth with CDOT and USFWS for a one -month period. The final result was a second BA that J -U -B assisted Tiglas with. Numerous exhibit and coordination with Tiglas Environmental 4. 1 CDOT Changes CDOT standard changes during the span of our design included: 1. Changed SWMP sheet layout and design standards caused J -U -B to modify all SWMP drawings prior to the FOR submittal. 2. During completion of Structure Selection Report, CDOT originally directed us to use UDOT bulb tee girders, later they told us to use CDOT bulb tee girders. This required recalculations and design. 3. CDOT change the ROW plan format prior to the final ROW plan submittal. Weld County compensated King Surveyors directly for this additional cost. 4. CDOT has just published 2021 Specifications. Therefor the current project documents will need to be updated to include this newer version. Changes to plans and specifications 5. I Retaining Walls Due to the extensive fills, the inability to encroach into the existing Xcel easement, and the inability to relocate the Xcel electrical towers, retaining walls needed to be added to the design. Based an original analysis of wall options, J -U- B chose to utilize MSE walls due to a lower cost and the reduce footprint required for the MSE walls. Terracon was then asked to perform a Global Stability MSE wall design and plans. Global Stability Study. Scope Task Scope of Services Deliverables Study on the retaining walls which determined that the existing soils were unable to support the weight of the walls and the additional fill caused by the higher profile. Terracon was then asked the perform a selection alternative study and final design to replace the MSE retaining walls on the project. Please see the attached proposal from Terracon for wall selection analysis and design. Retaining wall assessment and redesign. 6. I Binder coordination, Utilities, and effects on Design From the beginning of the project, it was known that the property owner on the north side of WCR 19 (Binder) would be difficult to work with. For this reason, Weld County attempted to ensure that all required utility relocations would stay off the Binder property. In July 2021 a meeting with the Binder family was held in the field. After this meeting Weld County decided that future one-on-one meetings would need to be held with the Binder Family. Addition design effort required to acquire the Binder property includes: 1. Avoiding conflict with the Binder's property combined with being restricted on the west side by the Xcel easement made the utility coordination very difficult and beyond what was originally anticipated. Extensive hours were spent preparing easements and meeting with utility owners. 2. The July field meeting with the Binder family along with a future meeting to explain the design to the Binders. This will require Anderson Consulting Engineers (ACE) to perform additional modeling to determine the effects of various storm events on the downstream binder property. Please see the attached proposal from ACE for additional hydraulic analysis and reporting. An additional two meeting with the Binders and/or their attorneys has been added. Numerous Utility Exhibits and utility modification. Additional analysis and report from ACE 7. I Additional Management and Administrative time Extending the project by one year will require additional invoicing, project reports and coordination that is not captured in tasks 1 thru 6 Additional Invoicing, project reporting, and coordination. 8. I Additional OPS Additional OPS funds added for unforeseen design effort. Additional Design if needed PART 2 - ASSUMPTIONS The above Scope of Services is based on the following assumptions: • If the ROW plans require revisions due to the Binder agreement or for other reasons, the addition cost will be covered by the OPS line item. • 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 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 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 19 Bridge Improvements Weld County Project 19/46.5A - Additional Services - Revised Prepared By: J -U -B Engineers, Inc. August 27, 2021 Bridge and Roadway Design ��" %SUB b 44}13 CH0IIIRLHF. 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 Engineers Kevin Smith Brian Klatt Kyle Ritchie Clerical Total J -U -B Labor SUBS ACE King Terracon Task Total Total $187.00 $176.50 $161.00 $150.50 $135.00 $114.00 $72.00 ,.. _... •_.. _. .yr. ,,11 '.Pt:. - _.- r. ' ...._-l- '-'.. ..._: .-...J ijr. I;C i7e r_ - ..... Submittal of a second SSR with new girder type based on reduced span 2 40 12 18 $11,292 $11,292 Hour Subtotal: 2 40 0 12 0 18 0 Subtotal: $11,292 -- , J1 72-J ibe..l ir,_z °` '-JA-:-:I P Additional Survey andl title report for increased roadway length $0 $5,195 $5,195 _ Additional Survey and design for increase length and reduced design speed (due to horizontal confinement) 4 12 72 $10,762 $4,127 $14,889 � , Reevaluation of roadway section 1 $151 $950 $1,101 Increased boring and traffic control $0 $7,696 $7,696 Hour Subtotal: 4 0 0 13 0 72 0 Subtotal: $28,881 Increased Environmental effort, correspondence, email, exhibit 4 48 $7,228 $7,228 $0 Hour Subtotal: 4 0 0 0 48 0 0 Subtotal: $7,228 -- Revise SWMP 2 16 $2,534 $2,534 Changed Girder type 1 6 12• $2,614 $2,614 Revised ROW Plans (No Cost) $0 $0 New 2021 Specification 4 8 8 $2,404 $2,404 Hour Subtotal: 7 6 0 0 24 12 8 Subtotal: $7,552 . rar--i 52.F. -4s iiiii ti tit a -IIIIIIIMINOMMI Wall Analysis and MSE retaining wall design 8 24 60 $12,572 $12,572 Global Stability study and coordination 8 6 6 $3,365 $3,500 $6,865 $22,564 Subtotal: Mil $42,001 Future Analysis and Design (See Terracons scope/fee) 4 8 24 $4,564 $18,000 Hour Subtotal: 20 30 0 0 14 84 0 1F ����.�,[..(l ���� 1�l..: J - .. �.{. w�.��{, 'n:y Y T:i¢: i�d-.l ��. �l . ..... . .... ...... ___- _ .�JY !,)4, II . / & .JJJi3J✓iI-'r +./J'�.;��}'.. _-, '._: .. 1 .:-.(A Utility Coordination, exhibits, etc. 2 .A.-__. —_.._. _-. — 12 ..___--- 40 16 $9,404 $9,404 $19,884 ACE's analysis and future meeting, coordination 8 24 32 $8,384 $11,500 I= So Mall Hour Subtotal: 10 0 0 12 64 48 0 Subtotal: $29,288 glgr), < .. 12 addition invoices and progress memos 6 12 $1,986 $1,986 Additional coordination not covered in other tasks 40 80 $18,280 $18,280 _ OPS Services (Requested by Weld County) $0 $10,000 $10,000 $0 Hour Subtotal: 20 30 0 0 14 84 0 Subtotal: $30,266 Total Hours (Start up to FIR): 33 76 0 25 38 186 8 $95,540 $60,968 $156,508 Other Professional Service (Per Contract) Current additional services. -$30,000 $126,508 8/30/2021 Scope of Work July 30, 2021 WCR19 Bridge at Little Thompson River —Additional Support SCOPE OF WORK for ADDITIONAL PROJECT SUPPORT FOR WCR 19 BRIDGE AT THE LITTLE THOMPSON RIVER This scope of work defines the anticipated effort associated with investigating concerns expressed by an adjacent landowner regarding the proposed bridge design for WCR 19 at the Little Thompson River. Task 1. Hydrologic Evaluation The hydrologic (HEC-HMS) model developed for the CHAMP program will be reviewed and evaluated for use in defining post -project hydrologic conditions in the vicinity of WCR 19. The concentration point in the hydrologic model along the Little Thompson River closest to WCR 19 will be identified (upon an initial review this appears to be at WCR 17). A detention element will be added to the model to define the water storage area directly upstream of WCR 19 based on existing bridge and roadway conditions. The potential attenuation of flows associated with the 10-, 25-, 50- and 100 -year events will be computed for existing bridge and roadway conditions using the hydrologic model. The 10 -year through 500 -year peak flows at the identified concentration point will be used to estimate 2 -year and 5 -year peak flows using statistically extrapolation. The 10 -year hydrograph at the identified concentration point will be pro -rated based on the 2 -year and 5 -year peak flows to define estimated 2 - year and 5 -year hydrographs. These two hydrographs will be inserted into an EPA-SWMM hydrologic model as inflows to the detention element defined upstream of WCR 19. The potential attenuation of flows associated with the 2- and 5 -year events will be computed for existing bridge and roadway conditions using the hydrologic model. The existing condition detention element will be modified to reflect proposed bridge and roadway conditions. The resulting proposed condition detention element will be inserted into the hydrologic models (HEC-HMS and EPA-SWMM); the potential flow attenuation associated with the 2-, 5-, 10-, 25-, 50- and 100 -year events will be computed for proposed bridge and roadway conditions using the hydrologic models. A comparison of existing and proposed peak flow rates will be conducted for the range of flows evaluated. This hydrologic evaluation will be documented in a single technical memo summarizing the work conducted under this scope of work. Task 2. Hydraulic Analysis The 2 -year and 5 -year peak discharges will be added to both the pre -project and proposed condition hydraulic (HEC-RAS) models. Water surface elevations and channel velocities will be identified for both pre -project and proposed conditions for all modeled cross sections within the reach from SH 60 to WCR 19. The resulting WSELs and channel velocities will be summarized in tabular form with comparisons provided between pre -project and proposed conditions. The results of the hydraulic analyses will be documented in a single technical memo summarizing the work conducted under this scope of work. Task 3. Meetings and Coordination It is anticipated that two site visits will be conducted to meet with County Staff and the property owner to discuss issues regarding the proposed bridge and roadway. Prior to meeting with the property owner, it is expected that coordination will be conducted within the project team, as well as with County Staff via conference calls and email. COJU B19_W CR19AddSu pportCO_SO W.docx 1 of 1 Anderson Consulting Engineers, Inc. July 30, 2021 BUDGET for ADDITIONAL PROJECT SUPPORT FOR WCR 19 BRIDGE AT THE LITTLE THOMPSON RIVER PROJECT: Additional Project Support for WCR 19 Bridge CLIENT: JUB Engineers Anderson Consulting Engineers, Inc. Direct Labor ODC's Totals ACE PROJECT NO.: COJUB19 PREPARED BY: GJK DATE: 07/30/2021 Principal Engineer $190/hr Engineer $125/hr Senior II Senior Engineer I $115/hr Project Engineer II $105/hr Engineer II $90/hr Senior GIS/CADD Technician $90/hr Senior Project Assistant $65/hr Project Assistant $60/hr Other Direct Costs Task/Description Hours Hours Hours Hours Hours Hours Hours Hours Cost Hours Cost 1. Hydrologic Evaluation 8 34 4 46 $5,450 2. Hydraulic Analysis 4 12 16 $2,020 3. Meetings and Coordination 16 8 $150 24 $4,030 TOTAL PROJECT HOURS 28 0 0 54 0 4 0 0 86 TOTAL PROJECT BUDGET $5,320 $0 $0 $5,670 $0 $360 $0 $0 $150 $11,500 COJUB19_WCR19AddSupportCO_Budget.xlsx Page 1 of 1 Anderson Consulting Engineers, Inc. July 27, 2021 J -U -B Engineers, Inc. 4745 Boardwalk Drive Building D, Suite 200 Fort Collins, Colorado 80525 Attn: Mr. Jeff Temple P: (970) 377 3602 E: jtemple@jub.com Re: Proposal for Engineering Evaluation Services Proposed Retaining Walls WEL 19-46.5A Bridge Improvements Weld County Road 19 Weld County, Colorado Terracon Project No. 65215073 Dear Mr. Temple: lierracon Terracon Consultants, Inc. (Terracon) appreciates the opportunity to submit this proposal to J -U - B Engineers, Inc. (JUB) to provide Engineering Evaluation services for the above referenced project. This proposal includes an outline of the project information provided to us, the proposed scope of services, our fees, and the proposed schedule. Project Information Terracon previously issued a report of our engineering evaluation services for this project entitled: "WCR19 MSE Wall Global Stability Evaluation", Weld County Road 19, Weld County, Colorado, Terracon Project No. 65215073, dated May 27, 2021. That report presented our global stability evaluation of the proposed MSE retaining walls along both the northern and southern bridge abutments for the new bridge that will be constructed on Weld County Road 19 crossing the Little Thompson River. Based on the review meeting with Weld County, we understand Weld County would like potential retaining wall alternatives to the MSE walls shown in the WEL 19-46.5 Bridge Improvement Plans by J -U -B Engineers, Inc., Project No./Code BRO CO30-079/23137, dated March 2, 2021. Based on the meeting with Weld County, the retaining wall alternatives that are likely to be considered include a sheet piling retaining wall system, or a soldier pile/drilled shaft and lagging retaining wall system. For the soldier pile/drilled shaft and lagging option, lagging options may include timber lagging, concrete lagging, steel plate lagging, or utilizing sheet piles as lagging. The purpose of our proposed supplemental engineering evaluation services addressed in this proposal is to evaluate the potential retaining wall alternatives and their construction considerations and feasibilities. Retaining wall alternatives must fit within the project's existing footprint. Wall alternatives shall not result in changes to the approved ROW plans and shall not result in an increase to the current environmental area of impact (wetland, PMJM habitat or others) Terracon Consultants, Inc. 4685 S, Ash Avenue, Suite H-4 Tempe, AZ 85282 P (480) 897 8200 F (480) 897 1133 terracon.com Environmental S Facilities S Geotechnical Materials Proposal for Engineering Evaluation Services WEL 19-46.5A Bridge Improvements Weld County, Colorado July 27, 2021 El Terracon Project No. 65215073 Scope of Services lierracon Weld County cost data, and Based upon our understanding of the project, Terracon is proposing )-d undertake the following engineering evaluation services on the project: ey Task 1: Prepare a Supplemental Engineering Report — Thiy ask will include preparation of a supplemental engineering report. The supplemental report wi'Il include: An outline of the different types of retaining wall ;alternatives that can be considered for the project based on options outlined earlier in this proposal, their feasibility, and other p r p p � Y� factors to consider; A ranking of the retaining wall alternatives based on our supplemental engineering evaluation; A recommendation for the preferred retaining wall alternative based on the results of the supplemental evaluation. It is ourunderstandin that Weld Count inconsultation wi h pp g y, t J -U -B, will ultimately select the fip'al wall type for the project. Task 2: Prepare an Engineer's Estimate of Probable Costs — This task will consist of preparing an engineer's estimate of probab fj construction costs for each of the alternatives. Unit costs for construction will be based on Rublished construction cost data from RS Means Company or other applicable sources including O T Archive Bid Tabulations. We will also consult with J -U -B in developing probable installed cost for various wall alternatives to ensure alignment with project cost estimating requirements. Task 3: Retaining Wall Design and Specifications — This task will include design and preparation of the proposed retaining wall system after the selection of the retaining wall alternative is determined. This task will include the following engineering services for the project retaining walls: Review of site geometry, and topographic conditions to determine wall configurations, development of final wall profiles, determination of backfill and surcharge conditions, and geometry at the toe of the walls; Engineering analyses for the design of the proposed retaining walls, including analyses for internal and external stability, and global stability analyses where applicable; Preparation of design plan/profile sheets, including typical wall sections and wall construction details; Preparation of the technical scope of work, including material specifications and construction requirements; Submittal of one plan set to the client and, if necessary, one revised plan set based on review of an external agency. For purposes of providing this proposal we have assumed that the required revisions will not exceed 10 -man hours, including participation in one conference call with the reviewing agency, if required. ponsiye a Resourceful s Reliable Proposal for Engineering Evaluation Services WEL 19-46.5A Bridge Improvements Weld County, Colorado July 27, 2021 Terracon Project No. 65215073 lierracon All services on the project will be under the supervision of a registered professional engineer. One set of the final drawings, stamped and sealed by a professional engineer registered in the state of Colorado, including specifications and construction details will be provided. Schedule: It is anticipated that the work for this project could commence within one week of your authorization to proceed. We estimate the supplemental engineering report and cost estimate will be completed within 10 working days of initiation of the work excluding holidays. Upon receiving a notice of the selected retaining wall alternative by Weld County, we estimate the retaining wall design and plans will be completed within 21 working days of initiation excluding holidays. Compensation The estimated cost for our services, including all engineering analyses, design services and documentation preparation (one electronic copy will be provided) will be as follows: Tasks 1 and 2 - Wall Selection Report and Engineer's Estimate of Probable Cost: We estimate a maximum of 40 hours of Project Engineer's time and up to 5 hours of Principal and Senior Principal's time for the two tasks. Our estimated cost for Tasks 1 and 2 is a lump sum fee of $6,000. Task 3 — Retaining Wall Design and Specification Preparation — For planning purposes, we estimate our fees for completing this task will range between $10,000 and $12,000. We will confirm the estimated fee once selection of the wall has been made and can provided an updated design scope of services at that time. Should additional services be required beyond the scope of work outlined above, our standard unit rates will be applicable. We appreciate the opportunity of submitting this proposal and are available to discuss the detail with you. Your authorization for Terracon to proceed in accordance with this proposal can be issued by signing and returning a copy of the attached Supplemental Agreement to our office. Sincerely, Terracon Consultants, nc, Matthew W. Farrar, E.I.T. Tom Mando Kapita, P.E. Staff Engineer Principal Copies: Addressee (1 via email) Attachments: Supplemental Agreement Repon&&ve Resourceful RUUab1 March 25, 2021 J -U -B Engineers, Inc. 4745 Boardwalk Drive Building D, Suite 200 Fort Collins, Colorado 80525 Attn: Mr. Jeff Temple P: (970) 377 3602 E: jtemplejub.com Re: Proposal for Engineering Services Proposed MSE Wall Global Stability Evaluation WEL19-46.5A Bridge Improvements Weld County, Colorado Terracon Proposal No. P65215073 Dear Mr. Temple: lierracon Terracon Consultants, Inc. (Terracon) appreciates the opportunity to submit this proposal to J -U - B Engineers, Inc. to provide Engineering Services for the above referenced project. This proposal includes an outline of the project information provided to us, the proposed scope of services, our fees, and the proposed schedule. Project Information Based on our review of the NW and SW Wall Plan and Elevation for WEL19-46.5A Bridge Improvements, by JUB, Sheet No. 41 and 42, Project No. BRO CO30-079/23137, dated March 2, 2021, we understand there will be 4 retaining walls located on the site. The retaining walls will extend from both sides of the North and South bridge abutments on the project. The walls on the western side of the abutments make a 90 -degree bend and run parallel to the roadway and bridge alignment. Per email discussions with JUB, we understand that JUB would like Terracon to analyze the North-West and South-West retaining walls that run parallel to the roadway and bridge alignment for global stability. Based on the MSE Retaining Wall Details for WEL19-46.5A Bridge Improvements, Sheet No. 44, dated March 3, 2021, the North-West and South-West retaining walls will have an approximate 2 horizontal to 1 vertical (2H:1V) slope at the toe of the walls. Per the email correspondence, the 2H:1V slope at the toe will lead into an existing river. Terracon Consultants, Inc. 4685 S. Ash Avenue, Suite H-4 Tempe, AZ 85282 P (480) 897 8200 F (480) 897 1133 terracon.com Environmental • Facilities • Geotechnical Materials Proposal for Engineering Services WEL19-46.5A Bridge Improvements Weld County, Colorado March 25, 2021 Terracon Proposal No. P65215073 Scope of Services lierracon Based upon our understanding of the project, Terracon proposed to undertake the following engineering services for the project retaining walls: Review of geotechnical information outlined in the Geotechnical Engineering Report to identify engineering properties of on -site soils for the global stability analyses, including foundation, retained backfill and reinforced soils in the walls, and to identify the approximate groundwater level conditions; Review of site geometry, and topographic conditions to determine wall configurations, determination of backfill and surcharge conditions, and geometry at the toe of the walls for use in the stability modeling; Global stability analyses for the project retaining walls, including compound stability analyses through the MSE walls (if applicable); Preparation of the global stability evaluation report, including engineering conclusions and recommendations based on the results of the analyses. In order to complete the global stability analyses for the project, a final grading plan with existing contours and proposed locations of the retaining walls will need to be provided to Terracon. All services on the project will be under the supervision of a registered professional engineer. The global stability evaluation report, stamped and sealed by a professional engineer registered in the state of Colorado, including our global stability results, conclusions and recommendations will be provided. It is anticipated that the work for this project could commence within one week of your authorization to proceed and receipt of the civil grading plan for the project. The report will be completed within 10 working days of initiation of the work (excluding holidays). Comp nsation The cost for our services, including all engineering analyses, design services and documentation preparation (one electronic copy will be provided) will be a lump sum fee of $3,500. Should additional services be required beyond the scope of work outlined above, our standard unit rates will be applicable. is Resourceful 11 Reliable Proposal for Engineering Services WEL19-46.5A Bridge Improvements Weld County, Colorado March 25, 2021 Terracon Proposal No. P65215073 r We appreciate the opportunity of submitting this proposal and are available to discuss the detail with you. Your authorization for Terracon to proceed in accordance with this proposal can be issued by signing and returning a copy of the attached Agreement for Services to our office. Sincerely, Terracon Consultants, Inc. Matthew W. Farrar, E.I.T. Staff Engineer Copies: Addressee (1 via email) Attachments: Standard Terms and Conditions Donald R. Clark, P.E. Senior Principal/Senior Consultant Contract Form New Contract Request Entity Information Entity Name* J -U -B ENGINEERS Contract Name* DESIGN CONTRACT CHANGE ORDER #2 Contract Status CTB REVIEW Entity ID's p000 18887 ❑ New Entity? Contract ID 5250 Contract Lead* MBEDELL Contract Lead Email MBedellco.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # GR-54 Contract Description* THE ONGOING DESIGN FOR BRIDGE 19;'46.5A HAS ENCOUNTERED SOME UNFORESEEN CONDITIONS WHICH REQUIRE ADDITIONAL WORK. THIS ADDITIONAL WORK IS DESCRIBED IN DETAIL IN THE CHANGE ORDER DOCUMENT. Contract Description 2 Contract Type* CHANGE ORDER Amount* S126,508.00 Renewable* NO Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email CM- PubiicWorksweldgov.com Department Head Email CM-PublicWorks- DeptHead weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYA I I ORNEYWELDG 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* 09x'22,+2021 Due Date 09 18'2021 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 On Base Contract Dates Effective Date Review Date* 09:16:2022 Renewal Date Termination Notice Period Committed Delivery Date Expiration Date* 10 16 2022 Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date Approval Process Department Head JAY MCD©NALD DH Approved Date ©9,=`15 .2021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 09;22/2021 Originator MBEDELL Finance Approver CHRIS D'OVIDIO Legal Counsel BOB CHOATE Finance Approved Date Legal Counsel Approved Date 09;15;2021 09115:`2021 Tyler Ref # AGO92221 Houstan Aragon From: Sent: To: Cc: Subject: Rob Turf Tuesday, September 21, 2021 10:36 AM Houstan Aragon Esther Gesick; Chloe Rempel; Cheryl Hoffman RE: PUBLIC WORKS / #5250 / Entity: J -U -B ENGINEERS/REF:AG092221 Thanks Houston. I have reviewed this and send Purchasing approval. Rob Turf Title: Purchasing Manager Department: Purchasing Address: 1150 "0" Street Greeley, CO 80631 tel: 970-400-4216 fax: 970-336-7226 Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Houstan Aragon <haragon@weldgov.com> Sent: Tuesday, September 21, 2021 10:29 AM To: Rob Turf <rturf@weldgov.com> Cc: Esther Gesick <egesick@weldgov.com>; Chloe Rempel <crempel@weldgov.com>; Cheryl Hoffman <choffman@weldgov.com> Subject: PUBLIC WORKS / #5250 / Entity: J -U -B ENGINEERS/REF:AG092221 Good morning Rob, I have attached a copy of contract ID#5250 for an agreement for professional services for WCR 19 Bridge Improvements that stems from Bid #B1900113. I have noticed that this document was not routed through purchasing, can you please take a look at this for approval and reply all with your clearance as this is set to be presented tomorrow on the September 22, 2021 Agenda. Thank you, Houstan Aragon i Caeri-ravc.-4- 44 "Il l / BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: JUB Engineers Bridge Design Contracts Change Order #1 DEPARTMENT: Public Works DATE: 9/14/20 PERSON REQUESTING: Michael Bedell and Don Dunker Brief description of the problem/issue: The ongoing bridge replacement designs for Bridges 54/13A and 19/46.5A have contracts with JUB Engineers with a clause which states that if the contract time period exceeds one year, a change order shall be processed to extend the time. Both ongoing bridge design contracts have the one-year contract time expiring on October 16, 2020. Both designs are currently at about 30% complete and therefore need to be extended another year. What options exist for the Board? (include consequences, impacts, costs, etc. of options): • Approve the one-year contract time extensions to allow the ongoing design work to continue. • Cancel one or both contracts at the end of the initial one-year contract time. • Offer staff other preferred options. Recommendation: Staff recommends approving Change Order #1 associated with both ongoing bridge replacement designs. If approved, staff will arrange to place these change orders on an upcoming BOCC Meeting Agenda. Mike Freeman, Chair Scott K. James Barbara Kirkmeyer Steve Moreno, Pro -Tern Kevin D. Ross og123/20 Approve Recommendation Schedule Work Session Other/Comments: cAyee~,-- 0x-6-d-a-ee4d) 2�olGI-I-1532 EGoo76 CHANGE ORDER NO. 1 PROJECT: BRIDGE 19/46.5A REPLACEMENT DESIGN Date: September 10, 2020 PROJECT: BRIDGE 19f46.5A 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: CHANGE TO CONTRACT PRICE: Original Contract Price: $499,723.00 Current Contract Price adjusted by previous Change Order: $499.723.00 The Contract Price due to this Change Order will be increased: $0.00 The New Contract Price, including this Change Order, will be: $499,723.00 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, 2021. RECOMMENDED: `a.� ZATI2�. �1(3 -7—"C.-7—"C.Owner Representative: � `_ Date: Michael Bedell, P.E. (Senior Engineer) APPROVALS: CONSULTANT: Name: Date: 9/10/2020 Temple Title: Area anager/Se = : r Project Manager WELD COUNTY: ATTEST: , Lo,% BOARD OF COUNTY COMMISSIONERS Weld Co ity Clerk to the Board ' WELD COUNTY, COLORADO BY: Deputy � to he Boa 7� �,�„� Mike Freeman, Chair SEP 2 3 2020 Contract Ftr°n New Contract Request Entity Information Entity Name* j -'U -B ENGINEERS Contract Name* BRIDGE 19 46.54 CHANGE ORDER r1 Contract Status C tB REVIEW Entity ID* r-00101 8887 Contract ID 4111 Contract Lead* MIBEDELL Cl New Entity? Parent Contract ID 3171 Requires Board Approval YES Contract Lead Email Department Project # MBedell. comeld.co.,us GR-54 Contract Description CHANGE ORDER 1 TO EXTEND CONTRACT WITH I -U -B ENGINEERS FOR OLDER ONE YEAR. Contract Description 2 Contract Type* CHANGE ORDER Amount* S0.00 Renewable* NO Automatic Renewal NO Grant NO IGA 3O Depar talent PUBLIC WORKS Department Email CM- Publi cWorks?>weldgov.corn Department Head Email CM - Publ%cWorks- DeptHeadc weldgoA,com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY. WELDG OCR. CO1+1 Requested BOCC Agenda Date 09 21 2x020 Due Date ©9 17 2020 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? NO If this is a renewal enter previous Contract ID if this is part of a MSA enter MSA Contract ID Note. the Previous Contract Number and Master Services Agreement Number should he left blank if those contracts are rot In OraBase Contract Dates Effective Date Review Date * 08 23,'22 Renewal Date Termination Notice Period Committed Delivery Date Expiration Date 099:' 21 2021 Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date Approval Process Department Head JAY MCDONALD OH Approved Date 09.18 2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 09 23'2020 Originator SSWANSON Finance Approver CHRIS D'OVIDIO Legal Counsel K.AR.IN MCDOUGAL Finance Approved Date Legal Counsel Approved Date 09 18 2020 09 21 2020 Tyler Ref # AG 092320 /D-'/&/ 7/ MEMORANDUM Date: September 30, 2019 To: Rob Turf, Purchasing Manager From: Michael Bedell, Senior Engineer RE: Bridge Design Engineering Services (RFP #B1900113) for Bridge 19/46.5A 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 19/46.5A. 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 $499,723.00 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 $499,723.00. This project has a CDOT-administered grant in the amount of $500,000.00 and the associated IGA was signed by the BOCC Chair on 6/24/2019. 2019-4532 /0 - / AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY AND J -U -B ENGINEERS, INC. FOR BRIDGE 19/46.5A REPLACEM'NT 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 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 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 $499,723.00, 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 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 during 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 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) days prior. In case any notice is received, and 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, 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 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 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: jtemplegjub.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: mbedellgweldgov.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 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 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. IT, E S HEREOF, the parties hereto have signed this Agreement this cr day of , 2019. CONTRACT PROFESSIONAL: J -U -B Engineers, Inc. By: 7,e it T�c.nPl Name: Title: A rect. /i.u.nczq re r - Date: /6/74/7 WELD COUNTY: ATTEST: dadtv.0 .deo;‘,4 BOARD OF COUNTY COMMISSIONERS Weld Co ty Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Cleat to the vjy� 1. �_ ��� Barbara Kirkmeyer, it IA air O"al6 2019 020/9- li ,3� Request for Proposals #t1!*S'113 .;-E-N-PHI aaR.I1 .' ER f RI I. Purpose Weld County is requesting proposals for the design engineering services required to produce documents for the replacement of these three existing bridges. As part of the proposal, consu shall include a cost/fee estimate with associated hours for all professional services. aid ant II. General Project Description Weld County is planning to replace these three bridges, utilizing design services provide° by engineering consultants and construction services provided by general contractors. Consultants shall submit a s parate pr posa0 associated with each bridge and w sepi:rate contract will be awarded f r each bridge. It is possible that separate consultants may be awarded contracts for each bridge, told 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 f 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 a xd 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. Prefect 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 s, lection criteria and method. This document is available for review in the Weld County Code, Revenue and Finance, Chapter 5, online at www.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 cncepts (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 Opinion of Cost to 1 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. • 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) • Proposals Due at Purchasing • Interviews Conducted (if necessary) • Design Contracts Awarded August 30, 2019 (1:00 PM) September 13, 2019 (10:00 AM) September 27, 2019 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 their 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 and 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 "0" 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©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 methodology clearly Department. shows an understanding to be used, and of results the that project are 5.0 Critical Issues The solutions major proposal issues to those demonstrates associated issues. with the firm the clearly project understands and offers realistic the 4.0 Project Control The design ability appropriate. to manage firm to and insure has the construction The quality described State firm or of has their their cost. Federal a Quality product. The methods procedures firm Control of has demonstrated controlling are process used in -place where their an 4.0 Location/Familiarity Work Project Key County team's team 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 protect that proposed includes scores and cost, consistent all the tasks work highest. hours, with necessary and the project tasks to successfully goals? presented The complete lowest 5 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD CUNTY AND CNSULTANT FOR BRIDGE REPLACEMENT PROJECT THIS AGREEVIEN T 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; NO , THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introductio 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 13 consists of Contract Professional's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. 2m 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 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 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 duringthe 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, 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 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 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 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. 11 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 1111 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 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 hiring a new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all 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 C stse 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 310 tin ing 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 Colorad s: I epartrnent 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 • 'T OFFI T OLLJN ; 525 P ROPO WELD COUNTY C WORKS L Engineering Services for Bridge 19/46.5A 0u 0.0 (RIB 113 JRU'B ENGINEERS, INC. THE LANGDON GROUP a J•U•B Company OTHER 1 -U -B COMPANIES GAT E WAY MAPPING INC. J•U•B Company September 13, 2019 Michael Bedell, P.E., Senior Engineer Weld County Engineering 1150 "O" Street, Room #107 Greeley, CO 80631 Re: RFC -B1900113 — Engineering Services for Bridges 19/46.5A, 54/13A, and 64/39A Dear Mr. Bedell and Selection Committee, CMS J•U•B ENGINEERS, INC. THE LANGDON GROUP a J•UIB Company OTHER J -U -B COMPANIES GATEWAY MAPPING INC. a J•U.8 Company 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 technical 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, i-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 Area Manager, 1eff Tempel p.E. Project Manager J-1.03 ENGINEERS, INCA 4745 Boardwalk Drive Building 0 Suite 200 Fort Collins, CO 80525 www.jub.com etempie@Sub.com 70217 2498 p 970 377 3602 c 9 `TMtrjr l.,x"efar8�'T .4./6t`G' k lSFS llMZ5Zk&" ₹JY ". " :-ers',.'Ta YltRZig'ZZNtrMLT.:fEZ .7.'T,..^�".A.t�r CSZ °4.ZW:r a&XVYL''rZi: ;S7.. A Y•nr1'„'qg'GAr".aH .,iv2?F .u=iD1tP !w7Ar7u::�YS^> ..Pa5,: 7SreM reaYi=cC�"aTF)r '�STcdraa 717 Si!F_2�Z9c`Sr7W. �a X21MiAI t`Sehra:0 20..':A��";;.c"�i:'?s"�iw^. ' `fir ;120MSS 5TaYItaa1l.Ya a, P.'�."uCd..�`44 RireZCi a 4745 Boardwalk Drive, Building D, Suite 200, Fort Collins, CO 80525 p 970 377 3602 w www.jub.com PROJECT TEAM �x.�"%'�,''�"�.'+�"v1L"�i'i�C`,�S'C�"�';�"•�"�,c�"<3GreuCkt)�� s. 1h 47.7 k.�,3'f7�GS;iVi LOCAL UNDERSTANDING O NATIONAL EXPERTISE 3 -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 i-U-B staff members and subconsultants have extensive experience working together on a variety of projects. EXPERIENCED, , .IJLTI1SCPLINARYTEAM STRUCTURAL ENGINEER LEAD Alan Cukurs, PE SENIOR PROJECT MANAGER Jeff Temple, PE Y. Ol..:%.a.. Jl1_ dam -n li PROJECT MANAGERS Dan Tuttle, PE or Amber Morse, PE f:YdV �!'%'.rmi S, cr R. 1wy. 111tl[. r1':P.9,5.er J: tIrtrrirf.r : S7 a.'4x: ;iF;_ . 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 Chad Dilka, PLS King Surveyors vS _ Joel Nuzzo Clark Land Surveying iA ria �4-` lti • Y.4 SUBCONSULTANTS Greg Koch, PE, CFM - Project Vanager Jason Albert, PE Vichael Turner, PE Wenoy Banzhof, PE Anderson Consulting Engineers 1,4-4WPII WJ"Vir t A3SJM1 I-nr 4a-V2:8'CcL' alias St.Y: Mitch Hau Western States Land Services gi awn( 'Sw �„"'Fl:..F,'�.u-� n.1'�'"C.cii!i. ti/ Darcy Tiglas Tiglas Ecological Mark Post, PE Centennial Engineering GEOTECH Eric Bernhardt, PE Terracon +.�.. ;,v.. . ;2 .,l iTJ%n" -YjD3 'uath.:: .:.: ,:., .L, . E��.., �rryx3fr 11. �.� s -Y :, 4..'S.r•. 3.i -•Li:.. Jroc..=;tt a„�•... tk CFaii ireli '.R"if.'�^a"Y:. nTa,.u%,"'Ti grijjt;, tr i?raVEMtni'+i.' 2 raW,tfaigA;CUS . a3i.Ze'Y.%E7'eaO 37.ass,;.x•VIZIu'T-iZiae'.::ru%uZ€ V efarell"a,a":4M111.1W.tS ; +..k'T.a:ZS;:saa,t... b 7Z.."Ze 4..e rsa .^.7 +'5r?.3ng i, <.RektG.'s'o-'�i9.1Z :, U -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges PROJECT TEAM BS, Civil Engineering, Arizona State University BS, Civil Engineering, Colorado State University BS, Civil Engineering, California Polytechnic State University, San Luis Obispo TEAM MEMBER BIOS JEFF TEMPLE, PE > SENIOR PROJECT MANAGER 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 multi -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: i » >> » >> >> 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 2009 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- ed 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- ern Colorado, with an emphasis on master planning and drainage design. Amber has previous engineering 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 tii"a)'1."�. .7<tY. .i�4v ara qiJ` .:.:.,1:'Riln r%. {i �.�.{ ii U.i M..!/ 3 -"..71LwYdszc�m��•.13.”:•' a +i:a-ru:.l:4i icene. "9.. aS°v,' ua'°anin'.:" sc'ni1S?..P.ff:;LY: it,Zw"f.:?1:%f'✓fGe� -°i J -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges PROJECT TEAM :. Crear•1X61/r`1n`:L.=2c:ih.'s ia'$a'.y'".i'.3C-s•-.,�F.��.±:T.'CL(:7F.!.wlsaac.' . .< '4St'L_ uu_ L'r.... -• . a:::l�•: anr.= 3'—'C" u - 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 BS, Civil Engineering, Utah State University ME, Structural Engi- neering, Utah State University 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 > SEA OR TRAFFIC ENCONEER 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 EY P= 'EVOTE, 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 =;rn?lit: �nZ�Yi.�'4✓'L.:::..:.KFSf.%SISYi 4 '4 g` itrzfir U -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges PROJECT TEAM -i1`.,CKr.'..'7L^SS�.✓.r..,.L.Swf-a.S7`^ ...s;.r .:`�'`'"T-.^..its:.:..1'.LT+Zr:.�.^`=.�al.Y*"i'"-+ag:LTc". 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 KEVI 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 interstate 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 KE N S ITH, 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 ;";^C N. Y� wl: ra+r _.�,�v- i .t:,... -� v PY .✓.<c ."p': d; r. N' iC.^S 5 .. / wxr.:.wu,^�"" .c"!�J`t"r.��noo,.w'.a,.a nw.kl..a.....a.�o" uL Kz� ...e a,vz..<.z.>,.✓Y6 ^tG$.._X'�?"'ut'kk1E91u'"1�?L ��%! 4S�ti3Fx"sS.t>...-.✓<c....,3`� �?l' u.�kE�._ .�ff.'�/�wG „<»u.rv.:n.,u.w,.,.. ?k.-;in.....� J :..�..rs .','S::G'?�r."✓'.` ?2' ^.`.`�lff, ...'..t."; .,,: :..,:v r`C .:v:v. 47.722 us1c=AX.02=12110 S'"I? SMrer.'a' U -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges PROJECT TEAM z.J'.^In`„ �^zr.viet.t."L•t41:3�a�+ r.. ",��yA;�c.^.k.s,,,r:nx e�a^ z5L—my r'a^e ojaz", v"-dinat9.3'!".: -eat, . , BS, Civil Engineering, Colorado School of Mines 14 ..5-137- r�£.::JS�:i._LZk?S1V-"or '. `,.�.,...,., _sar�t7� 14tS".�.. ..4.a.,i,. $-IGVtr<t" ,::t�.l+�tvrat�'T«'T"e J'��'-G�.✓�«�'�L5T.,.�rIs krr.'F3`« BRIAN KLATT, El > ROADWAY DESIGNER Brian is a designer who has worked for J -U -B as a surveyor and intern from 2010 to 2015. He graduated 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 K.© PEu F ` > PRJECT MANAGER Greg is Vice President, a Principal Engineer and an owner of Anderson Consulting 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 studies, designing chan- nel 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 engineer 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 evaluations, 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 W E N E„ 1 l HOE PE > PROJECT ENG NEFR 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 e;bF-:"'�Cx:'u2Et'as/ )IMVIVV aaect,Z4YSzL" xs' rall1=Ma ali 6 ,'::,L'u111. iS{2.' 'a.'.+ "`°!/�fi arCen=.0,1""i"_'9.i1.U7LR'UZZi'tottaF'd'?`.'4 `C" C ST=31"..ra'd&SIA:5. iWa:T= v Xtbsa :.cT�l,:d .rT..'f£s3Weearlar ?`f.Y1i:212rata.(3a...sxi9L'.'F.:Yaii`.�.rrS%/ i U -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges PROJECT TEAM d7,32W i T4 :7l�T i5 nP�'lfir iQ�t n"4,11,1 1-2%r Ma?RKn:I.Iiirar,S9= ace.V.J/- %.lifnR=i0==iv.v..u.=aril atasiliirrA"241=IMMAZY TEAM SUBCONSULTANTS trifird1YCAT.",Nr 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. ANdcRSON C ONSUItiNq ENCONL•CRS, INC. Civil • Hiner R;c,nmrus • Environmental ��w 1KING SURVEYORS ORS lierracon r-- Tiglas Ecological Services ANDERSON CONSULTI '`S ENGINEERING HYDRAULICS & HYDROLOGY Lim 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. KNG a i`,\ A' , f, (KingH j �S SU VIE 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 utilized on this project. T ALAS E CNLOG CAL S R VM TES) > EN\./D O M N a L 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. J -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges PROJECT TEAM Western States Land Services, Inc. -Clam- - Land SurveLJInq, Inc CENT.EN NIAL FNI WESTER STT aM"q,S L '' ND SERICES (WEST ROW ACQUISITION : .- PERMITTING TAT 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 implications, 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 At $ (`.,'ft ' A cilF 9--CA.T 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. ENTENNIAL ENGINEERING (CEI) > INDEPENDENT REVf9 _ W 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. TM.6:dI 3flrm.McLa'°�i'T;i iLs7.° ' cnCrc?ia—c u�' f' ZLyd1✓si�'uLS tla ati.RIf','.'�'.''�A' O _.'. v f. r.'r.;.'&&"».�°nT3a' .",�y`,f;f,It.''" '� Y.x'SAt ir4'I: Mazza m'" "i tattoKSiiP.iYk 4 rE9u^310Y. a, r�3d�...PGdi-on k" zias c°.'smor 3 esaram a J -U - B ENGINEERS, Inc > Weld County Engineering Services for Bridges Y9.-.'. 2-,'Gi'%i1£ibs°idP' Lr'"71f 27ro^Lei, + .8r7.n!"`ntra-3.'3yrarai Y�7h?�'0,.h"G'L at nzaT ".J$'Li .i'.',-o- ?• OVERALL FIRM CAPABILITIES 7`WM:s'S:Z'.'tZ"v:'&b..z,'.r°:�i,`a'w'✓476;gixa'"✓aJi "WS. s'. `.Saar ?. 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 PROJECT to the team. Jeff has managed the J -U -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 a a the r three bri g�'e esigns within schedule mentioned the RFPS 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, Corridor 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 something 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. 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 Boulder County Boulder County Boulder County City of Longmont City of Greeley Town of Lyons City of Loveland "I AAn J - U -13 Et/Lei/tit-ex/vs fo-r cvvi,L 0444 yfticc cci{, eA46 U zitL.9 pArcrj ex/FS ice. fr4tn. Tk J -U -6 TeA/v1A, Vs abLe, -to work bi,uo-get, wtzet- etzasoLtiAm,s 044 * th- t ac/Pk-Le/wed pro j e c, g o-tths; " - SGta-ta Fetzzr. CON of Loy.el,att(. 9 ;._ "'z`.J.i'i�1 nChr..uGu:1'.iY' "er u -U - B ENGINEERS, Inc > Weld County Engineering Services for Bridges FAMILIARITY 3 -U -B'S APPROACH TO PROJECT & +UALITY 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. DE SHGN COSTCONTROL: 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. CAN T UC.. UON COST CON 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 infrastructure 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. ;'*" :•,J-YirT; .$.` .u/.,"'c'x.'^' ,,,,rwo, '��^"'ti" 1•Cit•:,3"3'r"S4"rn`>'".e'3'w" "•7• Y::^a " ` \Yi2"&2 T '�1%s'7iry A, v':t 10 AMIXE+!L'WM+ :21 M57%;--'Y..-ZZnvrrflas "' M'i.:.i i'L'�3l Xiggr Y.l4 g 3 -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges PROJECT CONTROL & FA IL JLa ITY r n „ 3M:E=M +� c tea. PROJECT FAMILIARITY Our team familiarity can be summed up as follows: FAMILIARITY WITH THE t,JJ 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. FAV1 MEV TH STATt FEDERAL E LATBON 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. r. ?/ • lip . p N h ,. d —, C, i, r _ i! 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. F 1V E LU AF 'egT'Y WI�� ��,, H I= PR n E T 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. OtipitirctCreke- '^� � 'r la,r4 C47. .1r .� j Cr: J -U -B Engineers, Inc - Fort Collins, CO Office l�^-n:�E`iY Cr' " .u' 3rni nZa2*�'Y. 'r"/�' 8Fc'I°=tUFw^r3?6:. !, J -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges RELEVANT PROJECT EXPERIENCE PERFORMANCE ON SIMILAR PROJECTS U ra CONSULTANTS Anderson Consulting Engineers King Surveyors Terracon Western States Kristine Obendorf, Boulder County, (303) 441-3900 Anderson Consulting Engineers King Surveyors Terracon Western States REFERENCE Kristine Obendorf, Boulder County, (303) 441-3900 va,�nrss:�^„�^^,•,na smaa.r -uvas EAST COUNTY LINE ROAD`EL COU ROAD OVER SAINT VRAIN RIVER > BOULDFR L F O U NTY 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 pr, .. ject 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 APANA Disaster or Emergency Construction and Repair for Large Communities. NORTH 83RD STREET BRIDGE OVER LITTLE THOMPS 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, threatened 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-3 ENGINEERS, Inc > Weld County Engineering Services for Bridges PERFORMANCE ON SIMILAR PROJECTS MlEara ;zu s*rs+nx aexsrynve ECaarSai "xn5=_... s.=3: _. = -71 lt:Arc SU C N, UL1A i' Anderson Consulting Engineers King Surveyors Terracon REFERENCE Kristine Obendorf, Boulder County, (303) 441-3900 -S't..leCON ULTANTS Anderson Consulting Engineers King Surveyors Terracon Western States REFER, Tom Street, City of Longmont (303) 651-8694 STINT RAIN ROAD . E OVER SOUTH H SA EK> BOULDER CBOULDE UN TY 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 SAI T VRAIN > DIY OF LONGMO T 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 for 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 AMA Colorado Award for Disaster or Flood Recovery (Large Size) along with the Engineering News Record (ENR) Mountain States 2016 Best Project Award (Small Project). rar�m:zux: aM xoa-a.;;✓aXl a a u I C -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges PERFORMANCE ON SIMILAR PROJECTS SUBCONSULTANTc Anderson Consulting Engineers King Surveyors Dave Wells, City of Greeley, (970) 350-9796 1441(2;44. REF:f Dave Cosgrove, Town of Lyons, (303) 823-8250 torAVENUE BRIDGE OVER S EEP CITY OF G\� 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 is 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 ` RI GE OvrR 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 e lements 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 e ach project. mfauE raw >sras.t ZICSrE PSS s ,� .. _ c a•,z vc PK J -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges SAMPLE PLAN & PROFILE SHEET a 4 c U — 10' DITCH STA: 17+71.45 BF ABUT 1 STA: 17+52.74 BEGIN APPROACH SLAB 511 51 5130- 5120- 5110- 5100- 5090- 5080- 5070 1'-6"** BRIDGE PLAN 3' - ABUT 1 DITCH / 51-0" PIER CAP STA: 18+56.32 Q PIER 2 REMOVE EXISTING CULVERTS (SEE DEMOLITION PLANS) 10-w .q PIER 2 -1 0 rrl 0 P/E IO'w P/E EDGE OF DECK TYP. 0 m \ P/E STA: 19+39.68 PIER 3 P/E 5'-0" 71 1 -PIER CAP PIER 3 LIMITS OF RIPRAP (PLACED AND COVERED w/ NATIVE MATERIAL) TYP. (SEE RIPRAP PLANS) 253'-1" BF ABUT 1 TO BF ABUT 4** 25D'-1 "** -q ABUT. 1 83'-454 6"** PIER 2 LEV:5118.47 ELEV:5117.77 HP14x89 DRILLED PILES, TYP. --\\--ELEV:5076.00 RIPRAP ARMORING w/ 1' MIN. OF NATIVE COVER MATERIAL (TYP) 54"0 DRILLED CAISSON (TYP.) 83'-4546"** Q PIER 3 24" BOX GIRDERS TYP. IrI _ 83'-45/ 6"** . ABUT. 4 ELEV:51 17.05 ELEV:51 16.35 100 YEAR 48"0 COLUMNS (TYP.) 5110.40 /-ELEV:5078.00 PROPOSED 3.37' GROUND FREEBOARD 2.67' FREEBOARD 63'-0"± ELEV:5078.00 TYP Ilr STA: 20+43.27 END APPROACH SLAB 83RD STREET PT: 20+43.53 STA: 20+24.55 BF ABUT 4 FINISHED GRADE 1 `- EXISTING GROUND J-ELEV:5078.00 17+50 18+00 18+50 19+00 BRIDGE ELEVATION * FINISHED GRADE ELEVATION AT TOP OF ASPHALT AT Q. ROADWAY •• DIMENSIONS © Q OF ROADWAY 19+50 HORZ VERT 15 20+00 30 15 30 SCALE IN FEET 51 rr DITCH 50 Y EG - ROADWAY= CONTROL LINE= PROFILE GRADE LINE 15 SCALE IN FEET ALIGNMENT CURVE TABLE CURVE # LENGTH RADIUS TANGENT DELTA CHORD DIRECTION CHORD LENGTH C3 445.09' 5000.00' 222.69' 5'06'01" N37'41'33"E 444.95' -5130 -5120 -5110 -5100 -5090 -5080 5070 20+50 Three -span bridge over Little Thompson to pass CHAMP 100 -year flows. Heavy debris river seg- ment with 3.37 freeboard. Designed to CDOT standards with Boulder County requirements. Know what's lid• Cali before you dig. Computer File Information Creation Dote: 8/1 2/15 Initials: SDULIN Last Modification Dote: 3/1/1 6 Initials: BKLATT Full Path: i\ Projects \JUB\©oulder_Counly\87-13-U7 S_B3rd_IIR\CAU\Sheet Drawing File Name: 87— 13 — 015_S— 602.dwg ACAD Ver. ACAD 2013 Scale: AS SHOWN Units: FEET Index of Revisions (JUB 1 -U -B ENGINEERS, INC. 4745 Boardwalk Drive Building D, Suite 200 Fort Collins, CO 80525 Phone: 970.377.3602 Award Set No Revisions: Revised: Void: N. 83RD ST. BRIDGE GENERAL LAYOUT Designer: Detoiler: Sheet Subset: AC AB STRUCTURAL Subset Sheet: 2 of 36 Project No./Code Drawing Number 5-602 Sheet Number 43 CF lelaXv Y BikvtiaTy.o^.�•..�....... �. .. —.. ra. WY ¢ • .- �..—..../ U -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges PROJECT SCO WCR 19 AND 0M=�`r1 WCR 19 is becoming a very busy 'country' road as travelers continue to search for roads that will shave valuable time off their commute. WCR 19 supplies travelers with access to Milliken and Johnstown and offers many an alternative route to 1-25. However, the WCR 19 bridge over the Little Thompson River needs replacement. It was built in 1960 and is undersized. Like the WCR 54/Big Thompson Bridge, the WCR 1 Bridge required emergency repairs and analysis after the 2013 floods. The Colorado Hazard Mapping Program (CHAMP) hydrology indicates a 100 -year discharge of 15,800 cfs. This compares to previous regulatory hydrology in this area of 4,800 cfs. More than 3 -times as much! r ttc Issue`. The major critical issues for this project are: 1. Develop a design that can pass the 100 -year storm with either no overtopping or overtopping that is acceptable to Weld County. 2. The existing alignment of the channel immediately upstream is not efficient and leads to sediment deposits at the bridge. �--q.q;;;;r :i+}• ��-�.�Y ��T.•^E� • .d- • �.y y'y�yr'+w'T"i.y' a1_ 4'S� ' ijY( r_. 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 csts/risks that will be evaluated during the structure selection process. 1. Replacing the entire structure with a longer bridge that will pass the 100 -year flows — This is afar %al2l'JSzc"'.'23D7ani+7«'7J.iP7(>S2X1xti"uTMi' 71a '... .',r`.rYi5i `. "IC=anarar"k r*2 '�tw' " sa m-,g,+TS=zwaliit' ':r"m' r '/6 ta-<=. bzeum'✓'a^7,a�: ,-11«rS••: fw,` `.°Tv rdiar' a.ral cif::agaraY.ffg&TEMUT!'&:?i.fi$7a=n2?% always a preferred choice hydraulically. However, a flow of 15,000 cfs needs a substantial hydraulic opening. The bridge that J -U -B designed over the Little Thompson River at 83rd Street west of Berthoud was three -spans and 250 feet long. Please see the inserted plan sheet. The Little Thompson carries a lot of debris and may end up being classified as 'High Debris' in the area of WCR 19. This in turn will increase the freeboard, which will add to design difficulties. The J -U -B Team worked through these issues at 83rd Street. 2. Replace the structure with a shorter bridge that will not pass the 100 -year flows but construct the approaches to be able to withstand the overflow that will not make it under the bridge. 3. Replace the structure with a main bridge that will pass most storm events and add a secondary structure such as a series of box culverts to pass additional flows. One critical element we will address is the hydraulic performance of the recommended bridge type and size. Regardless of the options, any pier or culvert wall will be at risk to snag debris and reduce the hydraulic performance of the 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 requiring 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, increasing hydraulic performance and maximizing cost efficiency. The recommended structure type and 16 InreinAZrrntr:zy v, .✓'�,„i'�i <-_ IZZEaVa".tJ'airef+ "%_ '=•�.i '.2&aM0021i4Mi71MR`va rtVi /ix.. •» .E,�+•.r U -U -B E NGINEERS, Inc > Weld County Engineering Services for Bridges PROJEC RE size will also need to address access at the corners of the bridge, guardrail end treatment, maintenance of traffic d ming construction and right-of-way limits during construction and for the final structure. The purpose of the selecion rep:orc is to compare and evaluate the alternatives. A properly competed selectin report wi weigh the pros and cons and usually make the fina structure selection relatively easy. Other non-structural issue on this project will include: the oil battery just north of the bridge, overhead ut lip es on both side of tie bridge, the irrigation return flows east of the bridge, the fact that the project is located with Preb e's Meadows umping Mouse Habitat, and the fact the it is a Local Agency Project. J -U -R is used to dealing with issues such as nese. We have completed numerous Local Agency protects in Region 4. We have a so dealt with the majority of u c ity owners in Northern Colorado. S c Actual scope tasks for this project are laid out in detail in our fee spreadsriee„. Upon selection, it is typical for -U 0 supply tie client with a detailec scope that oes over each task. Most of the team being proposed for this oro ect ias worked together to complete 4 bride reolacennent orojects with Jeff Ternale as the senior project manager. We know this type of project and we <now what it will take to complete. This effort has been depicted in our fee sheet. Some of the specific tasks within the scone include: Sub -surface Utility Engineering by Clark Land Surveying in accordance with Colorado Revised S- and ASCE 38-02. Environmental services by Darcy Tiglas that will comply with the Categorical Exclusion check list 'arovided by CDO—. On this prect we have scoped the comp etioc� o' a Preble's Meadows Jumping Mouse Habitat Conservation Plano atue CDOT level ROW p ans prepared by Kn„ Surveyors. King has supplied J -U -B with numerous ROW plans that have received Region 4 approval. ROW acquisition service by Wester 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 Our team will review various traffic detouring anc 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 .4 his at �he WCR F and St Vrain bridge. J -U -B has assumec a two -span structure when we laid out our cost. We also added Mme to develop a thorough structural selection report. We are firm believers that the best money a client can spend is in the evaluation of alternatives. Anderson Consulting Engineers (ACE), has assumed CLOMR and LOMR submittals to FEMwill be required on this project. Hwever, our Team wi I attempt to achieve a no -rise, in which case a CLOMR will not be required. This woulc. have the effect of Weld County saving both FEMA review fees a ong with a substantial savings to ACE proposed fee. _Lpjr.ect r 'he ,e i-U-B's Fort Collins office has managed multiple bridge contracts over the past decade, and we understand hw t,o 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 equippec with both the hours and the schedule, we will integrate the required effort int* our overall work schedL le. Regular coordinati n meetings with the County will identify critical issues and develop strategies to keep the project con schedule. J -U -R is prepared to commit all the necessary resources to meet the County's schedule for this C -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges PROJECT SCOPE 5 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 -it has the capacity in 2020 to complete all three bridge designs (19/46.5A, 54/BA and 64/39A). Although we have developed our fee spreadsheets assuming a stand -al ne 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. -. ":'3,?`>s .v»ae7• n°S?;'S.'JJ^.:zn:vtY3'."CS 4Y"}G. ' x�^�;`,iz2s%T9i.�w-0pvf"'a,....:4:nab,,'.z, 'z....vw..71.. r wrsow X2 ".ze3m 18 J -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges WCR 19 Bridge Improvements Prepared By: J -U -B Engineers, Inc. .. Weld County Project 19/46.5A September 13, 2019 �� B Bridge and Roadway Design J•L " I. M" It. MIS, :. c. 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 Laprevote Project Engineer Kevin Kramer EI2 Kevin Smith Brian Klatt Kyle Ritchie Designer/ Technician Clerical Total J -U -B Labor SUBS ACE King Tiglas SUBS ;,,• \4i51.5 {tack 2rennial Task Total Total $180.00 $170.00 $140.00 $130.00 $130.00 $107.00 $98.00 $70.00 ----- Y: --775:17- --.7:77:-.77—Tar?_. J•_. d • "I P- A`.--_. _ ^Ii \.I• •_ . ,IT---. -- -. _.-_- - ..... -..SW"; .---I__ _ _- 1 .:-.IAL'A-.. -. _._.. ..� Periodic Progress Meetings (14 Total) 36 12 36 -- 8 $11,612 -- $11,612 1 2 Monthly Progress Reports (14 total) 2 14 ---- 8 $2,880 -- $2,880 _ _ 3 Management, Administration 12 60 ---- 12 $11,400 -- $11,400 _ I Expenses ------ $1,000 $1,000 Hour Subtotal: 26 0 110 0 0 36 0 28 --- Subtotal: $26,892 .. -_. _ . w r v -g _ ,••:_. b - ..tom �l ltign .nr.S�'�' .�lt�'.`.f f L�II IjS:"S31' ..i E..r...'f+ils v:YY,c,;1 _ _ .I .::u. - .. (':r. _: �r. � .,r �di .. ._ � �-~ �„� 1 G.T_.�.��u-a,J - .:. ���- ., _- ' - 1 4 General Data Gathering 4 --,: 8 -- $1,416 -- $1,416 __ 5 Topographic Survey (KING) 7. -- 2 -- $354 $7,129 $7,483 _____1 a __Li 6 Property and ROW Base -Map [KING) 2 1 $410 $3,150 $3,560 7 Title Commitments review (KING) (5 @ $500) ------ S0 S2,500 $2,500 I 1 8 Sub Surface Utility Identification (SUE- Phase 1)(Clark) 2 --- 2 $476 57,500 57,976 t 9 Utility and Ditch Coordination (JUB) 1 24 ----- $3,540 -- $3,540 10 Potholes - SUE Phase 2 (Clark) (20 at $950 ca) (inc.traffic control) 4 ---- $520 51.9 000 $19,520 _1 -_� , :. 1 11 Verify Survey Base Map with Field Visit (combine w/ progress meeting) -- 3 3 -- $711 -- $711 j 1 12 Data Collection, Field Reconnaissance, Base Map Development (ACE & JUB) 4 4 --- 51,080 $3,840 $4,920 1 13 Geotechnical Testing & Prelim/Final Report w/ Traffic Control (TERRACON) 4 -- 2 --- $940 h.14,00t; $14,940 _ ] Expenses ------ $1,000 _— $1,000 �1 Hour Subtotal: 1 4 37 4 10 13 2 0 --- Subtotal: $67,566 tr!,, : ri l i. t JCil — r----- —1------ — i ,r --' 14 Pre -Project Hydrologic Analyses(ACE) -----� $0 54,500 $4,500 15 Hydraulic Design (ACE) 2 -- 2 -- $494 $16,390 — $16,884 16 Preliminary Roadway Design (w/ H&H and bridge considerations) 2 8 16 12 -- $4,844 -- $4,844 — 17 Exhibits & Conceptual Drawings (3 to S alternatives) 8 -- 24 -- $3,688 -- $3,688 _ —� 18 Conceptual Design and Structure Selection Report (3 alternatives) 75 8 2 8 62 B $22,364 -- $22,364 .1 19 Opinion of Probable Const. Cost (OPCC) and Summary of Approx. Quantities 1 —, 1 -- 8 -- $1,176 -- $1,176 - 1 20 QA/QC 4 4 4 --�— $1,920 -- $1,920 . i 21 Conceptual Submittal 4 4 ---- $1,200 -- $1,200 -I Hour Subtotal: 7 83 27 10 24 108 0 8 --- Subtotal: $56,576 A .,-_ . ...,aa n nsi •r l�[ a :(� f'jF�r ; 1 -1 J � ._ Hsi-. 4 — � Environmental (Yigias� ®�� �� 1 21 Initial Site Assessment Form #881 (Tiglas) ------ SO $1,500 $1,500 - 22 Wetlands/Waters of the U.S.(Tiglas) 2 ----- 5280 $1,200 $1,480 r-- — 23 404 Wetland Permit (Tiglas) (< 10th Acre wetland impacts or bank Purchase) 2---- $280 $1,500 $1,780 r_ _..... 24 Sensitive Species (Tiglas) 2 --- $280 $1,500 $1,780 r 25 Noxious Weed Survey and Report (Tiglas) 2 -- -- $280 $1,000 $1,280 1..:...... 26 Preble's Jumping Mouse Habitat Conservation Plan (Tiglas) 2 --�-- $280 $4,000 $4,280 - 27 58-40 Certification (Tiglas) 2 ----- 5280 51,500 $1,780 ! 28 Cultural Resources (Historic Resources Survey and Report) (Tiglas) 2 ----- $280 $3,545 $3,825 —t 1 I 29 Wetlands Finding Report (Tilglas) 2 ----- $280 $ 4,500 -- 30 Kickoff/FIR/Mist Meetings (Tiglas) _$4,780 ----- $0f 51,200 $1,200 General Design Tasks Illaallillanillialliallallallalli _-- _ .1 31 Proposed Condition Hydraulic Analysis (ACE) -- 2 --- 5260 $8,800 $9,060 - 32 Structural Design and Calculations 2 33 10 17 —— $18,354 s-- ITIIIIMENNIallillalin $18,354 -� Survey and Pro • er Acquisition allianallialli 33 ROW Plans and Property Descriptions (KING) 4 -- 8 -- $1,416 56,675 $8,091 j 34 Property Acquisition Services (WSLS)(Pre-condemnation) 2 $920 $7,000 S7,920 - l Degl: n and Plan Sheets ® I 35 General Drawings - Cover, Notes, Legend, Typicals, Etc. (8 sheets) 2 4 12 -- $2,084 -- $2,084 -- —`_�� — -�I 36 Quantity Tabulation Sheets(2 sheets) 2 2 16 -- 52,252 -- $2,252 37 Geometric Design and Horizontal Control (2 sheets) 2 2 6 -- 51,182 -- $1,182 38 Demolition Plans (2 sheets) 2 2 4 -- $968 -- $968 39 Roadway Plan & Profiles (2 sheets) 2 4 24 -- $3,368 -- 53,368 40 Storm Drainage (rundowns) and Water Quality (2 sheets) 2 8 8 -- $2,176 -- $2,176• 41 Grading Roadway and Channel (4 sheets) 2 8 32 -- 54,744 -- 54,744 -- - Il 42 Traffic Sheets - Signing and Striping (1 Sheet) 1 2 4 -- $82.8 -- $828 43 Riprap layout and Detail (2 Sheets) 2 -- 4 -- $708 -- $708 I 44 Roadway Cross Sections 2 -- 8 -- $1,136 -- $1,136 45 Bridge Structure - Notes and Structural Quantities (1 sheet) 1 --- 7 -- 5919 -- $919 � _- 46 Bridge Structure General Layout and Typical Section (1 sheet) 1 16 -- $1,882 -- $1,882 � 47 Bridge Structure - Engineering Geology (1 sheet) 1 -- 6 -- $812 -- $812 . - 48 Bridge Structure - Hydraulic Information (1 sheet) 1 2 -- 6 -- $1,092 -- $1,092 - 49 Bridge Structure - Construction Layout (2 Sheets) 1 --- 16 -- $1,882 -- $1,882 !- SO Bridge Structure - Abutment Layout & Details (2 sheet) 1 8 -- $1,026 $1,026 ------ _..... 51 Bridge Structure - Pier Layout & Details (4 sheet) 4 --- 20 -- $2,820 -- $2,820 :.- .... - J 52 Bridge Structure - Wingwall Layout & Details (2 sheet) 6 --- 32 -- $4,444 -- $4,444 L,. 53 Bridge Structure - Girder layout & Detail (1 sheet) 1 --- 5 -- $705 -- $705 F _.- 54 Bridge Structure - Deck layout & Reinforcement (2 sheet) 210 -- $1,410 -- $1,410 55 Bridge Structure - Approach Slab Details (1 sheet) 1 --- 5 -- $705 -- $705 __ -- 56 Bridge Structure - Bridge Rail layout & Details (2 Sheets) 2 --- 10 -- 51,410 -- $1,410 I 57 Expansion Joints (1 Sheets) 2 --- 6 -- 5982 -- 982 58 Bridge Deck Elevations (1 Sheets) 2 6 -- 5902 -- 902 _ _ 59 Opinion of Probable Const. Cost (DPCC) and Summary of Approx. Quantities 1 1 4 -- 40 -- $5,190 -- $5,190 60 QA/QC 8 4 ------ $2,120 -- $2,120 L_ -� 61 Prepare for and Attend FIR Meeting w/ Minutes 4 6 ----- $1,560 $550 $400 $2,510 - . Expenses ------ $1,000 -- $1,000 �- --I Hour Subtotal: 17 62 65 19 34 401 0 0 --- Subtotal: $118,367 Total Hours (Start up to FIR): 51 149 239 33 68 558 2 36 $146,522 $74,979 $47,900 $269,401 :..1`,::tb;,, S`Y, n\.a. a-1� l.\\.V.\`�nrwWVh1T'l."X`k\\\\'l(N.A\`Oi:?\\[G\V\\a\ feWV WA`kYYODSA M`Yn r4ak:W`iC:\.l\l\\\V:Y\P\`. ,c .\.. • ttMl ` :iiT`,�`ta`fir "O. V?. V ... M1\W."F \ \ . \\\\:C\'a'tiidaWV'C«W\h..C.N1a,?'.Y:ilXtlkT`,A7\Va\Y.:J.k:AVXYHA.XP5J'd�Dl\a;;.�`ia"i.`A�NAWW\\'i"^aw.: VV M`VX\\�NJXR.A1 LRai\W`i...`C\X3',Ch'.�\\\tC'.L?.iA`U`Y].Sy VYa'`Y0YSA\h:.Vlt'ak1t=iS:+�.\V.: •...L-adtYiQir`.n0:!'A.tl.W'3"!iC"«..\\,ItS.IvWS;.Y.iW,."sv\\'Cae.nh'C`Z..`J"r-a.:UY'w:bXP`vMC.'.4L:YlVa:.\t.\`w.:W.w'W'A`i...utRftC1O'..V'M?!AC'b,=,,ik1h:XSw'%:�t2m.f:.`:.;�\\ti:YGn.�V."6AYVftaYSt.'R1A`iYA`.Vi.\\HS.JY;.C)„"'d?.h`2d\C`]Y:.n1,L.?A'\`i0A\".a'aAn\i`,: f:.i:\SM'.M.:..W..:?:AV:Y..`.?U\\\VtfL.\Z`AYCii'i.\A\\\V:.J`d.:u�r\i\\:.\`iV,l\V::T\".`.iYvWC\\\'iAnY.i}\\VAKava\"`..q'iYn\\.`.3:Y\Cj...i�\'!.�\:IVA`CQ\Wtiie+\,1.vVu'ti31`iYYA.i`M'WAJ'k:tNn\tatwaY`:`.'F'K+ _ J -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges WCR 19 Bridge Weld County Improvements Prepared By: 1 -U -B Engineers, Inc. " ( o� Project 19/46.5A September 13, 2019 LB Bridge and Roadway Design J-U-utxmNttRS. INC. 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 Laprevote Project Engineer Kevin Kramer EI2 Kevin Smith Brian Klatt Kyle Ritchie Designer/ Technician Clerical Total J -U -B Labor SUBS ACE King Tiglas SUBS Terraro;1 WSLS Clark Cent-niai Task Total Total $180.00 S170.00 5140.00 5130.00 $130.00 $107.00 $98.00 $70.00 Rr��I ��r� 62 Address Preliminary Comments 2 4 6 8 24 $5,272 $5,272 63 Utilities Coordination 1 16 $2,420 $2,420 _ Hydrology &Hydraulic (ACE) 64 Pre -Construction Reporting and Floodplain Permitting (ACE) 2 $280 $20,300 $20,580 65 Revised Condition Hydraulic Analysis (ACE) 2 4 $708 $10,690 $11,398 66 Post -Construction Reporting and LOMR Application 2 4 4 $1,228 $17,230 $18,458 67 CLOMR Fee ($6,500), LOMR Fee (58,000), FHDP ($180) $0 514,680 $14,680 Survey and Property Acquisition 68 Stake ROW Takes and Easements (KING) 1 $140 $1,374 $1,514 69 Property Acquisition Services (WSLS)(Pre-condemnation)(No appraisal reviews) 2 8 $1,480 p1 ,3St: $14,830 ¢ Design and Plan Sheets "' 70 General Drawings- Cover, Notes, Legend, Typicals, Etc. (7 sheets) 4 16 $2,272 $2,272 $2,272 A 71 Quantity Tabulation Sheets (2 sheets) 4 16 $2,272 72 Demolition Plans (2 sheets) 2 4 $708 $708 73 Geometric Design and Horizontal Control (2 sheets) 1 2 2 $614 $614 74 Roadway Plan & Profiles (2 sheets) 2 4 8 16 $3,672 $3,672 75 Storm Drainage Plans (Swales/rundowns) (2 sheets) 4 16 $2,272 52,272 �^ �� 76 Grading Roadway and Channel (4 sheets) 2 4 16 $2,512 $2,512 77 Bridge Structure - Notes and Structural Quantities (1 sheet) 4 $428 $428 a.. 78 Bridge Structure - General Layout and Typical Section (1 sheet) 1 11 $1,347 $1,347 78 Bridge Structure - Engineering Geology (1 sheet) 1 3 $491 $491 79 Bridge Structure - Hydraulic Information (1 sheet) 1 2 4 5878 $878 ��4MI 80 Bridge Structure - Construction Layout (2 Sheets) 2 8 $1,196 $1,196 81 Bridge Structure - Abutment Layout & Details (2 sheet) 3 31 53,827 $3,827 82 Bridge Structure - Pier Layout & Details (4 sheet) 4 24 $3,2.48 $3,248 83 Bridge Structure - Wingwall Layout & Details (2 sheet) 1 18 $2,096 52,096 84 Bridge Structure - Girder layout & Detail (1 sheet) 1 6 $812 S812 85 Bridge Structure - Deck layout & Reinforcement (2 sheet) 1 16 $1,882 $1,882 86 Bridge Structure - Approach Slab Details (1 sheet) 2 7 $1,089 $1,089 87 Bridge Structure - Bridge Rail layout & Details (2 Sheets) 2 10 $1,410 $3,410 88 Expansion Joints (1 Sheets) 1 S $705 $705 89 Bridge Deck Elevations (1 Sheets) 2 6 $902 $902 90 Erosion Control (> 1 acre) (6 sheets) 1 8 $856 $986 91 Access Designs and Property plans 8_ $856 $856 __ 92 Non -Structural Details (4 sheets) 2 8 $1,116 $1,116 $1,852 Y_—___ 93 Roadway Cross Sections(10 sheets) 1 16 $1,852 ____ 94 Traffic Signing and Striping (1 sheets) 1 1 4 $748 $748 95 Traffic Control/Detour Plan (1 sheets) 1 1 4 $748 $748 96 Prepare Specifications 4 2 8 4 $2,608 $2,608 97 Prepare FOR Documents for submittal 2 8 8 $2,336 $2,336 98 Opinion of Probable Const. Cost (OPCC) and Summary of Approx. Quantities 2 4 4 60 $8,020 $8,020 99 QA/QC 10 16 24 $7,640 $7,640 100 FOR Meeting (prepare, attend, minutes) 4 8 4 $2,188 $550 $400 $3,138 Hour Subtotal: 31 46 83 41 22 371 24 0 Subtotal: $153,833 .. a INIIIIIMI 101 Address FOR Comments 8 12 24 4 $5,528 $5,528 102 Bridge Design Independent Review (for all reviews)(Cen[ennial) 2 2 4 $1,048 $4,673 is. .�rr-... 103 Finalize Construction Plans for Advertisement 4 8 4 8 8 $3,372 $3,372w. L ,-_.. 104 Finalize Specifications and OPCC 1 4 8 16 53,492 $3,492 105 Submit Advertisement Documents 8 4 8 $2,496 $2,496 106 Addendums and Award Documents 1 4 8 g $2,116 $2,116 Post Design , 107 Structure Load Rating 16 2 30 $6,710 $6,210 - 108 RH's and Shop Drawing Review 5 10 20 20 25 $10,675 $10,675 109 Set Monuments shown on ROW plans (KING) 1 $140 S2,105 $2,245 ��� 110 As -Built Survey (KING) 2 $280 $3,402 $3,682 ( 110 Other Professional Services (OPS) $30,000 $30,000 Expenses: $2,000 $2,000 .-..... , w 1 Hour Subtotal: 7 28 51 20 36 119 8 20 Subtotal: $76,489 Total Hours for final Design (FOR meeting to Award) : 38 74 134 61 58 490 32 20 $142,616 $70,331 $17,375 $230,322 TOTAL PROJECT $499,723 Task Numbers ACE King Tiglas r rr: rnn W5I.5 Clark General 12, 14-15, 31, 64-67 $96,430 5-7, 33, 68, 109-110 $26,335 21-30 $21,445 13 $14,000 34, 69 $20,350 8, 10 $26,500 102 53,625 61, 100 $1,900 Totals $96,430 $26,335 $21,445 $14,000 $20,350 $26,500 $3,625 $1,900 $210,585 1 }¢ eaalli v.- 'AVGM,Mn•JC✓'•¢'a^ \ �'.W.i,i'Cf1Vi n'OYLY'E Ae-,JJR3."&','wRY"w',Ry-i?\Y.u<uUU4.Y44t-.xvr. ... LCXX.F'iltdWM.?,.St.L1fYT.SdM1IYOd'tiT4 K :5YG'FHti:,Vb- n-•••¢•6LG4L'�'- •••-. �- - ^--.-•.•y:6Y}�Yw21X/YYi`1Y}� cv"+n�...W-,yyyyy.,. .Mve..y.�V.....<..:.[.n n..>.:.....�Dvztiaitt �••••...,-- v- SKJbs-.L\T.LCw'ti.:..-n,'-\W.'..��v :h'•-•- ^v-alti�4^v-.TMw+� •tibXS-1 motessza" ---_its .Y[,' Av ib:f!.:�Y�l Y1�YRF\a\. T.. wl S.tid-'.T`3`.,,`�9w, `-"�4?]"44W- �..'BnMJni ti 1V mss•_^-,.� 3 -U -B ENGINEERS, Inc > Weld County Engineering Services for Bridges ("JUN J•U•B ENGINEERS, INC A THE LANGDON GROUP OTHER J -U -B COMPANIES GATEWAY PPM INC. New Contract Request Entity Name* J -U -B ENGINEERS ❑ New Entity? Entity ID* @0001887 Contract Name* Contract ID AGREEMENT FOR SERVICES FOR BRIDGE 1'9/46.5A 3171 REPLACEMENT PROJECT Contract Status 0TB REVIEW Contract Lead* MBEDELL Contract Lead Email MBedell@co.wekl_c o _us Parent Contract ID Requires Board Approval YES Department Project # GR-54 Contract Description * AGREEMENT FOR PROFESSIONAL DESIGN ENGINEERING SERVICES BETWEEN WELD COUNTY AND J -U -B ENGINEERS, INC. FOR THE BRIDGE 19146.5A REPLACEMENT PROJECT.. Contract Description 2 CONTRACT PROFESSIONAL AGREES TO PROVIDE ALL SERVICES, LABOR, PERSONNEL & MATERIALS NECCESSARY TO PERFORM & COMPLETE THE PROJECT, Contract Type AGREEMENT Amount $99,723.00 Renewable NO Automatic Renewal NO Grant Department PUBLIC WORKS Department Email CM- Pub'iicWorecs@weIdgov.com Department Head Email CM-PublbeWarks- DeptHead+v.cern County Attorney BOB CHOATE County Attorney Email: IGA BCHOATE@CO.WELD. CO. US ISO If this is a renewal enter previous Contract ID of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnSase Contract Dates Requested BQCC Agenda Date* 10/16/2019 Due Date 10/122019 Wilt a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/REP#* 819000113 Effective Date 1011612`19 09/0112020 Termination Notice Period Committed Delivery Date Renewal Date on 20 Contact Inforrna Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head JAY MCDONALD DH Approved Date 1 as'U8/2019 proval C Signed Date Contact Pipe Contact Email Contact Phone m Contact Phone 2 Purchasing Approved Date 10/14/2019 Finance Approver BARB CONNOLLY Finance Approved Date 10/09/2019 Tyler Ref # AG 101619 Legal Counsel KAR1N MCDOUGAL Legal Counsel Approved Date 10/11/2019 Hello