Loading...
HomeMy WebLinkAbout20211498.tiffMEMORANDUM Date: July 23, 2021 To: Esther Gesick, CTB From: Cameron Parrott, Project Manager, Public Works RE: OnBase Contract ID #5074 — Design Services for the Hwy 392 and WCR 35 Intersection Improvements Project, Bid No. — B2100097 Please place the attached agreement on the BOCC Consent Agenda. The BOCC approved the award of this contract to Drexel, Barrel! & Co. on July 21, 2021. The Consultant has signed the contract and has provided the required insurance listing Weld County as an additional insured party. A representative from Public Works will be at the BOCC hearing to answer any questions the BOCC may have regarding this contract. i_oou -P7191 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY AND DREXEL, BARRELL & CO. FOR HWY 392 AND WCR 35 INTERSECTION IMPRO)[EMENTS PROJECT THIS AGREEMENT is made and entered into thistt day of ((d , 2021, by and between the County of Weld, a body corporate and politic of the State of Colorado, by an hrough its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 8063 ereinafter referred to as "County," and Drexel, Barrell and Co. , [a corporation], who whose address is 1800 38th St., Boulder, CO. 80301 , 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, THEREFOE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The teams 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 B2100097. 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 Profess,ional's obligations under this Agreement. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B Contract Professional shall faithfully perform the work in accordance with the standards of professional Care, skill, training, diligence and judgment provided by highly competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 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 1 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. 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 $ 298,437.00 , 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 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. Bid quantities shall be carefully checked by the Contract Professional and quantity calculations shall be submitted for County review. If the County experiences additional costs during construction which are directly associated with errors and omissions (Consultant negligence) resulting in change orders requiring approval by the Board of County Commissioners and/or costs greater than the original bid unit costs, the Consultant will be financially liable for such increased costs. 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. 2 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 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 Contract Professional's work for any purpose other than intended by this Agreement shall be at County's sole risk and without legal liability or exposure to 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. 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. 3 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 repair 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. 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 pursuantio this request. Contract Professionals shall always keep the required insurance coverage in force during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A -VIII" or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, 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 enougi 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 tie 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, 4 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 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 $1,000,000 Aggregate $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. 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 5 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. Ali 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 addres$ 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. Either party may change itsnotice address(es) by written notice to the other. Notification Information: County: Contract Professional: Attn.: Address: Address: E-mail: Phone: Drexel, BarrelI & Co. Michael D. Middleton, P.E., President 1800 38th Street Boulder, CO 80301 mike@drexelbarrell.com 303-442-4338 Name: Cameron Parrott Position: Senior Engineer Address: 1111 H St"eet Address: Greeley, CO 80632 E-mail: cparrott@weldgov.com Phone: 970-400-3745 6 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 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 7 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 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 State 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 incirred by or on its own behalf. 31. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 32. Compliance with Colorado Department of Transportation Regulations and Standards: Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and Contract Professional agrees to meet or exceed all standards set by these publications. Contract Professional further acknowledger and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all the Contract Amount. Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. 8 IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of 2021. CONTRACT PROFESSIONAL: Digitally signed by Mike Middleton acMlke Middleton, u=Drexel, Barrel, Ca., ou, ema.mlke@drexelbanell.com, Date: 2021O731 143237 .00' By: Drexel, Barrell & Co. Name: Title: Michael U. Middleton, P.E. President Date: 7/21/2021 WELD COUN ATTEST: (1 BOARD OF COUNTY COMMISSIONERS Weld C lerk to the Board WELD ,OUNTY,COLORADO BY: Deputy Clereve Moreno, Chair 9 AUG 0 2 2021 EXHIBIT A equest for Proposals #B2100097 f YI E I: E E F 3 il` HigRS.aCTIORIMPRQVa. I. Pur• se The Weld County Public Works Department is seeking proposals from short-listed vendors for Engineering Services related to the design of the H 392 & WCR 35 intersection Improvement project. It is expected that the project will include the addition of left turn lanes on both legs of WC 35, improving radii on all corners to allow for easier truck movements, drainage improvements, utility relocations, subsurface utility engineering (SUE), right-of-way acquisitions, and coordinatin with CDOT for a future traffic signal installation. The Best Value QBS process outlined in Chapter 5, Section 5-4-150 (C) ofi th Weld County Code will be utilized to select the design consultant. As pat of the proposal, Consultants shall include a cost/fee estimate with associated hours for all professional services outlined below in Item III. Ther :. ill be no negotiation of the 4st/fee after selection of the Consultant. At a minimum, the cost proposal shall include the tasks shown in Attachment A. II. General eject Description Weld County is planning to reconstruct the HWY 392 & WCR 35 Intersection utilizing design services provided by engineering consultants and construction services provided by a genral contractor. The design data table for the project is included in Attachment B. Ill. Scope of Services The services will consist of detailed road and intersection design generally consisting of but not limited to: A. Surveying and mapping for all aspects of design, R W, subsurface utility engineering, irrigation, as -built drawings, etc. The Consultant shall be responsible for btaining Right to Enter forms from all affected prperty owners for surveying, geotechnical testing, and SUE purposes; B. Geotechnical evaluations; C. Detailed road/intersection design generally consisting of overall plan preparation (30%, 60%, 90%, and Approved for Construction); D. Subsurface utility engineering (SUE) report to a minimum Quality Level (QL) B for all existing utilities, and gas facilities, and agricultural irrigation facilities. The SUE shall include videotaping of all culvert and irrigation crossings of the roadway as well as videotaping of irrigation pipelines located adjacent to the existing and pr posed R * E. Report preparatioa including geotechnical report, drainage report, etc.; F. CT style Right-of-way plans including title work; G. Specification preparation; H. Coordination with property owners; 1 EXHIBIT A I. Attending irrigation board meetings, open houses, etc. to give presentations during the design phase and the ROW acquisition phase; J. Environmental Services - The design consultant shall utilize environmental services from Tiglas Ecological Services (business: 970-635-9183, cell 970-222-2151, email: tiglasd@aol.com).; K. Utility relocation coordination; L. ROW acquisition services; M. Shop drawing review; N. Prefabrication inspections (if required); and O. Responding to Contractor request for information (RFI) inquiries. IV. Project Requirements A. General Requirements 1. When performing field investigations, the Consultant shall provide reasonable provisions for Weld County representatives to observe the Consultant's and/or sub -consultant's work in progress. 2. Weld County has already completed a project land survey and title commitments for this area. Weld County will provide CAD and other files and available survey to the Consultant upon award of the Contract. 3. The Consultant shall provide a full range of engineering services and accept project management responsibility at all levels. The submitted cost and work hours shall be based on the work items described herein. The cost and work shall include a line item of Other Professional Services (OPS) in the amount of $50,000 which may be required (Weld County must pre -approve the use of this line i₹em) during the project design. 4. All AutoCAD (Civil 3D) files shall follow the standards outlined in the latest edition of the CDOT CARD Manual or as approved by Weld County. 5. All design work shall be completed using the latest AASHTO and CDOT design and construction standards or guidelines, practices, and procedures. The Consultant shall also utilize the Weld County Engineering Criteria Manual for design parameters. In the event of a discrepancy between the design standards, the most stringent shall apply. Weld County shall determine the most stringent design standard at its sole discretion. 6. The Consultant and sub -consultants shall obtain a ROW Permit from Weld County when performing all field investigations and fieldwork. There will be no charge for the permit, however, the Consultant and/or sub -consultant shall provide traffic control plans, certificates of insurance, and the ROW permit application for review and issuance. The subsurface utility engineering (SUE) investigations and geotechnical testing shall also have a separate ROW permit for the sub -consultants performing the work. The cost of all traffic control (including permitting) shall be included in the cost of the project. All traffic control is subject to the County's acceptance prior to the commencement of the work. 7. The Consultant shall provide monthly invoices including detailed written monthly progress reports for the project duration. The monthly progress reports shall consist of: a) A cover letter outlining all work billed for during the invoice period; 2 EXHIBIT A b) Backup dta showing the personnel working on a task, their hourly rate, descriptions for each task, and the numbers of hours billed to the task; c) A time sheet certification signed by the Consultant's project manager; and d) Sub -Consultant invoices shall include the same information as backup documentation. B. Conceptual Design (30% Design) 1. The Consultant shall provide a conceptual layout of the intersection improvements. The concept shall evaluate the cost of acquiring ROW/easements, moving utilities including oil and gas facilities and irrigation facilities, and construction estimates. The Consultant shall open communications with the affected landowners to determine if there are any unknown facilities or other concerns with the conceptual plan. 2. A preliminary Geotechnical Report shall be prepared during this phase of the design. The Geotechnical Report shall include a pavement design for the intersection and approach roads. C. SUE Plans Quality Level A to be completed prior to the completion of Preliminary Plans 1. The Consultant shall locate, on utility plan sheets, all existing utilities, oil and gas facilities, drainage components, and irrigation facilities (hereafter called Utilities). All utilities shall be located to a Minimum Quality Level B. Any utilities that are likely impacted by the conceptual lays out shall be located to Quality Level A. NOTE: Weld County's requirements are more stringent than Senate Bill (S.B.) 18-167 and ASCE 83-02. In the event of a conflict between Weld County's requirements, S.B.18-167, and ASCE 83-02, the Weld County requirements shall take precedence. 2. AutoCAD Civi 3D (version currently used by Weld County) files showing linework for all subsurface facilities and test holes within the project area shall be provided by the Consultant. 3. A plan set (scale: 1 inch = 50 feet) showing the Utilities both horizontally, vertically, and in relation to the proposed improvements shall be provided. Communications pedestals, meter pits, valve boxes, manholes, vaults, pig stations, etc. shall be shown. The owner of each facility shall be identified on the plan set. Survey elevations of the rim and bottom of all meter pits, valve boxes, valve nuts, and other items located in vaults, manholes, meter boxes, valve Loxes, etc. shall be shown on the plans. 4. Each page of the plan set shall include a sheet border, title block, north arrow, Call 811 image, scale, legend, match lines, centerline stationing, road name labels, structure labels (bridges, culverts, walls, etc.), existing and proposed rights -of -ways, test hole locations, and applicable notes. Additionally, the title of the plan subset shall be labeled as Subsurface Utility Engineering Plans and shall include the sheet number of the overall plan set and subset. The plan set shall follow the standards outlined in the latest edition of the CDOT CADD Manual or as approved by Weld County. 5. The Consultant shall include a minimum of 40 test holes for the Quality Level A portion of the design phase. Test hole costs shall be based on unit costs for each hole. Test hole costs based oh hourly rates will not be accepted. Failure to include unit costs for each test hole may result in the proposal being rejected by the County. 6. The Consultant shall provide the location of the control points, location of the benchmark, and the scale factors used in their drawings. The data shall be in the modified State Plane Coordinate System and shall be on the NAVD-88 vertical datum. 7. A plan sheet shall be included for test hole logs including a table summarizing the data 3 EXHIBIT A outlined below for each test hole. 8. Quality Level A is the use of nondestructive techniques to provide precise plan and profile mapping of underground utilities through nondestructive exposure. It shall also include the type, size, condition, material, and other characteristics of the underground feature. a) Tasks associated with Quality Level A include but are not limited to: 1) All tasks associated with Quality Level B (a) There is no prescribed order in which Quality Level A and B tasks must be performed. 2) Selection of Test Locations (a) Obtain data where the precise horizontal and vertical location of Utilities, obtained by exposure and survey of the utility at specific points, is needed for conflict assessment/resolution purposes. (b) The Consultant shall recommend test locations based on the requirements of the project and on existing subsurface utility information. All potential conflict locations between the Utilities and the proposed project shall be identified by the Consultant. (c) The Consultant shall provide the proposed test hole locations on the plan subset (as described above) for review and acceptance by the County. (d) Test hole locations shall be prioritized by oil and gas crossings, oil and gas running adjacent to the project, underground electrical, water/sewer, telecommunications, irrigation/stormwater, and then all other utilities. 3) Selection of Method (a) When available, verifiable information on previously exposed and surveyed Utilities (such as survey records during utility line construction) shall be furnished in lieu of new excavation, exposure, and survey at that same point, or at a suitable nearby point. (b) If utility lines must be exposed and surveyed at specified locations, the Consultant shall use minimally intrusive excavation techniques that ensure the safety of the excavation, the integrity of the utility line to be measured, and that of other lines which may be encountered during excavation. (c) Excavation shall be by means of air -or water -assisted vacuum excavation equipment. (d) Use of water -assisted vacuum excavation shall only be approved provided such method poses minimal risk of damage to the existing roadway or utility lines. 4) Compliance with Utility Notification Center Requirements (a) The Consultant shall comply with all applicable provisions of Colorado and Weld County regulations when planning or performing excavations at test hole locations. (b) Compliance actions include but are not limited to: notify owners or operators of underground utility facilities at least two (2) business days prior (not including the day of actual notice) to making or beginning excavations in the vicinity of such facilities; call 811 for the marking of member utilities; contact non-member or private utility, oil and gas, and/or irrigation owners directly; coordinate with utility owner representatives as required for inspection or other on -site assistance; immediately cease excavation work and report any resultant utility line damage to owner. 5) Excavation of Test Holes (a) Clear the test hole area of surface debris. (b) In paved areas, neatly cut and remove existing pavement, which cut shall not 4 EXHIBIT A exceed 225 square inches unless otherwise approved. (c) Excavate the test hole by the method(s) and standards set forth herein (see also "Selection of Method" above). The depth of the test hole shall not exceed 151 feet. A test hole shall extend a minimum of 18 inches laterally on each side of the utility mark unless otherwise approved. Revise the test hole location as nejpessary to positively expose the utility. (d) For utilities crossing under the roadway, test holes shall be taken at each edge of the proposed ROW and at the flowline of the proposed ditch on each side of the road (a total of 4 test holes per each utility crossing). (e) Expose the Utility only to the extent required for identification and data collection purposes. (f) Avoid damage to lines, wrappings, coatings, cathodic protection or other protective coverings and features. Repairs required by the utility owner, oil and gas facility owner, or irrigation facility owner will be at the cost SUE consultant. (g) Hand -dig as needed to supplement mechanical excavation and to ensure safety. (h) Store excavated material for re -use or disposal, as appropriate. 6) Collection, Recording, and Presentation of Data — Measure and/or record the following information on an appropriately formatted test hole data sheet that has been sealed and dated by the Consultant: (a) Elevation of top and/or bottom of the utility tied to the project datum, to a vertical accuracy of +/- 0.05 feet; (b) Elevation of existing grade over Utility at test hole; (c) Horizontal location (include northings and eastings) referenced to project coordinate datum, to a horizontal accuracy consistent with applicable survey standards; (d) Field sketch showing horizontal location referenced to a minimum of three (3) swing ties to physical structures existing in the field and shown on the project plans; (e) Approximate centerline bearing of utility line; (f) Outside diameter of pipe, width of duct banks, and configuration of non - encased multi -conduit systems; (g) Utility structure material composition, when reasonably ascertainable; (h) Identity of benchmarks used to determine elevations; (i) Utility facility condition; (j) Pavement thickness and type when applicable; (k) Soil type and site conditions; (I) Identity of utility owner/operator; and (m) Other pertinent information as is reasonably ascertainable from test hole. 7) Site Rgstoration (a) Replace bedding material around exposed utility lines in accordance with owner's specifications or as otherwise directed or approved by the utility owner anal/or Weld County. (b) Baekfill and compact with appropriate moisture/density control the excavation in a manner acceptable to Weld County. (c) Install color -coded warning ribbon within the backfill area and 12 inches directly above the utility line. (d) Provide permanent pavement restoration within the limits of the cut using materials, compaction, and pavement thickness acceptable to Weld County. (e) Repair or replace backfill or pavement that fails (i.e., subsidence and/or loss of pavement material) within two (2) years of the original restoration work. (f) For excavations in unpaved areas, restore disturbed area as nearly as practicable to pre-existing conditions. (g) Furnish and install permanent surface marker (e.g., P.K. nail, peg, steel pin, or 5 EXHIBIT A hub) directly above the centerline of the structure, at grade, and record the elevation of the marker. 8) Interpretation of Data and Resolution of Discrepancies (a) Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. (b) Update plan/profile sheets, electronic files, and/or other documents to reflect the integration of QL D, QL C, QL B, and QL A information. (c) Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies; As appropriate, amend the indicated quality level of depicted information. 9. Quality Level B Quality Level B is the use of surface geophysical techniques to determine the existence and horizontal position of underground facilities. a) Tasks associated with Quality Level B include but are not limited to: 1) All tasks associated with Quality Level C (a) There is no prescribed order in which Quality Level B and C tasks must be performed. 2) Line Detection and Marking (a) Select and apply appropriate surface geophysical method(s) to search for and detect Utilities within the project limits, and/or to trace a particular utility line or system. (b) Mark the indications of utilities on the ground surface, for subsequent survey utilizing paint or other method acceptable for marking of lines. (c) Utilize the uniform color code of the American Public Works Association for marking of utilities. (d) Mark centerline of single -conduit lines, and outside edges of multi -conduit systems. (e) Maintain horizontal accuracy of +/- 1.5 feet in the marking of lines. 3) Surveys (a) Survey all markings that indicate the presence of a subsurface Utility. (b) Perform surveys that have been referenced to the project survey control to a horizontal accuracy consistent with applicable survey standards. (c) Record depth information as may be indicated by the particular detection method used. (d) Survey elevation of all meters, valves, valve nuts, and other items located in underground vaults, manholes, meter boxes, valve boxes, etc. (e) Video the condition of all culverts and irrigation crossings of the roadway. The videoing shall be done with a remote vehicle equipped with high definition video and shall include an analysis with 360 degrees of rotation and notations showing footages which are recorded on screen. Operator comments of observations associated with the inspection shall be included on the video. (f) Video the condition of all culverts and irrigation adjacent to the existing and/or proposed roadway. The video shall be done with a remote vehicle equipped with high definition video and shall include an analysis with 360 degrees of rotation and notations showing footages which are recorded on screen. Operator comments of observations associated with the inspection shall be included on the video. 4) Correlation, Interpretation, and Presentation of Data; Resolution of Discrepancies (a) Exercise professional judgment to correlate data from different sources, and to 6 EXHIBIT A resolve conflicting information. (b) Prepare and update plan sheets, electronic files, and/or other documents to reflect the integration of Quality Leve B, C, and D information. (c) Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. (d) As appropriate, amend the indicated quality level of depicted information. 5) The geophysical techniques include but are not limited to: (a) pipe and cable locators (inductive, conductive, active, and passive modes); (b) terrain conductivity; (c) ground penetrating radar; (d) ground resistivity techniques; (e) optical methods (cameras and image recording devices); (f) computer driven algorithms coupled with data collection techniques; (g) magnetic methods (gradiometrics); and (h) elastic wave methods (resonant sonics, active sonics, and passive sonics). 10. Quality Level C Quality Level C is the use of surveying techniques to locate visible facilities such as manholes, pe estals, valve boxes, meter boxes, etc. and correlating it to existing utility records (Qual ty Level D information). a) Tasks assbciated with Quality Level C include but are not limited to: 1) All tasks associated with Quality Level D (a) Th re is no prescribed order in which Quality Level C and D tasks must be performed. 2) Identification of Surface Utility Features (a) Identify surface features, from project topographic data (if available) and from field observations, that are surface appurtenances of subsurface utilities. 3) Aerial or Ground -Mounted Facilities (a) Include survey and correlation of aerial or ground -mounted utility facilities. 4) Surveys (a) Survey and check surface features of subsurface utility facilities or systems for accuracy and completeness (b) The survey shall also include (in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface utilities, furnished by utility owners for design purposes. 5) Confined Space Procedures (a) Whenever the work requires the entry of personnel into confined spaces (including but not limited to manholes, vaults, and pipes), comply with applicable OSHA procedures and requirements. 6) Correlation, Interpretation, and Presentation of Data; Resolution of Discrepancies (a) Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. (b) UpJate (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and C information. (c) Recommend follow-up investigations (e.g., additional surveys, consultation with 7 EXHIBIT A utility owners, etc.) as may be needed to further resolve discrepancies. (d) As appropriate, amend the indicated quality level of depicted information. 11. Quality Level D Quality Level D is the use of existing utility records or verbal recollections to identify facility locations. a) Tasks associated with Quality Level D include but are not limited to: 1) Records and Information Research (a) Conduct appropriate investigations (e.g. records search, personal interviews, visual inspections, etc.), to help identify utility owners which may have facilities within the project limits or that may be affected by the project. 2) Records Collection (a) Collect applicable records (e.g. utility base maps, as -built drawings, drawings of record, permit records, field notes, GIS data, oral histories, etc.) on the existence and approximate location of existing involved utilities. 3) Records Review (a) Review records for evidence or indication of additional available records, duplicate or conflicting information, and need for clarification. 4) Aerial or Ground -Mounted Facilities (a) Include records research, identification, and depiction of aerial or ground - mounted facilities. 5) Compilation and Presentation of Data (a) Transfer information on all involved facilities to plan sheets, exercise professional judgement to resolve conflicting information, and indicate facility type and ownership; date of depiction; quality levels; end points of data; line status (e.g. active, abandoned, out of service, etc.); line size and condition; number of jointly buried cables; and any encasement. 12. Prior to a Utility being classified as Quality Level B, C or D, the Consultant shall coordinate with Weld County and provide evidence that all the applicable geophysical techniques have be utilized and have failed to locate the underground facility. 13. Prior to submitting the plan sheets, the Consultant shall provide internal QA/QC to verify that drafting errors are corrected. Weld County will review and comment on the plan sheets. The Consultant shall address each comment and update the plan sheets prior to submittal of the final deliverable. 14. Upon completion of the Subsurface Utility Engineering plan sheets, the consultant shall provide the County with three (3) sets of 11x17 plan sheets showing the information described above. Electronic copies (PDF and CAD drawing files) shall be provided. 15. Each plan sheet shall be stamped, signed, and dated by a registered Professional Engineer licensed in the State of Colorado. The Professional Engineer shall be responsible for negligent errors and/or omissions in the utility data for the certified quality level. D. Preliminary Design (F.I.R. Level or 60% Design) 8 EXHIBIT A 1. The consultant shall be required to provide detailed design plans for all components of the project. A status set of plans will be kept available to the County for review and submittal to the appropriate agencies, utility companies, and affected property owners as needed. 2. The underground facilities shall be shown horizontally, vertically, and in relation to the proposed improvements. All Utility conflicts must be identified, and the Consultant shall provide coordination including site meetings with all affected Utility owners. 3. The location of the control points, benchmark locations, and scale factors used in the drawings shall be provided. The data shall be provided in the modified State Plane Coordinate System and shall be on the NAVD-88 vertical datum. 4. The Consultant shall provide an internal QA/QC review of the preliminary design plans including quantity hand calculations prior to submittal to Weld County for review and comment. The Consultant shall address each comment and update the plans prior to submittal of the deliverable. 5. The Consultant shall coordinate the identification of rights -of -ways, permanent easements, and temporary construction easements required to construct the project. The work will require the preparation of right-of-way/easement exhibits and plans for the project. 6. The Consultant shall 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 (business: 970-635-9183, cell 970-222-2151, email: tiglasd@aol.com). The Consultant shall assume the standard CDOT environmental process will be followed. 7. The Consultant shall provide the County with three (3) 11"x17" sets of review plans, including a detailed Engineer's Estimate of the construction costs for review and comment. At this stage, the plans should be approximately 60% complete. The Consultant shall provide quantky calculations (hand calculations) for the 30 costliest bid items in the plans. 8. The Consultant shall also provide the County with drawings in electronic format (pdf). 9. The Consultant shall prepare an agenda, attend the preliminary design meeting, and provide support information for the meeting. Meeting minutes shall be prepared by the Consultant. 10. The plan set for the 60% design level shall include but not be limited to the following plan subsets: a) Title Sheet b) M&S Standard Plans List c) Typical Roadway Sections/Details d) General Notes e) Summary of Approximate Quantities f) Summary of Earthwork Quantities 9 EXHIBIT A g) Tabulations h) Survey Control i) Demolition/Removal Plans j) Utility Plans — Existing k) Utility Plans — Proposed Relocation I) Right of Way Plans m) Roadway Plan and Profile n) Preliminary Jointing Plan o) Access Road Plan and Profile p) Irrigation Ditch Plan and Profile q) Bridge/Culvert Plans (as applicable) r) Grading Plans s) Drainage Plan and Profile t) Drainage/Irrigation Ditch Details u) SWMP — Interim Condition v) Signing and Striping Plans w) Phasing Plans x) Method of Handling Traffic (MHT) Plans y) Detour Plans z) Cross Sections E. Final Design (F.O.R., 90%, and Approved for Construction) 1. The Consultant shall provide detailed hand calculations for all bid items which are part of the project. It is not sufficient to provide calculations solely produced by AutoCAD. All AutoCAD quantity calculations shall be verified by detailed hand calculations. 2. The Consultant shall provide finalized reports and plan sets listed above for the final design phase, and for the final bid documents. 3. The Consultant shall prepare project special provisions and current CDOT standard special provisions. The Consultant shall provide the County with three (3) 11"x17" sets of plans and the specification package for review and comment. At this stage the plans should be approximately 95% complete. 4. The Consultant shall provide an internal QA/QC review of the preliminary design plans including quantity calculations (by hand) prior to submittal to Weld County for review and 10 EXHIBIT A comment. The Consultant shall address each comment and update the plans prior to submittal of the deliverable. 5. If the project design includes a bridge or box culvert, the Consultant shall provide an independent third -party review of the final design plans. Proof of the independent third - party review shall be submitted to Weld County. 6. 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. 7. The Consultant shall provide detailed design plans for all aspects of the project. The plan subsets for the final design level shall include but not be limited to the following plan subsets: a) Title Sheet b) M&S Standard Plan List c) Typical Roadway Sections/Details d) General Notes e) Summary of Approximate Quantities f) Summary pf Earthwork Quantities g) Tabulations h) Survey Tabulation i) Survey Control j) Demolition/Removal Plans k) Utility Plans — Existing I) Utility Pla s — Proposed Relocation m) Roadway Ian and Profile n) Final Joint ng Plan o) Access R ad Plan and Profile p) Irrigation Ditch Plan and Profile q) Bridge Plans (as applicable) r) Grading Plans s) Drainage Plan and Profile t) Drainage/Irrigation Ditch Details u) SWMP— Interim Condition 11 EXHIBIT A v) SWMP — Final Condition w) Landscaping Plans x) Signing and Striping Plans y) Phasing Plans z) ROW Plans aa) MHT Plans bb) Detour Plans cc) Cross Sections 8. The Consultant shall prepare an agenda, attend the final design meeting, and provide the support information for the meeting. Meeting minutes will be prepared by the Consultant. 9. After the final design meeting, the Consultant shall submit the final ROW Plans as well as any applicable environmental clearance documents. 10. If the County experiences additional costs during construction, which are directly associated with designer errors and/or omissions, and which result in a change order approved by the Board of County Commissioners, the Consultant shall be financially liable for such increased costs. See Item 6 in the attached sample contract that will be executed upon award of the Contract. F. Post Design Services 1. If needed, the Consultant shall acquire ROW, permanent easements, and temporary construction easements on behalf of the County. The work may require the preparation of right-of-way/easement exhibits and plans for the project. All ROW acquisition shall follow the Real Estate Acquisition Guide for Local Public Agencies published by FHWA, the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, 42 U.S. Ch. 61 (Uniform Act), and Title 38 of the Colorado Revised Statutes (CRS). 2. The Consultant shall coordinate the relocation of utilities, oil and gas facilities, and agricultural irrigation facilities. G. During Construction Services The Consultant shall provide up to 80 hours of time for an engineer to attend weekly coordination meetings in person or via conference call, perform requested site visits, review shop drawings, and answer RFIs from the Contractor. H. Post Construction Services The Consultant shall submit as -built surveys for all improvements, stamped and signed by a Colorado Licensed Professional Land Surveyor (PLS). V. Project Schedule (Anticipated) The project schedule currently anticipates the following design phase milestones: A. Design Phase: 12 EXHIBIT A Pre -proposal Meeting (mandatory) June 17, 2021 (10:00 A.M.) Proposals Due at Purchasing July 8, 2021 (10:00 A.M.) Interviews Conducted (As Needed) July 15, 2021 Design Contract Awarded August 4, 2021 30% Design Phase Complete October 3, 2021 60% Design Phase Complete December 2, 2021 90% Design Phase Complete January 21, 2022 Ready for Construction Plans Completed January 31, 2022 B. ROW Acquisitions& Utility Relocation Phases: ROW Acquisition Complete Utility Relocations Complete C. Construction Phase: Advertise for Bids Construction Completed VI. Instructions to Consultants A. Submittal Requirements November 30, 2022 October 2, 2023 October 3, 2023 May 31, 2024 1. Qualified con4ultants interested in performing the work described in this request for proposals shall submit the following information to the County. a) Qualifications of your firm and staff proposed to perform the work on this project. b) A list of similar projects completed in the last five years. c) A list of critical issues that the consultant considers to be of importance for the project. d) Provide ideas or suggestions on how your firm can meet the proposed schedule. e) 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. The cost and work hours shall be provided separately for each phase of the design (conceptual, preliminary, final, post design, during construction, and post construction). f) 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. g) A sample plan and profile sheet(s) of a similar project should be included in each submittal. I Examples shall be 11"x17". h) A statement of the Consultant's willingness to enter into the Weld County Standard Contract Agreement which has been included as Part 3 of the RFP. 2. 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. Section dividers also do not count as pages unless they have photos 13 EXHIBIT A or text on them, then they will be included in the pages count. 3. Submit a total of five copies of your proposal, and one electronic copy (PDF) on a thumb drive. Proposals must be delivered to the Weld County Purchasing Department, P.O. Box 758, 1150 "O" St., Greeley, CO 80632. Weld County reserves the right to reject any and/or all proposals, to further negotiate with the successful consultant and to waive informalities and minor irregularities in proposals received, and to accept any portion of the proposal if deemed to be in the best interest of Weld County to do so. The total cost of preparation and submission shall be borne by the consultant. All information submitted in response to this request for proposal is public after the Notice of Award has been issued. The consultant should not include as part of the proposal any information which they believe to be a trade secret or other privileged or confidential data. If the consultant wishes to include such material, then the material should be supplied under separate cover and identified as confidential. Entire proposals marked confidential will not be honored. Weld County will endeavor to keep that information confidential, separate, and apart from the proposal subject to the provisions of the Colorado Open Records Act or order of court. B. Contacts Questions related to the submittal requirements and procedures should be directed to: Cameron Parrott, P.E. - Senior Engineer 970-400-3745, cparrott@weldgov.com 14 EXHIBIT A ATTACHMENT A Cost Proposal Task Descriptions (short listed firms shall use this form as a minimum) Task Description Project Coordination & Management Team Coordination Monthly Billing Meetings (Kickoff, Monthly Progress, Conceptual, Preliminary, Final) Conceptual Design (30%) & Plans General Data Gathering Topographic Survey ROW and Property Mapping Title Commitments Utility & Irrigation Coordination Roadway Design Drainage & Irrigation Design Geotechnical Investigation Cincluding Traffic Control & ROW Permit) & Draft Report Conceptual Design Plan Set Internal QA/QC Opinion of Probable Cost Subsurface Utility Engineering Subsurface Utility Engineering Utility Locates & Markings Traffic Control & ROW Permit Field Survey Locates & Markings Test Holes ($/hole) - Up to 15 ft deep Field Survey Test Holes Backfill and Patch Test Holes FIR Design (60%) & Plans Address Conceptual & SUE Comments Environmental Clearances - ISA, Wetland Delineation, 404 Permit, Sensitive Species, Noxious Weeds, Migratory Birds, T&E, SB-40 Certification, Wetlands Finding Report, SHIPO, Meetings) ROW Plans Drainage/Irrigation Design & Report Roadway Design FIR Design Plan Set Quantities and Opinion of Probable Cost Internal QA/QC FOR Design (90%) Address FIR Comments Drainage/Irrigation Design Roadway Design Final ROW Plans FOR Design Plan Set Quantities and Opinion of Probable Cost Final Drainage/Irrigation Report Final Geotech Report 15 EXHIBIT A Internal QA/QC Approved for Construction Address FOR Comments Approved for Construction Plan Set Project Special Provisions Post Design Services Stake ROW & Easements ROW Acquisition Utility Relocation Coordination During Construction Services Pre -bid Meeting Review Shop Drawings Review Request for Information Weekly Progress Meetings Post Construction Services As -built Survey Other Professional Services Other Professional Services 16 EXHI I IT ATTAC EN B Project Design Cater a Table: Design Parameters Criteria to be used Hwy 392 CR 35 Reference Functional Classification ADT State Highway 7100 Arterial 2905 Weld County Weld County % Trucks Pavement Design Design Speed (mph) 14.8 TBD 65 11 TBD 65 Weld County Weld County Posted Speed (mph) 55 55 Weld County Number of Lanes 2 W/ left turn lanes 2 wl left turn lanes Weld County Surface Type HMA I LIMA Weld County Typical Lane Width (ft) 12 12 Weld County Engineering Guidelines, Table 2-1 Shoulder Width (ft) - Paved Shoulder Width (ft) - Gravel 2 1 6 2 eld County Weld County Left Turn Lane Width (ft) 12 16 Weld County Median/Gore Width (ft) 4 Weld County Cross Slope (%) 2 2 Weld County Engineering Guidelines, Section 4.2.4 Design Vehicle Min. SSD ft WB-67 645 WB-67 645 Weld County AASHTO 2018. Table 3-1 Minimum Clear Zone Slope 6:1 or Flatter 30-34 28-32 SHTO Roadside Design Guide, Table 3-1 Slope 5: - 4:1 38-46 34-42 AASHTO Roadside Design Guide, Table 3-1 Slope 3:1 SH 1,D Roadside Design Guide, Table 3-1 Design Side Slopes reslope (Typical) 4:1 4:1 Weld County Engineering Guidelines Backslope (Typical) 4:1 4:1 Weld County Engineering Guidelines Depth of Ditch (Typical) Horizontal Curves varies varies Max Super (%) 6 6 Weld County Engineering Guidelines, Section 4.2.2 Min Radius (ft) 1660 1660 AASHTO 2018, Table 3-9 Vertical Curves Max Grade (%) Min Grade (%) Min 'K' (Crest) 6 0.3 193 6 0.3 193 Weld County Weld County AASHTO 2018, Table 3-35 un. `K (Sag) 157 157 ASHTO 2018, Table 3-37 Auxiliary Lanes Redirect Taper 55:1 55:1 Weld County Engineering Guidelines, Table 8-6 Accel. Length (ft) 960 960 Weld County Engineering Guidelines, Table 8-6 Decel. Length (ft) 600 600 Weld County Engineering Guidelines , Table 8-6 Accel./ecel. Taper Rate 18.5:1 18.5:1 Weld County Engineering Guidelines , Table 8-6 Left Turn Storage (ft) 200 200 Weld County — need variance for south leg 17 EXHIBIT A rinit aPART 2 SELEC ON PROCESS Selection Criteria and Method Pr••fessional firms will be evaluated on the following criteria. These criteria will be tho basis for review of the written proposals and interview session. The rating sc41e shall be from 1 to 5, with 1 being a poor rating, 3 being an av being an outstanding rating. rage rating, and 5 WEIGHTING FACTOR QUALIFICATION S AN DARD 5.0 Scope of Proposal The proposal clearly shows an understanding of the project objectives, methodology to be used, end results that are desired by the Department. 5.0 ritical lssu s The proposal demonstrates the firm clearly understands the major issues associated with the project and offers realistic solutions to those issues. 4.0 Project Control The firm has described their methods of controlling their design and construction cost. The firm has demonstrated an ability to insure State or Federal procedures are used where appropriate. 'The firm has Quality Control process in -place to manage the quality of their product. 4.0 Work Location/Familiarity Project team's w,•,rk location relative to the project site location. Key team members have demonstrated familiarity with Weld County and the goals of the Department. 15.0 Cost and Work Hours Is the proposed cost, work hours, and t sks pr s nt o reasonable and consistent with the project goals? The lowest cost that includes all tasks necessary to successfully complete the project scores the highest. NOTE: The best value process will be utilized to select the Consultant. There will be no negotiation of the cost/fee after the Consultant is selected. Each scorer will rate the proposals based on the rating scale outlined above. After the scorer has scored each proposal, the individual proposal scores will be totaled. Each scorer's scores will be ranked by score from highest to lowest. The proposal with the highest score will be rank first place, second highest score will be ranked second place, and so on until all proposals have been orooisals have been ranked. After all scorer rankings have been determined, each ranking will be total=md for each proposal based on their respective rankings (1st, 2nd 3rd, etc.) from the scorers. For each scorer, rank 1 will get 1 point, rank 2 will get 2 points, end so on. The points will btotaled for each proposal. The proposals will then be ranked by the aggregate score. The first ranked proposI will be considered the best value for the County. The first ranked proposal may not be the lowest overall cost. 18 EXHIBIT B — 39 J .73 I._ J F� 741 LQ' 112th ve �.(A� and M ion Street rm v l l : tali' Vti4 Vd tio n aty of Thornton on Boulder, CO 4 r II.. Nt a E,�SSi a t,T,,}} t� 4 ' Phone: 3 32 °'4 �� �% r 38 Fax: 3,. m 3 X2 3 Xr^ c EXHIBIT B Drexel, 'Barrel! He Coy Traditional Serv1ces Trnovathve Sotitti n Since .1.949 - 1800 38th St. 0 Boulder, CO 80301 S 303.442.4338 a 303.442.4373 fax 3 South 7th St. • Colorado Springs, CO 80905 • 719-260-0887 0 719-260-8352 fax 710 11th Avenue, Suite L-45 ° Greeley, CO 80631 970-351-0645 .a.c" _. .-.s. ....� r .�� -r•lir.T� July 8, 2021 Weld County Purchasing Dept., Administrative Building 1 150 O Street Room #107 Greeley CO 80631 Subject: Proposal for WCR 35 / SH 392 Intersect • Desi n Project Cameron, Don, Elizabeth and members of the selection committee: Drexel, Barrell & Co. is excited to submit our proposal and fees for the CR 35 / SH 392 intersection design project. Our firm has the relevant Weld County and CDOT R4 experience to provide the services needed for this project. As one of Colorado's most experienced consultants (founded in 1949, celebrating our 72nd anniversary this year), we have been the lead consultant on roadway, intersection and signalization projects for cities and counties across Colorado. Many of these were designed under CDOT jurisdiction and oversight. Drexel Barrell will leverage our experience on two recent WCR projects to maximize our effectiveness. The personnel listed in our qualifications are experienced in all the areas required for successfully completing this project. Senior Transportation / Traffic Engineer Derek F. Schuler, P.E., PT E will lead our team as Project Ma, ages-. Derek has 28 years' experience and will be supported by the highly qualified staff shown on the organization chart and supporting qualifications enclosed. Derek completed design of the WCR 47 / SH 392 Signalization Project for the County in March for Don Dunker. Cameron W, Knapp, P.E. of our Greeley Office will provide independent project review. Cameron recently designed the WCR / DOLA-funded WCR 80 / WCR 37 roadway and irrigation ditch crossing project (also for Don). The information submitted in this proposal is true and accurate to the best of my knowledge and belief. We agree to comply with the terms and conditions as described in the RFP. I have full authority to submit this proposal on behalf of Drexel, Barrell & Co and bind the company to the obligations and conditions of this potential contract. Please do not hesitate to contact me at mike(cr�,drexelbarrell.com or Derek at dschuler(cdrexelbarrell.com if you have any questions or wish to schedule an interview. Sincerely, rexel, Barrel! & Co. Michael D. Middleton, P.E., Managing Principal Enc: WCR 47 / SH 392 Proposal Civil, Transportation, & Water Resources Engineering Land Sa r veyinag ® Ceomatics e Mapping www. drexelbarrell. corn nigr way i92 e5 INCH ib intersection Improvements LXHDCT B jC T UNDERSTAND sa GENE erst roach ITI CAL . SUES This project consists of designing roadway improvements at the intersection of WCR 35 and State Highway 392. Specifically, left turn lanes will be added to the northbound and southbound approaches. Corner radii will be increased in all four quadrants to accommodate truck right turn movements. Accommodations will be made for roadside drainage and for a future CDT traffic signal. RIGHT Y AND IC SU ° AND ANS The intersection and approaches will require a field survey to document existing rights -of -way (R W) and easements and to collect topographic, utility, and roadside/irrigation ditch informatin. Drexel, Barrel) & Co. (DBC) will field survey each site per WCPWD and CDOT sty: ndards. All Drexel Barrel) surveying would be under the supervision of William Ks Wright, PLS with 44 -years Colorado experience. ROW legal descriptions and exhibits will be prepared for acquisition services and for the final RCN plans. SUBSURFACE UTILITY ENGINEERING (SUE) PLC The SUE plan will be developed to minimum Quality Level B (with QL A for utility cons ict locations) per Si 18-167 and county standards. DBC will collect all available agency and utility above and below ground mapping. Colorado Utility Finders, a private underground utility sub -contractor in Johnstown, will be used to obtain any missing information frm the 811 locates. They will then perform roughly 40 test holes to ensure QL A for critical locations. The SUE plan will show accurate horizontal and vertical locations of all utilities within the construction limits. DRAINAGEREPORT The intersection design is expected to only have minor impact to existing drainage systems. This will be verified in a drainage memo and any required mitigation and permitting will be identified. Michelle Iblings, MSCE, P.E., PH, CFM has extensive experience with hydraulic evaluations if needed for this project. Per the county, the Greeley 42 Canal will be beyond the project limits crossing the south leg. E E isTAL TECH ICS L._ UaltS DBC will work with the County's on -call 404 consultant, Loveland -based Darcy Tiglas of Tiglas Ecological Services (Drexel Barrel) has previously cllaborated with Darcy). Terracon (Evans, C office) will conduct the required geotechnical test holes and evaluation. This office was part of the DBC team for both recently completed county projects. R fESIG PLAN 30% Design: Derek Schuler, P.E., PTOE is DBC's Traffic and Transportation Group Leader and will serve as the consultant Project Manager. He will first develop a 30% design plan based on an understanding of the findings from the above studies plus existing traffic operations. The design will be presented and discussed (via progress meeting or by email/phone) with city and CDOT staff prior to moving forward. This may be a more formal Field Inspection Review (FIR) meeting if desired. Derek was project manager for WCR 47 and Hwy 392 Signalization (design phase recently completed) which included coordination and approval from CDOT. Derek and the project will be supported by Transportation and Traffic Engineer Kurt Crawford, P.E. who also worked on the County's WCR 47 / SH 392 project with Derek. Drexel, Barrell & Coo Traditional Services Innovative Solutions Highway 392 & WCR 35 Intersection improvements EXHIBIT B 600/•: Design: DBC will advance the design to 60% complete and will include cross sections and ROW information with plan and profile sheets. Detailed quantities, costs, and specifications will be developed. The preliminary plans, specifications, and cost estimate (PS&E) package will be submitted to the county, CDOT, utility companies, and any other applicable review agencies. Comments will be discussed at a monthly progress meeting. Additional meetings will be conducted for public outreach and/or third -party coordination as needed. 90% Design: Derek will lead this effort and particularly focus on the final design of the new pavement, drainage facilities, signing, striping, and construction traffic control. ROW plans in CDOT format will also be completed at this time. a eron W Kna '' `►'dr PaEof LEE ,1: -r- of DBC's Greeley office will conduct an independent peer review during this process. Cameron was Drexel, Barrell & Co.'s project manager for the recently completed WCR 66 & 41 Intersection (partially DOLA-funded) and WCR 80 . 37 Intersection design projects with Weld County. F FC Plans: The 90% PS&E package will be submitted for final county and CDOT review. A Final Office Review (FOR) Meeting will be conducted, and all comments addressed in writing. Once comments resolved, the Ready for Construction (RFC) PS&E package will be completed. All construction documents will comply with Weld County and CDOT content, format, and order as required. .1'4 17 L I • South leg - per county, limit improvements to north of Greeley it2 Canal. Explore roadway design exceptions for 475' distance for turn lanes and transitions. • SW Corner - coordinate with proposed development plans. • SE & NW Corners - existing residential property, issues with ROW/easement acquisition and access (during construction and after). • West leg - some large trees within view, check available sight distance. • Roadside culverts and ditches to relocate. • Tragic operations - in addition to south leg issue above, concern with having only single left turn lanes EB & WB with future signal and planned development in the area. Ensure proper storage lengths and tapers. • Utilities - Overhead electric, underground utilities. • Proposed large corner radii - consider channelized islands (striped or raised). POST DESIGN AND C P,R1 l``s SER`;: jCPE DBC will utilize Western States La d S-rvices for ROW acquisition services and our in-house surveying staff for as -built information and all other needs. Per the county, 6 parcels will need acquired ROW, and permanent & temporary easements. During construction Derek, Cameron, and/or Tyler Smeenk, Construction Engineer, will be available to attend weekly coordination meetings, review shop drawings, and conduct utility coordination as needed. Highway 392 V/ R .35 intersection Improvements EXHIBIT B DESIGN S H DU DBC is aware that the county has set a fast -paced schedule for this project. Derek's team has successfully completed several large roadway projects within the last few months. The timing is right for us to take on a new, important transportation project and can offer our full availability to ensure all deadlines are met. Start Project/ Kickoff PothoIing/Geotech/Enviro 30% esign Phase 60% Design Phase 90l Design Phase AFC PS&E Packa e ROW tcquisition Utility Relocations Construction Construction Services Completed 8/4/2021 8/16/2021 8/16/2021 10/1/2021 12/1/2021 1/16/2022 2/1/2022 12/1/2027 3/1/2024 6/1/2024 8/4/2021 1 day 9/30/2021 45 days 9/30/2021 45 days 11/31/21 60 days J15/2Q22 45 days 1/3112022 15 days 11/30/2022 300 days 9/30/2023 300 days 5/31/2024 90 days 6/3 /7Q24 30 days MANAGEMENT CONTR L S u ET / Co ST C NT GY During selection and contra:t fi ialization, Drexel Barrell envisions a defined -scope contract on a time -and - materials basis with a maximum -not -to -exceed fee limit. Drexel Barrell has operated under this scenario numerous times. We include a reasonable contingency for unanticipated work items in our fees to avoid annoying change order requests. Drexel Barrel) uses project management and cost accounting software to manage the budget and costs of our projects. All employees enter their time daily, allocated by the hours spent on each project. Drexel Barrel) enters the contract tasks into our PM system so that employees may align their work efforts directly to the approved scope of work. Each month, the Drexel Barrel) Project Manager conducts billing reviews of all project charges, comparing these to contract terms and billing limits for reasonableness. Our in-house controller reviews all invoices to double-check we are billing in accordance with the contract terms and conditions. We invoice charged time meeting the contract terms and limits, usually during the first 10 days of the month for the preceding month. We write-off (do not bill) any charges not meeting contract criteria. QUALITY NT OL ME,THODOLO With more than seven decades of proven experience, Drexel Barrel) employs extensive procedures and checklists to ensure our projects meet all applicable quality control standards. Drexel Barrell will employ a three -stage quality control approach consisting of: w 1 The first QC stage is checklists to ensure that our plans and reports display all relevant information accurately and correctly. The second stage is what we call our "Independent Peer Review." The independent reviewer will not the project manager0 The Ply will use Drexel Fcarrell's standard plan content : t - :J . y'5. Yt w i=F'u4 X:� ld r. ✓!a'_ yy d• y«iK �vZ VGA %.1W st e:}�,'yry�'� may`. c2ov a•3.Fa'-ter V Y�' bn �1`Sx.'S.:�'>• f b(:Y� . t r��. �� a, tJ '3R.�C.YLI',: Highway 392 & WCR 35 Intersection Improvements EXHIBIT B be involved in the preparation of the plans or specifications, and will provide a fresh set of eyes not otherwise clouded by having worked on the project. Finally, Principal -in --Charge Michael D. Middleton, P.E. will spot-check plans and documents before submittal to ensure they meet our standards. Mike is a former City and County Engineer and has a good eye for quickly identifying corrections. SCHEDULE MAINTENANCE Drexel Barrell will prepare a CPM project schedule in Microsoft Project (or equivalent) identifying the important tasks, durations, milestones, deadlines, and critical path relationships. After acceptance by the client, Drexel Barrell will monitor the schedule weekly and update it periodically to ensure completion of all project deliverables when promised. Drexel Barrell conducts a weekly "Scheduling Meeting" each Tuesday in which senior staff reviews the progress of each active project versus contract. We identify projects requiring additional resources to maintain commitments to our clients and allocate needed resources to ensure meeting our project commitments. OFFICE PROXIMITY Drexel Barrell will staff this project from our Boulder office. We will not charge the County for mileage or travel time on this project. INFORMATION SHARING / TECHNOLOGY Drexel Barrell will provide secure and private remote sharing of project drawings and documents too large for email. Drexel, Barrell & Co. is willing to enter into the Weld County Standard Contract Agreement. 92nd Avenue and Westminster Boulevard Intersection Improvements City of Westminster �v�v uvsaw • t.rf�¢ r Weld County, ` olorad SH 392/WCR 35 ntDesign Project For Drexel, Barrel/ & Co. Qualifications of June 2, 2021 10 am Michael ft Middleton, RE. (28/48 yrs exp) Managing Principal Resource Allocation; Client Satisfaction . ,n...•..,,......:4( t 1. ,.. ",,,»rS .. ,..Rte:. ,. .,.<. William K. Wright, PLS (44/46 yrs exp) Survey Principal Surveys & Mapping a • YRS AT DBC I YRS TOTAL E',P • Derek F. Schuler, P.E., PTOE Sr. Transportation/Traffic Eng (3/28 yrs exp) Project Manager ,,wa,,,, .� =,tip s: s iii Cameron W. Knapp, P.E., LEER AP (13/22 yrs exp) Associate Independent Peer Review (Greeley Office) Michelle lblings, MSCE, RE, PH, CFM Sr. Hydrology/ Hydraulics Eng (3/19 yrs exp) Drainage l Water Quality / Irrigation Ditches KurtCrawford, rt C rawford, RE. Transportation / Traffic Enor (5/10 yrs exp) PS&E fir ran , J..meWvr..�r .. ,.. .•.�fn✓iJ. : «v Ca4YfLCS14�T.'R�AY�`o.']WAYS:AY.fl.��.Pi5YK'+M:RneiMalv�b.[mn[wvne.a�v++....nnain...._�x•.u. • tell 11. r -• Pi • I�• li 1.10V Tyler Srneenk, E.I.T. (5115 yrs exp) SUE Coord. /Construction Eng Lei 03 Ric fl LLid` ,tea (J) 5 0 Y�ey Highway 392 az 'PVC 35 Intersection Improvements EXHIBIT B DRH1EXE[, ersonnel nel ARRtLLCO. Principal®In-Charge I Michael Dn 4idthe n„ p7 � Mike was formerly the City Engineer for the City of Broomfield and the Operations Engineer for Boulder County Public Works Department in charge of the County's road and bridge program. As Principal, Mike will ensure that the project is prosecuted in a professional and technically proficient manner, with proper attention given to each critical issue, and that the resources needed at each stage are available and sufficient to deliver outstanding value to our client. 112th Avenue Multimodal and Intersection Improvements; Including a RRFB Pedestrian Crossing at Steele Street - City of Thornton US 85/87/Duckwood Road Intersection Improvements - City of Fountain Indiana Avenue Roadway & Signalized Intersection - City of Fountain Dillon Road / St. Andrews Way New Traffic Signal and Intersection Improvements - City of Louisville US 85 and W. 13th St. Intersection & Signal Improvements - Greeley Downtown Westminster inster Signalized Intersections (5) - Westminster Apres Ski Way / Village Drive Intersection and Pedestrian Mobility Improvements - Steamboat Springs S r= ransportation/Traffic Engineer I Derek F2 Schuler, , PTCYE, ESP [Project Manager] Derek has 28 years of progressively responsible Transportation Engineering and Project Management experience. He is an expert in roadway design, traffic signal design and operations, and implementing multi -modal projects. VVCR 47 & SH 392 Signalization Project - Weld County 104th Avenue (SF! 44) Right Turn Lane at York Street - City of Thornton York Street Widening and Intersection Improvements With Signal Rebuild at 74th Avenue - Adams County 20th Street P4ultirnodal Improvements, 50th to 59th Avenues - Greeley 92nd and Tejon Signal Preliminary Plan - Federal Heights 144th Avenue Improvements/Traffic Signal Modification - City of Thornton Sheridan Boulevard (SH 95) Ivlultimodal Improvements & Signal Modification - DRCOG, CDOT & City of Westminster Four HSIP Projects on US 287 - City of Loveland S irs Hydrology/Hydraulics Engineer I Michelle Iblings P H,CFA Michelle has 19 years of experience as a Water Resources Engineer, specializing in floodplain modeling, management, and mapping, and flood damage analysis. She has extensive experience in hydrology, hydraulics, erosion control, storm water management planning, and other types of drainage analysis and design, including stream restoration. Broadway Drainage Improvements, 58th to 64th Avenues - Adams County Wonderland Creek Channel Improvements, Boulder - Mile High Flood District Sheep Draw Trail at 83rd Street CLOMR/LOMP - City of Greeley Stormwater and Flood Management Utility On -Call - City of Boulder Spring Gulch Floodplain Study - City of Longmont Walton Creek Road & US 40 Floodplain Improvements - Steamboat Springs FEMA National Technical Reviews v of PE U EDUCATION B.S.: Civil Engineering, North Carolina State University, 1973 M.B.A.: (Emphasis in Management), University of Colorado, 1981 REGISTRATION Professional Engineer: Colorado Civil Engineer: California EDUCATION B.S.: Civil Engineering, University of Virginia, 1993 REGISTRATION Professional Engineer: Colorado Professional Traffic Operations Engineer Envision Sustainability Professional EDUCATION M.S.: Civil Engineering, Purdue University, 2002 B.S.: Civil Engineering, University of Louisiana at Lafayette, 2001 REGISTRATION Professional Engineer: Colorado Texas California Professional Hydrologist Certified Floodplain Manager Drexel, Barrell & Co. -Traditional Services Innovative Solutions www HrPXPlharrPll mm Highway 392 & VVCR 35 . ,7te1saction Lnp en is EXHIBIT B e trd -, •i _•L a ,a rsonn o C' a RELL r rt C - tc,, E n g n fle e r Y''�� . u r t R. C r i �v f Q r°°,d �� Kurt has 10 years experience with an emphasis in transportation and traffic engineering. His experience includes roadway, intersection, pedestrian improvements and bridge design; drainage and utility design; traffic control plans; quantities and cost estimates; and construction inspection (licensed drone pilot). V/CR 47 & SH 392 Signalization Project -- Weld County 104th Avenue (SN 44) Right Turn Lane at York Street - City of Thornton 20th Street Multimodal Improvements, 50th to 59th Avenues - Greeley 92nd and Tejon Traffic Signal Warrant Study/Conceptual Design - Federal Heights Downtown Westminster Signalized Intersections (5) - Westminster O East 58th Avenue Traffic Impact Study, Widening and Intersection Improvements - Adams County Apres Ski V./ay / Village Drive Intersection Improvements - City of Steamboat Springs Olde Stage Road Safety and Access Improvements - Boulder County Survey Rilncipa3 WilHarn KW ht, PL Mr. Wright has been employed by Drexel Barrell since 1977. As a Principal of the firm, he supervises the preparation of many different types of surveys including boundary, topographic (aerial and field) architectural, condominium mapping, improvement location (Improvement Location Certificate, Improvement Survey Plat and ALTA/NSPS Land Title), section breakdown, mining claim, right-of-way acquisition, annexation and subdivision platting. In addition, he prepares surveying related documents such as legal descriptions, certifications and subdivision dedications. i/V C R 47 & SH 392 Signalization r Project - Weld County Weld County Road 49 ROW Acquisition (INCR. 38 to US 34 - 9 Miles) US 85 and W. 13th St. Intersection & Signal Improvements - Greeley co East 72nd Avenue Corridor Improvements - Commerce City Washington Street Widening and Intersection improvements, Phase IV - Adams County York Street Widening, Intersection and Box Culvert Improvements: S.+'J Clear Creek to 78th Aveuiue - Adams County 3 136th Avenue widening + New Signalized Intersection - City of Thornton e s ] g J 2 4aJ o i! f7 s 1'Sa r u ct o n -righleer I Tyler). `�-•t. e n EIT Tyler has 15 years experience as a civil engineer. His Uexperience includes project design, construction management and inspection, construction safety procedure development, and he was previously certified in ACI Field Concrete Testing Level 1. Broadway Drainage Improvements Utility Locations And identification, 52nd to 64th Avenues - Adams County Camp George West Underground Utility Locations and Identification - Golden Downtown Westminster Construction Management Services, >17,000 Feet of Streets And UdiliJes 1 MG Potable Water Storage Tank 1 Mile 16 -Inch Transmission Line, Contract Documents - City of Steamboat Springs South Platte Intercepter Construction Observation - City of Brighton Adarns Street Reconstruction Design & Inspection -. Laramie, WY Jacoby Pond Design & Construction Administration- Laramie, WY EDUCATION B.S.: Civil Engineering, Pennsylvania State University, 2011 REGISTRATION Professional Engineer: Colorado EDUCATION A.A.S. Surveying: Paul Smith's College, N.Y., 1975 REGISTRATION Professional Land Surveyor: Colorado EDUCATION B.S.: Civil Engineering, South Dakota School of Mines and Technology, 2006 REGISTRATION EIT Transportation Erosion Control Supervisor; Competent Person for Excavation Trenching and Shoring Drexel, Barrell & Co. Traditional Ser/ices Innovative Solutions www rirPxnlharrPll mnm Highway 392 & WCR 35 intersection Improvements EXHIBIT B CD :� J g P(ci)5 Two -311 _ d-\ . PLZ ssodMfte / Sro Ching rilgri veer n t O o Peer c• e 1 `1 _ Mr. Knapp has 22 years of engineering experience in transportation, site infrastructure design, and drainage engineering. His experience includes site development, trails, street and highway plan and profiles, signing and striping, utility design, grading, drainage and erosion control engineering, storm water management plans, and storm water discharge permits. Weld County Roads 37 and 80 Intersection Improvements and Eaton Ditch Bridge Replacement - Weld County (DOLA Grant) US 85 and West 13th Street Intersection Improvements - Greeley 20th Street Muitirnodal Improvements, 50th to 59th Avenues - Greeley 136th Avenue Improvements, Cherry to dolly - City of Thornton nton Woodgate Road Widening and Utility Improvements - City of Montrose Brodie Avenue Widening and Safe Routes to School Project - Estes Park Numerous Weld County USR with WCR Widening State Highway 14 Widening Design - Severance frt r%J .' 4. a �..•�..w. r. $ Cameron Win Kinap-o L 104th Avenue (SH 44) at York Street City of Thornton EDUCATION B.S. Civil Engineering, Colorado State University, 1999 REGISTRATION Professional Engineer: Colorado Leadership in Energy and Environmental Design Accredited Professional (LEED AP) ..y„w �n Mw: � �` ti �+.R.•,., nay.. _ � '...i—<�: �:-wpm s"�+�•„4.^4�'Aa.rPy�,°'�S�'"pX'' ; tr,. y.. . ter, - Drexel, Barrell & Co. -Traditional Services Innovative Solutions wMnww r1rMYPlharrPll rnm ...a o�. • _o Highway 392 W`1.,/!R 35 intersection improvements EXHIBIT B REXEL, NCH Representati a � .3 ence US 85/ 7/Duckwood Road Intersection Improvements Fa. €u- nthn Drexel Barrell designed a new section of Duckwood Road, a new signalized intersection with State Highway (SH) 85, and the relocation of an existing at -grade railroad crossing. This project included a detailed traffic analysis, roadway design to CDOT standards, signalized intersection design, and application to the PUC to relocate an existing at -grade crossing to the new roadway. Coordination with the Colorado PUC, the Burlington Northern Sante Fe Railroad, CDOT Region 2, and the City of Fountain was critical for this project. York tr t improvements (vat tr c r t Lf ld at 74th Ave„) - Adams County Drexel, Barrel) & Co. provided engineering and surveying services to the Adams County Transportation Department for roadway widening and intersection/traffic signal improvements on York Street from East 78th Avenue to Highway 224, Other services included rights -of -way plans and easements, pedestrian access and safety, drainage, geotechnical, environmental, traffic, curb, gutter, sidewalk, storm sewers, irrigation ditch relocations, and community involvement. 1.12th Avenue Merflno and Intersectit Improvements City of rzrrno nton The City of Thornton selected Drexel Barrell to design the widening of 112th Avenue from two to four lanes from York Street to Colorado Boulevard (one mile). The project added on - street bicycle lanes, and center- and right - turn lanes at key intersections. Our design included signal modifications and intersection improvements at York Street, Madison Street and Colorado Boulevard, This project also included off-street trail modifications, retaining walls, a new box culvert and wing walls at Grange Hall Creek, including design to achieve a zero rise in FEMA floodplain elevation. The project involved coordination with the City of Northglenn's 112th Avenue Station, RTD and RRP for the RTD N Line, including trail and pedestrian connections. M JS 'iVh'ya� n 112th Avenue and Madison Street Intersection WK w. 4 z Duckwood Road Drexel, Barred & Co. -Traditional Services Innovative Solutions Highway 392 & WCR 35 Intersection Improvements EXHIBIT B DREXEL, BARRELL & CO. Representative Experience 104th venue (SM 44) Right T: _ tjrn at York Street - City of Thornton Drexel Barrel) designed the new eastbound right turn lane and also significant roadway modifications connecting to York Street and commercial driveways. Improvements included upgraded traffic signal devices, signage & pavement striping, and utility relocations. Challenges included meeting roadway vertical grade and ADA sidewalk standards due to steep existing slopes. Both streets are arterial roadways and 104th Avenue is also State Highway 44. 144th Avenue a aid,ti fl g, York Street to Colorado Bouievard - City of Thornton The City of Thornton selected Drexel Barrel) to design the widening of 144th Avenue from York Street to Colorado Boulevard (1 mile). The scope includes widening from 2 lanes to 4 lanes with bicycle lanes, utility relocations, with intersection improvements and signal modifications at York and Colorado. Coordination efforts include the PUC, RTD, the Union Pacific Railroad (North Metro Rail Line Expansion) and the Signal Ditch Company (ditch crossing near Colorado Boulevard). Sheridan Boulevard (SH 95) kati oc Improve °, ,ents & S gn& ro d c a t o DRCOG, CDOT & City of Westmlinster U nder contract with the City of Westminster and CDOT Local Agency oversight, Drexel Barrel) is providing multi -modal alternatives, engineering and surveying, cost estimating services, and coordinating federally required studies. The improvements to Sheridan include widening to six lanes, an underpass, and three traffic signal modifications. The project will connect Downtown Westminster with the RTD Park and Ride east of Sheridan, and will eliminate at -grade crossings of the U S 36 Bikeway. The roadway work will utilize the full six lanes on the existing bridge over U S 36 and connect existing accel/decel lanes to maximize capacity. 104th Avenue (SH 44) and York Street Intersection 92nd Avenue and T g� City of tF d r Heights Drexel Barrel) prepared a traffic study and conceptual design options for a new traffic signal and access management features at the subject intersection. The options included converting nearby commercial entrances to right in/out while improving other entrances. The project tasks were traffic analysis and modeling, conceptual roadway plans with channelized islands, signal/ striping design, and cost/benefit comparisons. Drexel, Barrell & Co. -Traditional Services Innovative Solutions Highway 392 C INCR 35 Intersection improvements LXHD IT B sentativ perJ nee 136th Avenue 'Widening Traffic a Design and IntersecUo Thornton Commissioned by the City of Thorntn, Drexel, Barre D & C.. provided design engineering for :he wideninc of ove- re -half mile of 136th Avenue from ally to Cherry Streets to the ultimate cross-section. wit i Horizon Hign n School on :he north, and Trailwinds Park and the new Adams Ewe ve / Thornyon Acuatics Center on the south, imp a virg pedestrian, bicycle, and venicular safet by, capacity, and accessibility were top priorities. Drexel Barrell designed-oacway, sidewalk, and signalizes in:ersection improvements tro insure the safety of students, receati.n center visitors, and the Dub ic0 Improvements - .20th Street M !ti i improvements, -4 ` 0 to 59th �ven � s City of Greet Drexel garrell, under contract with the City of Gree ey, prepared a comprehensive resign plan fir improvenmcnts of 20th Stree: from 50th to 59th Avenues. Project tasks included. surveying, Right-of-way acquisition options, preliminary design alternatives of current street sections to include pedestrian safety improvements that follow the Crnplete Streets Policy and the 7035 Comprelensive Transp rtatin Plan oojectives, recommendations for intersectin improvements with traffic si!nal designs, and preliminary cost estimates. Downlmivn Westminster - City of Westminster The pr.perty is bunded by 88th Avenue, Harlan Street, 92nd -venue, a 0 build -out, the new pedestrian and commuter rail -oriented develpmen„ will iicltce 1,500 residences, ore -million square feed of offices, and 700,000 square -feet •C retail The City of Westminster selected Drexel, Barrel) & Co. to design the infrastructure requited to support this dense, urban, 105 - acre deve opment0 ur services included designing "corno ete streets" water, sewer, storm drainage, bike and pedestrian pathways, five signalized intersections with Dutch Junctions", illuminatin, construction cost estimating, specifications, and construction phase support. Drexel Barrell designed 1.5 miles of streets and 3.3 miles �f water (8" - 36"), storm (up to 68") and sanitary (up to 24"). 136th Avenue Turn Lanes 91st Avenue and Harlan Street Intersection Drexel, Barrefl & Co. -Traditional Services Innovative Solutions Highway 392 & IA/TR 35 intersection Improvements EXHIBIT B Y . i co rences Ethan Jacobs Local Agency Project Manager Colorado Department of Transportation 2829 W. Howard Place Denver, CO 80204 (303) 398-6716 ethan.jacobs@state.co,us "Sheridan Boulevard (Sid' 95) ! Wult modes! Improvements s of Signal ModifLat on" Jake Schuch,PE Traffic Engineer Colorado Department of Transportation 10601 West 10th Street Greeley, CO 80634 (970) 350-2205 jake.schuch@state.co.us die Avenue Safes R u 'e to S ch ol in Estes Park" Stacy R'' b'eras, P E Project Manager City of Thornton 12450 Washington Street Thornton, CO 80241 (720) 977-6252 Stacy.Roberts@cityofthornton.net " 1 ,2 th Avenue Widening enin m.5f-_ ro vem en from Colorado to York, including 2 Tr t Signals and Pedestrian Signal" David Loser . n, PEEJ, PLS City Engineer City of Westminster (303) 658-2125 dloseman@cityofwestminster.us "Downtown Westminster FEve Signalizedz n tersec ion " Rene V & e z Engineering Manager Adams County 4430 South Adams County Parkway Brighton, CO 80601 (720) 523-6961 rvaldez@adcogov.org "58th Avenue Improvements (York to Washington)" "York k Street IGI uT !7 p ro Cl'7 e o'% W G! en t 1/ CO 224 to nth)" Grant eon'? nEm,, P �' 4 f Senior Civil Engineer - Capital Improvement Projects City of Thornton (720) 977-6258 grant.bloom@ThorntonCO.gov "144th Avenue Widening arid Intersecti n Imprti 'v m nts" "104th Avenue Right Turn Lane at Y ark Street" Drexel, Barrell & Co. Traditional Services Innovative Solutions ig ckoff, Monthly Progress, Preliminary, Final) Design (30%) & Plans a Gathering Survey (check only) and Property Mapping ments (check only) 3tion Coordination !sign rrigation Design I Investigation (including ol & ROW Permit) & Report Design Plan Set robable Cost (OPC) Utility Engineering Jtility Engineering Ys & Markings ol & ROW Permit Locates & Markings s/hole) - Up to 15 ft deep Test Holes Patch Test Holes (60%) & Plans icept & SUE Comments :al Clearances rrigation Design & Report !sign 'Ian Set OPC DC I (90%) Comments gation Design !sign 'fans Plan Set OPC ge/Irrigation Report :h Report DC ma Construction (AFC) Comments ;ial Provisions i Services & Easements ;ition ation Coordination struction Services ting Drawings Jest for Information press Meetings •action Services Fey ssional Services isional Services Totals tes: al -in -charge ($180); PM = Project Manager() 150); SL RV = SR Surveyor ($170); SUCR = Survey Crew ($115); HENG = SR Hydraulics Engineer($ 150). DENG = Design Engineer($ 120); 1 iany labor classification columns as needed to show who will be working on the project. For example, labor classifications could include Project Manager, Engineer IV, Engineer III, Surveyor, Clerical Staff, CAD DE subtask, include the estimated number of hours that each labor classification will be working on the subtasl he total number of hours that all labor classifications will spend working on the subtasl subtotal for cost for all labor classifications that worked on the subtasl I can be added for other direct expenses (ODE) iany subconsultant columns as needed to show which subco-isultants will be on the team and how much their fee i 3 cost for the subtask by adding the subtotal, ODE, and subconsultant columns togethe 3 total cast for the major task heading by adding all of the totals for the subtasks togethe a summation of each column in the table only one narrel needs TC:F Same nrare for additional narrels if determined to he needed dtirinn desion -19,98, 54.0' R 704TH II-17f5VUE 3 FOR VAYFfini 0 1+0 I _J CONCRETE SIDEWALK (TYP) SW:1+52.92, +52.92, 70.4' R C PROPOSED TREES (9) STA 1+75 TO 2+87 (SEE LANDSCAPE PLANS) SW:2+13,45, 78,5' R ASPHALT (NP) FqESTT LIGH`� STANDARD (BY XCEL) 2+39.55, 67.5' R SW:2+61.63, 78.5' 8 SW: 2+85.75, 78.5' R PT FL: 2+97.50, 76.8' R COHEN PARTNERSHIP LP & SOUTHERN CALIFORNIA BUILDERS 2200 E 104TH AVE LOT 2A, BLOCK 1, YORKSHIRE SQUARE, AMENDMENT NO. 1 REC. NO, 2015000001668 PROPOSED ROCK MULCH (TYP) PROPOSED 20'X54' TEMPORARY CONSTRUCTION EASEMENT SEE PPO3 FOR DRIVEWAY c. LIP OF PAN PROFILE PROPOSED 8' TYPE 2 GUTTER _ FL: 3+31.47, 64.0' R 3+-47••-60_CL' EL: 5271.28 PT FL: 3+47.68, 62.0 O O 0 co SW: 3+70.79, 78.5' R PROPOSED TREES (6) STA 3+60 TO 4+42 (SEE LANDSCAPE PLANS) LOWER UTILITIES IF NECESSARY (BY PROVIDER) SW:4+01.61, 78.5' R RESET LIGHT STANDARD (BY XCEL) 4+13.30, 68.3' R PT FL:4+74.18, 102.1' R 0 I PROPOSED 8' TYPE 2i GUTTER 5+17.17, 57.6' R PROPOSED CURB (TYP) P1= 55+ 40.53 =5+55,22, 50.0' 96 EOA P1: 5+55.22, 50.0' : 5281.96 FL: 5+56.95, 52.0' R A PI:5+66.41, 50.0' EL: 5282,43± 5+75 EP=55+75.00 =5+89.69, 50.0' R ME FL: 5+66.41, 52.0' R SW:5+66.41, 56.5' R PROPOSED 4' CONCRETE SIDEWALK (TYP) SW: 5+59,82, 56.5' R PC FL:5+22.31, 92.1' R ADAMS COUNTY SCHOOL DISTRICT NO 1 AKA MAPL £TON PUBLIC SCHOOLS LOT 1A, HOME PLACE SUBDIVISION AMENDMENT NO. 2 REC. NO. 20 19000 1 1.3987 SEE PPO2 FOR YORK STREET Q 5290 r S 1 r + J r I I I ✓ i I- 1 I I -I -i I I r 1- -I r + I I I I I• - - -- I - I I I I- 1 I- I + I- I I I I r } 1 I- + I ` I I 1 I- •• -I I- + I I I I I- H I 4- I I I I I I I- -I _ I I I 1 I- t I 1 I 1 -iN I N% i-CV I M f + I I rA 1 i_- I I-• I 1 ! I- I I I- r r , r r -• — 1 — I I I I - --• 1- I r 1- I I I r i-II C' r i-LLl 'w i-0 O C). N CV Ia n II w 1 w I I ✓ t I I I- t t J sit 03 0 r ✓ i i 1 1 1 1 t i I 1 I 1 I ----- I t 1 t 1 I I t 1 I- t 1 < In I I I I-- rn EXISTING GRADE Y. Its ----r tO m r - -FINISHED- -GRADE ((yyQJJ II I I I - Q . I- I 1 1 J I f I caw I I jJ r r r I- t t i i 1 + 4 + t i 1- I I- I I- I r � I •-- I I r r I T ✓ I � I- t I- I r r RELOCATE AP_PROX. _ ELEC. _ CROSSIN.G (BY PROVIDER) i 1 1 i t -I I 1 ! RELOCATE ELECT CROSING- (BY --PROVIDER)---WITH--- RELOCATED: -STREET I.IGHT5- - - - -� + L WITH' STREET LIGHT RELOCATION + 54-;08.58 ELEV=527,3.21± r t I t I I t 1 I I + -, , 1 i � � 1 1 1 YERT:_ 1..=5. - - HORJ.Z: 1"=30' GRADE-BREAK-,STA = -55+',51-.72----+ - + ELEV_= 528`,2.430 - - - + I I I I - - -GRAD€-f1RE-AK- STA. - -55+40.53:- I F ' ELEV - 5281.980', + I I I I I I H I- + I I I H I- + I I I -APPROX. ,FIBER -CROSSING - - - - LOWEr -IF- N ECE1SARY (BY PROVIDER) 99 I I � i 1 AgPR.OX.. _FJBtR _CROSSING t L0WER_. IF...NECESSARY I i BY PROVIDE I I 1 I I i I- -� -4 • 55+36.79 E L V= 5278:57± I- + APPRO?C. ELEC. CROSSING LOWER IF NECESSARY ~ + /QV Do/1\flt1GoZ I- I 5285 t r.. 5280 5275 5270 t 5265 5260 EASEMENT OR PROPOSED FULL D ASPHALT PROPOSED OVERLA ASPHALT PROPOSED CONCRE PROPOSED PATTERI CONCRETE PROPOSED SOD & PROPOSED ROCK k SAWCUT ASPHALT SAWCUT CONCRETE RESET STREET LIGI- PROPOSED TREES NOTE ADDITIONAL DETAILS ARE PROVIDED FOF PP02-PPO3 FOR 't EXHIBIT B RE El OF ADDE A The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications, and other Contract Documents. Addendum No. 1 Date: 6/29/2021 By: KGW Addendum No. 2 Date: 7/6/2021 By: KGW Addendum No. Date: By: FIRM Drexel, Barrell & Co. BY DATE 7/6/2021 BUSINESS ADDRESS 1800 38th Street Kevin G Wood (Please print) CITY, STATE, ZIP CODE Boulder, CO 80301 TELEPHONE NO. 303-442-4338 TAX ID NO. 84-6035336 EMAIL kwood@drexelbarrell.com SIGNATURE 2021 7.06 - 10:34:52 -06'00' si ned copy of the Receipt of Adenda must Included in th t tai page c unt. Failure to inch' the propos," being rejected s%y the Cou tya uiclude 1 With RFPR It wall not be the Receipt of ddenda will result in Contract Request Y lltation Entity e* DREXEL BARRELL AND COMPANY ct N r HWY 392 AND WCR 35 Con ct Std CTB REVIEW nT Entity ID* @00005361 N IMPROVEMENTS 5074 Contract CPARROTT Contract cparrott@co.weld.ca.us Parent Contract ID Requires Board Appr YES De GR-64 Contract Description* AGREEMENT FOR PROFESSIONAL SERVICES TO DESIGN THE IMPROVEMENTS AT ST. HWY. 392 AND WCR 35 tr :- ptton 2 CONSENT AGENDA ITEM. EXHIBITS A& 8 A I I ACHED. Contract Ty AGREEMENT nt* S298,437.00 Re NO Aut* ,tic Re NO Grant NO IGA NO if this is a r a nt ad CM- PulAicWorks@weldgov.com rtent H it CM-PubiicWorks- De tHeadWYveIdgov.corn ;rrty Attorney BOB CHOATE County Attorney BCHOATE@CO. WELD. C©. US at iD ID Requested Date* 07/2812021 Ylrill a h rk sessss NO NC? nda . Date 07/24/2021 uire Purchasing luired?* Note the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Ef _ e Date Termination Notice Period ,ontact info ation (2024 Date Renewal Date tion Date 07(01/2024 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver .Approval Process Department Head JAY MCDONALD DH Apprr .r Date 07/26,'2021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 08/02/2021 Originator CPARROII Purchasing Approved Date Finance Approver Legal Counsel CHRIS D'OVIDIO BOB CHOAI E Finance Appr -< Date Legal Counsel Approved [date 07/28/2021 07/28/2021 Tyler Ref # AG 080221 MEMORANDUM Date: July 15, 2021 To: Rob Turf, Purchasing From: Cameron Parrott, P.E., Senior Engineer RE: B2100097, HWY 392 & WCR 35 Intersection Improvements Project Public Works completed a Best -Value RFP process to select a consultant to perform design services for the above stated project. A team comprised of public works and purchasing department employees reviewed and scored the short-listed consulting firms' proposals for this project. See the attached ranking summary for more details. A final fee amount of $298,437.00 has been submitted by Drexel, Barrell & Co., along with their final scope for their project proposal. The project includes the costs for: • Preliminary Design • Subsurface Utility Engineering (SUE) • Final Design • Right -of -Way Acquisitions • Utility Relocation Coordination • Coordination with CDOT for a Future Traffic Signal The engineer's estimate for this scope of work was approximately $325,000. The proposed cost of $298,437 is within the estimate for this project. It is our recommendation to award the design contract for this project to Drexel, Barrell & Co., for a not to exceed amount of $298,437.00. Staff believes the contract amount is reasonable for the services requested. 7lou o?oa1-14 8 3 Request for Proposals Ranking Summary Project: Hwy 392 & WCR 35 Intersection Improvement Project Date: Cnsultants Scorer #1 Scorer #2 Scorer #3 Scorer #4 Scorer #5 Total Score f Rank Drexel, Barrell & Co. 1 1 1 1 1 5 1 Horrocks Engineering 3 3 3 3 2 14 3 JR Engineering 2 2 2 2 3 11 2 Top Ranking Company WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley CO 80631 E-mail: cmpeters@weldgov.com E-mail: reverett@weldgov.com E-mail: rturfcI�weldgov.com Phone: (970) 400-4223, 4222 or 4216 QUALIFICATIONS DUE: JUNE 2, 2021 REQUEST FOR: RFQ - HVVY 392 & WCR 35 INTERSECTION IMPROVEMENTS DEPARTMENT: PUBLIC WORKS BID NO: B2100097 PRESENT DATE: JUNE 7, 2021 APPROVAL DATE: TBD - JULY 21, 2021 VENDORS DREXEL, BARRELL & CO. 1800 38TH ST BOULDER, CO 80301 LANDMARK ENGINEERING 5803 LOCKHEED AVENUE LOVE LAND CO 80538 HORROCKS ENGINEERS 2162 W. GROVE PARKWAY, SUITE 400 PLEASANT GROVE, UTAH 84062 JR ENGINEERING 25188 GENESEE TRAIL ROAD, SUITE 110 GOLDEN CO 80401 THE DEPARTMENT OF PUBLIC WORKS IS REVIEWING THE RFQ'S. ;Li 0079 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley CO 80631 E-mail: cmpeters(a7weldgov.com E-mail: reverett(a�weldgov.com E-mail: rturf(a weldgov.com Phone: (970) 400-4223, 4222 or 4216 QUALIFICATIONS DUE: JUNE 2, 2021 REQUEST FOR: RFQ - HWY 392 & WCR 35 INTERSECTION IMPROVEMENTS DEPARTMENT: PUBLIC WORKS BID NO: B2100097 PRESENT DATE: JUNE 7, 2021 APPROVAL DATE: TBD VENDORS DREXEL, BARRELL & CO. 1800 38TH ST BOULDER, CO 80301 LANDMARK ENGINEERING 5803 LOCKHEED AVENUE LOVELAND CO 80538 HORROCKS ENGINEERS 2162 W. GROVE PARKWAY, SUITE 400 PLEASANT GROVE, UTAH 84062 JR ENGINEERING 25188 GENESEE TRAIL ROAD, SUITE 110 GOLDEN CO 80401 THE DEPARTMENT OF PUBLIC WORKS IS REVIEWING THE RFQ'S. 2021-1498 oCo1G-7 EGoo71 Hello