Loading...
HomeMy WebLinkAbout20201922.tiffC:a. - 4- . rP 3,20 PROFESSIONAL SERVICES AGREEMENT FOR BID #B2000102 Public Works Master Drainage Plan AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY AND JVA, INCORPORATED FOR PUBLIC WORKS MASTER DRAINAGE PLAN PROJECT THIS AGREEMENT is made and entered into this 14th day of July 2020, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 'O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and JVA, Incorporated whose address is 213 Linden Street, Suite 200, Fort Collins, CO 80524 hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as folows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Proposal (RFP) as set forth in B2000034. The RFP contains all the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete tie 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 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. X20-1 q22 EGA 7S If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contract Professional shall be the basis for additional compensation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. If written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement. 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 $105,964 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. 2 Mileage may be reimbursed if the provisions of Exhibit B permit such payment at the rate set forth in Exhibit B. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contract Professional, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities about workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers compensation and unemployment compensation insurance in the amounts required by law and provide proof thereof when requested to do so by County. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the reputation and expertise of Contract Professional. Contract Professional shall not enter into any subcontractor agreements for the completion of this project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project. Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the 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 impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall always keep the required insurance coverage in force during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A -VIII" or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies be canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County by certified mail, return receipt requested". Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self - insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are enough to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, to the extent caused by the negligent actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or 4 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 Liabiity: 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 "Weld County, Colorado, its elected officials, and its employees" as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as 5 insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (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 its notice address(es) by written notice to the other. Notification Information: Contract Professional: JVA, Incorporated Attn.: Erik Nakos Address: 213 Linden Street, Suite 200 Address: Fort Collins, CO 80524 E-mail: enakos@jvajva.com Phone: 303-565-5955 County Designees: Name: Position: Address: Address: E-mail: Phone: Lyndsay Holbrook MS4 'Administrator 1111 H Street Greeley, CO 80632 Holbrook cc weldgov.com 970-400-3788 Don Dunker County Engineer 1111 H Street Greeley, CO 80632 ddunkeraweldgov.com 970-400-3749 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 ci 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. 7 28. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E -Verify Program or State of Colorado program procedures to undertake pre- employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all of the other requirements of the State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 29. Compliance with Davis -Bacon Wage Rates. N/A 30. Attorney Fees/Legal Costs. In the event of a dispute between County and Contract Professional, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 31. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 32. Compliance with Colorado Department of Transportation Regulations and Standards: Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and Contract Professional agrees to meet or exceed all standards set by these publications. Contract Professional further acknowledger and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all the Contract Amount. 8 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. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 14th day of July, 2020. CONTRACT PROFESSIONAL: JVA, Incorporated By: Erik T. Nakos Date: July 16, 2020 Name: Title: Project Manager WELD COUNTY: (� ATTEST:j,df G .p. Weld Cunt Clerk to the Boar BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Cle to thike Freeman, Chair 9 JUL 2 2 2020 -2O - / 9a€- Exhibit A I. ENGINEERING SERVICES FOR DESIGN OF A PUBLIC WORKS MASTER DRAINAGE PLAN Request for Proposals # B2000102 Notice to Bidders A mandatory pre -bid meeting will be held at 1:30 PM on June 9, 2020. **PLEASE NOTE: Due to the recent events surrounding COVID-19, the mandatory pre -bid meeting will be held via a Skype conference call. See page 9 for remote access information.** Bids will be received up to, but not later than 10:00 AM on June 26, 2020 (Weld County Purchasing Time Clock►. **PLEASE NOTE: Due to COVID-19, hard copies of bids will not be accepted. See page 10 for submittal information.** II. Purpose The Weld County Public Works Department is seeking proposals from qualified vendors for Engineering Services related to the design of a Master Drainage Plan for the Public Works campus located at 1111 and 1113 H Street in Greeley, CO. The Public Works campus is located within the MS4 areas of Weld County and the City of Greeley, which are both subject to the requirements of the Colorado Discharge Permit System Phase II MS4 Permit (MS4 Permit). The Best Value QBS procedure outlined in Chapter 5, Section 5-4-150(C) will be utilized to select the design consultant. As part of the proposal, Consultant shall include a cost/fee estimate with associated hours for all professional services outlined below. There will be no negotiation of the cost/fee after selection of the Consultant. At a minimum, the cost proposal shall include the tasks shown in Attachment A. Each line item shown in Attachment A must be included in the cost proposal. Proposals which do not follow the format provided in Attachment A will not be reviewed and will not be scored. This RFP request is combining the RFQ and RFP items so it is critical to provide qualification information in the proposal. III. General Project Description Weld County is planning to develop a Master Drainage Plan for the Public Works campus, located at 1111 and 1113 H Street in Greeley, CO. The intent of the Master Drainage Plan is to ensure any and all future development will meet the post -construction requirements of the MS4 Permit. The MS4 Permit requires the treatment of stormwater runoff from development and redevelopment sites through the installation of permanent water quality control measures which meet at least one of the 'Base Design Standards' set forth in the permit. Public Works is proposing four water quality ponds to meet the Water Quality Capture Volume (WQCV) Standard, a CDS hydrodynamic separator to meet the Pollutant Removal Standard, and an evaporation pond to meet the Runoff Reduction Standard. Additionally, the proposed CDS hydrodynamic separator and evaporation pond will capture potential fuel and magnesium chloride spills, respectively. The project design shall address all items needed to convey stormwater runoff and potential spills to the corresponding permanent water quality control measure. IV. Proposed Concept Public Works is proposing following permanent water quality control measures and associated drainage features to capture and treat stormwater runoff and potential spills from the Public Works campus. A Site Map has been provided in Attachment B. 1 (A) Water Quality Ponds Public Works is proposing to treat the majority of stormwater runoff with four water quality ponds designed to capture and treat the Water Quality Capture Volume (WQCV). Ponds #1 and #2 will work in series. Ponds #3 and #4 will operate independently. • Water Quality Pond #1 WQ Pond #1 will collect stormwater runoff from the northern portion of the site (Drainage Basin A). The proposed concept includes the following components: an underground culvert and concrete pan to convey flows to the pond, an outlet structure with a WQCV orifice plate and spillway (concrete pan), and an underground culvert and riprap lined ditch to convey the discharge to WQ Pond #2. • Water Quality Pond #2 WQ Pond #2 will collect stormwater runoff from the central portion of the site (Drainage Basin B) and the discharge from WQ Pond #1. The proposed concept includes the following components: concrete pans and curb and gutter to convey flows to the pond, riprap for energy dissipation, and an outlet structure with a WQCV orifice plate and spillway. Treated stormwater will discharge into the western retention pond and then flow through an underground culvert to the eastern retention pond and eventually discharge into the Cache la Poudre River via an existing ditch. In addition, both the western and eastern retention ponds require bank stabilization which shall be addressed with riprap or other protective measure. • Water Quality Pond #3 WQ Pond #3 will collect stormwater runoff from the building and parking lot in Drainage Basin C2 (within Drainage Basin C). The proposed concept includes the following components: a concrete pan to convey flows to the pond and riprap for energy dissipation, if necessary. WQ Pond #3 shall be designed to infiltrate. • Water Quality Pond #4 WQ Pond #4 will collect stormwater runoff from the southern portion of the site (Drainage Basin D). The proposed concept includes the following components: a concrete pan to convey flows to the pond, riprap for energy dissipation, and an outlet structure with a WQCV orifice plate and spillway. Treated stormwater will discharge into the existing ditch to the east and eventually discharge into the Cache la Poudre River. (B) CDS Hydrodynamic Separator Public Works is proposing to treat stormwater runoff from the Fuel Station in Drainage Basin C with a CDS hydrodynamic separator. The proposed concept includes the following components: concrete pans, inlets, and an underground culvert to convey flows to the CDS, an underground culvert to convey discharge, and riprap for energy dissipation. Treated stormwater will discharge into the existing roadside ditch and ultimately discharge into the Cache la Poudre River. Due to the location of the CDS, utility conflicts are anticipated. It is expected of the designer to locate and identify potential utility conflicts. The CDS is also intended to capture potential fuel spills and shall be sized accordingly. (C) Evaporation Pond Public Works is proposing to treat stormwater runoff from the Salt/Sand Shed in Drainage Basin E with an evaporation pond. The proposed concept includes the following components: concrete pans, an inlet, and an underground culvert to convey flows to the evaporation pond. Captured stormwater will evaporate, leaving behind salts from magnesium chloride and road salt residue. The evaporation pond is also intended to capture potential magnesium chloride spills and shall be sized accordingly. 2 (D) Additional Site Drainage This scope of work encompasses areas of potential future development and redevelopment as well as areas where spills could potentially occur. Areas not included in this scope are the mitigated wetlands, grader course (northwest corner), gravel road (western boundary) and landscaped areas. No construction activities shall occur within these areas. V. Scope of Services Master Drainage Plan • Evaluate existing stormwater infrastructure and drainage paths to determine if the facilities are adequate for the County's proposed concept. The Consultant shall provide maps and calculations for the evaluation. The County will provide survey data (see Section VI.A.6). • Evaluate the County's proposed concept and validate the functionality for each permanent water quality control measure and the associated drainage features. If it is determined that the proposed concept will not perform sufficiently, the Consultant will develop an alternative solution. The Consultant shall provide maps and calculations for the evaluation. A Site Map with the proposed concept is provided in Attachment B. • Coordinate with the Weld County Planning Department for compliance with floodplain requirements, including obtaining a Flood Hazard Development Permit (FHDP). • Perform the following drainage calculations: o Water Quality Ponds - Determine the Water Quality Capture Volume (WQCV) for the ponds using Equation 3-1 (USDCM, Volume 3) with a 40 -hour drain time. Show compliance with the WQCV Standard. o CDS Hydrodynamic Separator - Determine the required influent treatment flow for the CDS using the manufacturer's specifications. Show compliance with Pollutant Removal Standard (based on available research and information). o Evaporation Pond — Determine the required volume for the pond using 1.5 X 100-year/24-hour storm event for the drainage area. Show compliance with the Runoff Reduction Standard. o Conveyances - Determine the 100 -year storm event for all drainage areas to determine flows through the site until ultimately discharged into the Cache la Poudre River. • Develop a Utility Plan after conducting a survey to locate underground utilities in the proposed locations of drainage features. Follow the guidelines for potholing detailed in Section VI.B. The Consultant shall provide maps of the proposed potholing locations prior to proceeding with the survey. Upon locating a utility conflict, the Consultant shall identify and coordinate with the owner and prepare a proposed relocation of the utility. • Provide a Geotechnical Report after performing a geotechnical investigation for the proposed concept. The Consultant shall provide maps of the proposed boring locations prior to proceeding with exploration. • Provide an HMA Pavement Design for the fuel site and the truck parking area. • Develop a Stormwater Management Plan (SWMP) in accordance with the CDPS COR400000 permit and Weld County MS4 requirements. • Develop a Grading Plan and Drainage Plan, including a Drainage Report, with calculations, maps, detailed drawings and bidding specifications in accordance with Weld County Code, CDOT Bridge and Construction Specifications, CDOT M & S Standards, CDOT Field Materials Manual and industry standards. 3 VI. Project Requirements (A) General Requirements 1. When performing field investigations, the Consultant shall provide reasonable provisions for the County's representatives to observe the Consultant's and/or Sub -Consultant's work in progress. 2. 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 $25,000. The OPS line item is to cover unexpected or additional work that is requested. Weld County must pre -approve the use of OPS prior to any task being assigned to the line item. 3. Weld County will provide a template drawing for AutoCAD Civil 3-D files (in the County's current CAD version) and available survey to the Consultant upon award of the Contract. 4. All AutoCAD (Civil 3D) files shall follow the standards outlined in the latest edition of the CDOT CADD Manual or as approved by the County. 5. All design work shall be completed using the latest AASHTO, MUTCD, and CDOT/Weld County design and construction standards or guidelines, practices, and procedures. The Consultant shall also utilize the Weld County Engineering Criteria Manual for applicable 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 County will provide most necessary surveying needed for the design of the project. Survey data includes horizontal coordinates which are a modified Colorado State Plane North Zone based on the NAD 83 (2011) datum and vertical coordinates based on NAVD-88. AutoCAD drawings contain the combined elevation/scale factors required to convert from the modified coordinate system to the Colorado State Plane North coordinate system. Surveying tasks include but are not limited to: establishment of a local baseline for horizontal control, gathering topographic data, gathering required hydraulic survey data, tying property corners and land monuments into the project, providing physical controls in the field, generating site plan with 1 -foot contours, and all physical data. The Consultant may have to pick up points associated with the design for which the County could not have anticipated. This survey task shall be considered part of the design and will not be paid for separately. 7. The County will provide the required environmental studies and obtain the required environmental permits associated with the design. 8. The Consultant shall also perform all tasks required to obtain Flood Hazard Development Permit through the Weld County Planning Department. 9. The Consultant shall prepare and submit a Utility Plan and provide recommendations for the relocation of utilities in conflict with the proposed concept. The Consultant shall be responsible for the items listed in Section VI.B. 10. The Consultant shall prepare and submit a Geotechnical Report and provide recommendations for permanent water quality control measures and associated drainage features. The report shall also be used for the HMA Pavement Design. The Consultant shall be responsible for determining the boring locations, collection of soil samples, and testing of soil samples in accordance with project needs. 11. The Consultant shall design outlet structures for Water Quality Ponds #1, #2 and #4, including WQCV orifice plates and spillways. 12. The Consultant shall prepare a Drainage Plan and Report per Weld County standards. 13. The Consultant shall prepare a Grading Plan per Weld County standards. 14. The Consultant shall prepare a Pavement Design per Weld County standards. 15. The Consultant shall prepare a Stormwater Management Plan per Weld County standards. 4 16. The Consultant shall prepare a Ready for Construction (RFC) Plan, stamped by a Professional Engineer registered in the State of Colorado, including bid documents and specifications which will be used in bidding the construction phase of the project. 17. 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; b) Backup data 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) Pothole Requirements 1. The Consultant shall recommend test locations based on the requirements of the project and on existing subsurface utility information for locations where features will be installed only. 2. The Consultant shall provide the proposed pothole locations on a plan set for review and acceptance by the County. 3. Excavation of Potholes • Clear the pothole area of surface debris. • In paved areas, neatly cut and remove existing pavement, which cut shall not exceed 225 square inches unless otherwise approved. • Excavate the pothole by the method(s) and standards set forth herein. The depth of the pothole shall not exceed 10 feet. Potholes shall extend laterally 18 inches each side of the location identified by markings in the field. The pothole location shall be revised as necessary to positively expose the utility. • Expose the utility only to the extent required for identification and data collection purposes. Hand -dig as needed to supplement mechanical excavation and to ensure safety. Avoid damage to lines, wrappings, coatings, cathodic protection or other protective coverings and features. • Store excavated material for re -use or disposal, as appropriate. 4. Collection, Recording, and Presentation of Data — Measure and/or record the following information on an appropriately formatted pothole data sheet that has been sealed and dated by the Consultant: • Elevation of top and/or bottom of the utility tied to the project datum, to a vertical accuracy of +/- 0.05 feet; • Elevation of existing grade over utility at pothole; • Horizontal location (include northings and eastings) referenced to project coordinate datum, to a horizontal accuracy consistent with applicable survey standards; • 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; 5 Table 1: Suggested Spacing Between Potholes Type of Utility Oil & Gas (Gathering or Transmission) Maximum Pothole Spacing Distance (ft) 100 Commercial Natural Gas 50 Underground Electric 50 Water 50 Fiber Optic 50 Telephone 50 Stormwater 100 Irrigation 200 Other utilities to be determined in coordination with Weld County when identified by contractor Note: Weld County reserves the right to revise the pothole spacing distance depending upon project need and budget. • Approximate centerline bearing of utility line; • Outside diameter of pipe, width of duct banks, and configuration of non -encased multi- cooduit systems; • Utility structure material composition; • Identity of benchmarks used to determine elevations; • Utility facility condition; • Pavement thickness and type when applicable; • Soil type and site conditions; • Identity of utility owner/operator; and • Other pertinent information as is reasonably ascertainable from pothole. 5. Site Restoration • Replace bedding material around exposed utility lines in accordance with owner's specifications or as otherwise directed or approved. • Backfill and compact with appropriate moisture/density control the excavation in a manner acceptable to Weld County. • Install color -coded warning ribbon within the backfill area and directly above the utility line. • Provide permanent pavement restoration within the limits of the cut using materials, compaction, and pavement thickness acceptable to Weld County. • Repair or replace backfill or pavement that fails (i.e., subsidence and/or loss of pavement material) within one (1) year of the original restoration work. • For excavations in unpaved areas, restore disturbed area to pre-existing conditions. • Furnish and install permanent surface marker (e.g., P.K. nail, peg, steel pin, or hub) directly above the centerline of the structure and record the elevation of the marker. 6 6. Interpretation of Data and Resolution of Discrepancies • Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. • Update plan/profile sheets, electronic files, and/or other documents to reflect the integration of pothole information. • Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. • Consultant shall use the Weld County SUE AutoCAD template to show the pothole information in plan and profile views. (C) 60% Design Plans 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 and utility companies 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 plans including hand calculations for all bid quantities in the plans 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 permanent easements and temporary construction easements required to construct the project. The work will require the preparation of easement exhibits and plans for the project, if applicable. 6. 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. The Consultant shall also provide the County with drawings in electronic format (pdf). At this stage, the plans should be approximately 60% complete. 7. The Consultant shall prepare an agenda, attend the 60% Design meeting, and provide support information for the meeting. Meeting minutes shall be prepared by the Consultant. 8. The plan set for the 60% Design shall include but not be limited to the following plan subsets: a) Title Sheet b) M&S Standard Plans List c) General Notes d) Summary of Approximate Quantities e) Summary of Earthwork Quantities f) Tabulations g) Demolition/Removal Plans h) Utility Conflicts and Proposed Relocation (if applicable) i) Pavement Design j) Drainage Plan and Profile k) Drainage Cross Sections I) Drainage Report 7 m) Grading Plans n) SWMP — Interim Condition o) Phasing Plans (as applicable) p) Engineer's Estimate (D) 95% Design Plans 1. The Consultant shall receive comments from the County and incorporate the comments into the 95% Design Plans. 2. 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. 3. The Consultant shall provide finalized reports and plan sets for the 95% Design and the final bid documents. 4. 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. The Consultant shall also provide the County with drawings in electronic format (pdf). At this stage, the plans should be approximately 95% complete. 5. The Consultant shall provide an internal QA/QC review of the design plans including quantity calculations (by hand) 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. 6. The Consultant shall prepare an agenda, attend the 95% Design meeting, and provide the support information for the meeting. Meeting minutes will be prepared by the Consultant. 7. The Consultant shall provide detailed design plans for all aspects of the project. The plan set for the 95% Design shall include but not be limited to the following plan subsets: a) Title Sheet b) M&S Standard Plans List c) General Notes d) Summary of Approximate Quantities e) Summary of Earthwork Quantities f) Tabulations g) Demolition/Removal Plans h) Utility Plan i) Pavement Design j) Drainage Plan and Profile k) Drainage Cross Sections I) Drainage Report m) Grading Plans n) SWMP — Interim and Final Conditions o) Phasing Plans (as applicable) p) Project Special Provisions q) Engineer's Estimate 8 (E) Ready for Construction (RFC) Plans 1. The Consultant shall receive comments from the County and incorporate the comments into the RFC Plans. 2. The Consultant shall provide the County with three (3) 11 "x17" sets of plans and the specification package. 3. The Consultant shall provide the County with one (1) 11"x17" set of plans which has been stamped by a licensed Professional Engineer registered in the State of Colorado. 4. The Consultant shall also provide the County with drawings (stamped and unstamped) in electronic format (pdf). VII. Project Schedule (Anticipated) The project schedule currently anticipates the following design phase milestones: Advertisement for RFP June 5, 2020 Pre -Bid Skype Meeting (Mandatory) June 9, 2020 (1:30 P.M.) Proposals Due at Purchasing June 26, 2020 (10:00 A.M.) Interviews Conducted (As Needed) July 9, 2020 Design Contract Awarded and NTP for Design July 20, 2020 60% Design Plans Completed August 31, 2020 95% Design Plan Completed September 28, 2020 Master Drainage Plan/RFC Plans Completed October 12, 2020 VIII. Instructions to Consultants (A) Mandatory Pre -Bid Meeting Due to COVID-19, the mandatory pre -bid meeting will be held on June 9, 2020 c 1:30 PM via Skype. To join the Skype call, call the number below and enter the conference ID. PHONE NUMBER: 1 (720) 439-5261 CONFERENCE ID: 400443299 (B) Submittal Requirements Qualified consultants interested in performing the work described in this request for proposals shall submit the following information to the County in any order they choose. 1 Qualifications of your firm and staff proposed to perform the work on this project. 2. A list of similar projects completed in the last five years. 3. A list of critical issues that the Consultant considers to be of importance for the project. 4. Provide ideas or suggestions on how your firm can meet the proposed schedule. 5. Provide a scope of work for the proposed design and list of associated work items required to complete the work. Provide a proposed cost and work hours required to complete the scope of work. The cost and work hours shall be provided separately for each phase of the design (60%, 95% and RFC). See Attachment A for cost and work hours format. 6. References from at least three other projects with similar requirements that have involved the staff proposed to work on this project. The County may choose to visit one or more of the listed projects and/or request a copy of the plans and documentation completed. 7. A sample plan and profile sheet(s) of a similar project with control measure details should be included in each submittal. Examples shall be 11"x17". 9 8. 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. NOTE: Any changes to the Standard Contract Agreement shall be reviewed with Weld County prior to the submittal of the RFP. Changes to the Standard Contract Agreement after the selection of the Consultant will not be allowed. 9. Limit the total length of your proposal to a maximum of 15 pages. The County will not review or score proposals that are more than 15 pages in length. The front and back cover do not count as pages and neither do the section dividers unless the dividers have photos or text on them, then they will be included in the pages count. 10. Submit an electronic copy of the proposal. (C) Electronic Submittal For proposals under 25 MB, email to bids@weldgov.com. For proposals over25 MB, upload to https://www.bidnetdirect.com/. The maximum file size to upload to BidNet is 500 MB. PDF format is required. Emailed proposals must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Please call Purchasing at 970-400-4222 or 4223 with any questions. 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. (D) Contact Questions related to the submittal requirements and procedures should be directed to: Lyndsay Holbrook MS4 Administrator 970-400-3788 Iholbrook(cweldgov.com 10 ATTACHMENT A - Cost Proposal Task Descriptions Task Description Labor Classification' Subtotal (hrs) Subtotal ($)3. 4Subconsultants ($) Total ($)6 Total by Task ($) Project Coordination & Management Kick-off Meeting Progress Meetings 60% Design Review Meetings 95% Design Review Meetings Project Management Flood Hazard Development Permit Obtain a FHDP from Weld County Planning Dept 60% Design Plans General Data Gathering Hydrologic and Hydraulic Analysis Utility Conflicts and Coordination Geotechnical Investigation and Draft Report Preliminary Pavement Design Preliminary Grading Plan Stormwater Management Plan (Interim) Preliminary Drainage Plan & Report Preliminary Demolition/Removal Plans Preliminary Phasing Plans Preliminary Quantities Preliminary Engineer's Estimate 60% Design Plan QA/QC 95% Design Plans Address 60% Comments Additional Hydrologic and Hydraulic Analysis Final Utility Plan Final Geotechnical Report Final Pavement Design Final Grading Plan Stormwater Management Plan (Interim & Final) Final Drainage Plan & Report Final Demolition/Removal Plans Final Phasing Plans Final Quantities Final Engineer's Estimate 95% Design Plan Final Project Special Provisions Final Bid Documents and Specifications QA/QC Ready for Construction (RFC) Plans Address 95% Comments Master Drainage Plan/RFC Plan Set QA/QC Other Professional Services (OPS) Other Professional Services S25 000 Totals' Table Notes 1 Add as many 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. ae'ical Staff, CAD Designer, GIS Tech. etc 2 For each subtask, include the estimated number of hours that each labor classification will be working on the subtask. 3 Provide the total number of hours that all labor classifications will spend working on the subtask 4 Provide a subtotal for cost for all labor classifications that worked on the subtask. 5 A column can be added for other direct expenses (ODE). 6. Add as many subconsultant columns as needed to show which subconsultants will be on the team and how much their fee is 7. Provide a cost for the subtask by adding the subtotal, ODE. and subconsultant columns together 8 Provide a total cost for the major task heading by adding all of the totals for the subtasks together 9 Provide a summation of each column in the table 11 Site Map ATTACHMENT B Note: The western and eastern retention ponds are not considered a water quality component of the proposed treatment system. Grader sFuel Station fin On on cats n.r. clna : ao 'at vin 4in On nix aVatwMO UM. rna esw ent ~co xcn 9tC umn ma S man in wa as es_n VIP* amu rtar tN .9m Drainage Basin A Drainage Basin B Drainage Basin C aeon Underground Culvert (existing? ems•• Underground Culvert an -=m• Underground Culvert �w- Southern Lot 12 PART 2 - SELECTION PROCESS I Selection Criteria and Method Professional firms will be evaluated on the following criteria These criteria will be the basis for review of the written proposals and interview session Of required) The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating _ r A rc�� - Z1",,,_,,q7 'rg 'S. Evaluation 0n, iek, , ds, '�,� , ,z � �'�` �> ; ;, �., ,Q° �- c �°..,� a'''''1'e.-"'l ,� +� Y9 ¢, Evaluation Standards +n s' Y° y ;,�� .- --,, -4q.m - ....v.:- .� b ��x a � Scoring d. , sue° __ -' Wei hb °' , �- W _Factors, ? ,,Score�. o 0Range 4 Scope of Proposal • The proposal clearly shows an understanding of the project objectives • The proposed methodology meets the final results desired by the County 1 to 5 4 0 4-20% Critical Issues • The proposal demonstrates the team clearly understands the major issues associated with the project • The proposal offers realistic solutions to the critical issues 1 to 5 4 0 4-20% ,- Project Control • The team has described how it will control its design costs • The proposal describes how sub -consultants costs will be controlled • The team has demonstrated its ability to ensure that State and Federal procedures are used where appropriate • The team has demonstrated a QA/QC process in place to manage the quality of the product 1 to 5 3 0 3-15% Work Location/Familiarity • The team's location does not affect the coordination of the project with the County • The team is familiar with Weld County policies and design criteria • The team demonstrated knowledge of Weld County in general 1 to 5 1 0 1-5% Cost & Work Hours • The costs, work hours, and tasks were presented in a way that is reasonable and consistent with the project goals • The cost and work hour estimate contain sufficient detail to ensure the project goals are met 1 to 5 8 0 8-40% RFP REVIEW SCORE 20 100% 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 ranked first place, second highest score will be ranked second place, and so on until all proposals have been ranked In the event the County, in its sole discretion, determines interviews are necessary, the County may invite the top three ranked proposals for an interview The scorers will score the interview responses and rank them according to the process outlined above The scores from the RFP and the interviews will be added together to get a total aggregate score After all scorer rankings have been determined, each ranking will be totaled for each proposal based on their respective rankings (1sc 2nd, 3rd, etc ) from the scorers For each scorer, rank 1 will get 1 point, rank 2 will get 2 points, and so on The points will be totaled for each proposal The proposals will then be ranked by the aggregate score The first ranked proposal will be considered to be the best value for the County The first ranked proposal may not be the lowest overall cost 13 PART 3 - PROFESSIONAL SERVICES AGREEMENT (EXAMPLE) AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY AND CONSULTANT FOR PUBLIC WORKS MASTER DRAINAGE PLAN PROJECT THIS AGREEMENT is made and entered into this _ day of , 2020, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and , [an individual], [a limited liability partnership] [a limited liability company] [a corporation], whose address is , hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Proposal (RFP) as set forth in B2000034. The RFP contains all the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by 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 14 payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension trr frodification. 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 $ 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 Professi,•,nal and quantity calculations shall be submitted f.r County review. Of the County experiences additional costs during constructi:•,n which are directly associated with errtrs and omissions tConsultant negligence) resulting in change order requiring approval by the Board of County Commissioners and/or csts greater than the original bid unit costs, the Consultant will b; , financially liable for such increased c:•}sts. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. Mileage may be reimbursed if the provisions of Exhibit B permit such payment at the rate set forth in Exhibit B. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred. 15 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.RS. 24-72-201, et seq., about public records, and cannot guarantee the confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contract Professional agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional further represents and warrants that all services shall be performed by 16 qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contract Professional shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contract Professional, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall always keep the required insurance coverage in force during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A -VIII" or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self - insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are enough to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, to the extent caused by the negligent actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated 17 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 "Weld County, Colorado, its elected officials, and its employees" as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. 18 14. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (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 its notice address(es) by written notice to the other. Notification Information: Contract Professional: Attn.: Address: Address: E-mail: Phone: County Designees: Name: Position: Address: Address: E-mail: Phone: Lyndsay Holbrook MS4 Administrator 1111 H Street Greeley, CO 80632 Iholbrook(a�weldgov.com 970-400-3788 Don Dunker County Engineer 1111 H Street Greeley, CO 80632 ddunker(cweldgov.com 970-400-3749 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 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 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 20 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 States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 29. Compliance with Davis -Bacon Wage Rates. N/A 30. Attorney Fees/Legal Costs. In the event of a dispute between County and Contract Professional, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 31. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 32. Compliance with Colorado Department of Transportation Regulations and Standards: Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and Contract Professional agrees to meet or exceed all standards set by these publications. Contract Professional further acknowledger and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all the Contract Amount. 21 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 IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of 2020 CONTRACT PROFESSIONAL By Date Name Title WELD COUNTY ATTEST Weld County Clerk to the Board BY BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Mike Freeman, Chair Exhibit B CONSULTING ENGINEERS Proposal Weld County, Colorado Public Works Campus Master Drainage Plan June 26, 2020 t, repared to2 June 26, 2020 Ms Lyndsay Holbrook, MS4 Administrator Weld County Public Works Department 1111 H Street Greeley, CO 80631 RE Proposal for the Weld County Public Works Department Master Drainage Plan Public Works Campus, Greeley, CO RFP #B2000102 Dear Lyndsay and Selection Committee Members JVA, Incorporated 213 Linden Street Suite 200 Fort Collins, CO 80524 970 225 9099 info®ivaiva corn www ivaiva com JVA is excited to submit our proposal to Weld County for the Public Works Campus Master Drainage Plan We are very familiar with the project site, submittal requirements and information provided within the Request for Proposals (RFP) and we believe we fully understand the goals and objectives of the County We have extensive drainage experience and have assisted communities throughout Colorado in preparing high -quality and cost-effective stormwater master plans, including nearby communities of Berthoud, Wellington and Mead, plus Nederland, Central City, and the CSU Fort Collins campus Our approach to your project will be both detailed and efficient We will thoroughly investigate and model the conditions that exist and recommend cost effective ways to address the storm water quality concerns of County staff We recognize that civil engineering is more creative than just producing standard reports, plans or conventional designs and we will surely think "out of the box" for you JVA has a reputation for seeing each unique situation and tailoring thoughtful, environmentally responsible design solutions We have certified floodplain managers on staff and will take a hard look at any flood conveyance issues I Our project manager, Erik Nakos, is currently working on the Public Works Office Addition for Weld County Erik's familiarity with the County staff and project location gives JVA a strong advantage for successful completion of this project Our team for this project includes knowledgeable engineers and professional support staff with extensive experience in the areas of sustainable design and stakeholder engagement JVA has expertise in evaluation and design of all areas of public infrastructure We will produce the master plan with a coordinated and prioritized approach to future construction projects JVA's mission when developing civil engineering solutions considers many factors, including the needs of the end user, reduced initial construction costs, reduced long term site maintenance costs, and most importantly, respect for the environment and available resources All JVA projects incorporate a level of sustainability that benefits the users and community and minimizes impacts while maximizing sustainable opportunities Our experience with stormwater and sustainable infrastructure will enable the County to meet its goals, identify future stormwater needs, and influence sustainable planning and design In summary, we believe our team is uniquely qualified for the Weld County Public Works Campus Master Drainage Plan We understand the County's needs and goals and believe our commitment to quality work and service will be an asset to County staff Please contact me directly to further discuss this proposal We hope you all are healthy and safe during these unprecedented times and please reach out with any comments or questions I can be reached by email ktone@jvajva corn or directly by phone at 303 565 4927 Thank you for your consideration Sincerely, JVA, INCORPORATED By P,ere. vin A To i je, P E , LEED AP resident BOULDER FORT COLLINS WINTER PARK GLENWOOD SPRINGS DENVER CONSULTING ENGINEERS JVA, Inc. (JVA) thanks Weld County for the opportunity to present our qua/ifications and proposal for the Master Drainage Plan at the Public Works campus in Greeley, CO. The following qua/ifications are based on the requirements outlined in the Request for Proposals (RFP) #B2000102 issued on June 5, 2020, and communications released on June 10, 2020 and June 22, 2020. Our project team members have extensive experience in master planning, particulary with local Colorado communites. Our current work on the Weld County Public Works Office Addition gives us existing familiarity with the site to best assist the County in preparing the Master Drainage Plan. Introduction ENR too Onion ►**s COLS 7 !: G C G .. C C! S 511LCCIAi • Oct • EM.IF»MNFNi.c. DESIGN FIRM OF THE YEAR JVA, Inc. is a Civil, Environmental, and Structural consulting engineering firm headquartered in Boulder, Colorado with regional offices in Fort Collins, Winter Park, Glenwood Springs, and Denver. JVA celebrates our 64th anniversary this year and has over 120 experienced engineers, designers, and administrative staff, including 58 licensed engineers. JVA is employee -owned, with a stable ownership transition plan in place for more than 34 years. We are committed to excellence in our service to all clients. As consulting engineers, we are dedicated to superior design, and understand the need to communicate, work as a team, and complete projects on time. JVA provides its clients with creative thinking, design sensitivity, and cost-effective engineering. We believe that true, value-added service to our clients requires much more than just quality engineering. Maximizing your resources, meeting your deadlines, understanding your priorities, and being sensitive to your needs are our goals. We hope you find our qualifications to be aligned with the County's desires of a consultant. Our goal is to be selected for this important master planning drainage effort and maintain a long-lasting relationship for years to come. We have completed numerous master planned stormwater projects, drainage improvements, detention, retention, infiltration and evaporation ponds, parking lot improvements, roadway widenings, street and pedestrian master plans, and streetscape projects. We understand the requirements for local, state, and federal grants and the reporting requirements. We have a strong team that has led design -bid -build and design -bid projects and are capable of the "fast track" approach to completing your ready for construction documents. Project progress is regularly communicated through the design, review, construction, and inspection procedures on all projects. This careful attention to your needs creates projects that run smoothly and efficiently with fewer challenges. The information contained in this section outlines JVA's qualifications, demonstrates our experience with similar projects, with references, and presents our highly qualified team proposed for this project. With JVA, your project will receive the quality professional engineering attention it deserves. Firm Qualifications JVA has worked on many stormwater and drainage projects for counties, special districts, municipalities, Weld County Public Works Department - Master Drainage Plan 1 CDOT, including local/state/federal funded projects throughout Colorado. We have designed hundreds of detention basins on a mu.titude of projects, including residential and commercial developments, school facilities, and public builiings. We are familiar with and understand the regulations of the MS4 Permit and its requirements to achieve permanent water quality through features such as hydrodynamic separators, constructed wetlands, raingardens, underground chambers, infiltration and evaporation ponds. JVA practices innovative use of stormwater and drainage improvements for existing sites to minimize the impact of storm events that can challenge the environment. We use state of the art software including Autodesk Civi_ 3D which allows us to develop superior designs and minimize time requirements. The JVA team is commi:ted to excellence in our service to our clients. The JVA team recognizes that true service to the client is more than quality engineering. Quality in JVA projects is maintained by several important factors: • Our work on past projects of similar scope promotes efficiency; • Work is reviewed in-ernally for quality, potential value engineering benefits, and engineering excellence; • We strive for regular, clear communication with the client throughout the entire project duration. Detention and Water Quality Ponds JVA has designed hundreds of detention and water quality ponds to address MS4 requirements across the State. Every new and/or modified site must be brought up to the curren: standards of the regulatory MS4 permit holder, so each of our projects must demonstrate this compliance. WE have designed brand new facilities and added ponds to existing facilities to demonstrate compliance. JVA has extensive experience in analyzing sites, sizing ponds for that particular drainage pattern, and how to most cost effectively design the system for longevity and ease of maintenance. We understand what works, and the ownership responsibility of the ponds for the life of the project. We strive to create a passive system that is relatively maintenance free, produces the desired water quality results, and is cost effective. Weld County Experience/Familiarity/Location JVA has offices located across the front range and will manage this project out of our downtown Fort Collins office, only minutes away from this site. We have performed numerous projects within Weld County, including on this current site for the Public Works Office Addition currently under construction. JVA is also the civil engineer on the Weld County Coroner Building Addition and Remodel. We have recently been selected as the engineer on the new shooting range for the sheriffs office, we work with Weld County School District RE6 on their existing facilities site assessments, Weld County School District RE 1 for drainage improvements to their existing schools, Weld County School District RE3J for a new administration building with a play field and regional detention pond, and site improvements for Northern Colorado Medical Center. JVA understands the County processes, the codes and standards, and the local sites. "It also impresses me how well you and your staff work with the local populace in these communities. You are all very patient, well informed, and provide excellent service to our communities." Ed Schemm, Assistant Director of Environmental Health Larimer County Scope of Work The following section outlines JVA's understanding and approach to deliver each work task of this important project for the County. Project Kickoff Once selected for the project, JVA will evaluate the existing information provided and coordinate with the County to walk the site and discuss the feasibility and Weld County Public Works Department - Master Drainage Plan 2 options for each of the proposed concepts for the water quality ponds, hydrodynamic separator and evaporation pond. We will determine the final locations for geotechnical borings of each of the areas. JVA will meet with the Weld County Planning to confirm the requirements for the Flood Hazard Development Permit. It is assumed we will provide a no rise certification to show compliance as a CLOMR and LOMR are not anticipated but can be completed separately if needed. Master Drainage Plan Utilizing the County's available survey information, JVA will evaluate the existing stormwater infrastructure and drainage characteristics to provide a preliminary analysis of the proposed concepts and verify the initial sizing calculations. If it is found that one of the concepts does not fit as intended, we will provide an alternate design that satisfies the MS4 requirements, and coordinate with the County on potential impacts. JVA will provide the Water Quality Capture Volume calculations required for each of the water quality ponds, determine the treatment and bypass flows for the CDS Hydrodynamic Separator, calculate the volume and size of the evaporation pond, and calculate the 100-yr flows throughout the site, including potential restrictions due to undersized drainage systems. JVA will develop a utility plan based on the available survey information from the County, and additional survey that is included in this proposal as a separate line item, to pick up utilities in the area. This information will be used to develop a potholing exhibit and schedule. The utilities will be located and potholed, with information provided to the County as recommended in section VI.B. of the RFP. JVA has included Northern Colorado Geotech on our team as the geotechnical engineer. Northern Colorado Geotech has experience with us on this site for the Public Works Building Addition and with their local knowledge and knowledge of the site will provide strong recommendations and analysis of the onsite soil conditions. A full geotechnical report with soil borings and asphalt mix designs will be provided. JVA will provide a Stormwater Management Plan as required to meet the CDPS and Weld County requirements to accompany the Ready for Construction Plans and Drainage Report. The Drainage Report will be included with the construction plans that describes the intent, clearly depicts the calculations, and includes the existing and proposed condition maps in accordance with Weld County requirements. JVA will develop 60%, 95% and stamped Ready for Construction Plans that will include the final bid documents, technical specifications (County will provide Division 1), SWMP, Drainage Report and Opinion of Probable Costs. "I want to thank you for your work on the engineering undertaken to repair damage from the flood...I want to thank you for working with both FEMA and the District to ensure our entire infrastructure will be back in operation in the near future." —Gayle Packard-Seeburger, General Manager Niwot Sanitation District Critical Issues Although this project is a straightforward drainage analysis and development of construction plans to achieve the design intent, there are always critical items to every project that need to be identified to maintain schedule and costs. There are several of these critical path items we have identified from the RFP. The first critical items being a survey and potholing of the existing utilities to determine potential conflicts. Even though the questions and answers provided after the Pre -Proposal states that additional surveying is not anticipated, the RFP does state that surveying will be required to pick up the utilities and pothole information. We have included this in the cost breakdown as an allowance that may be removed if the County has available utility information that we can use for design and potholing, or if it is determined that there are no potential conflicts. Another critical item to this project is the Weld County Public Works Department - Master Drainage Plan 3 CDS Hydrodynamic Separator. In our experience, these units tend to have a significant lead time for construction. JVA will focus on this design and coordinate with Contech early on in order to provide enough time for the manufacturer to complete construction and delivery once the contractor is selected. The most critical part of the project will be determining if the proposed improvements will fit into the existing site and infrastructure as well as not disturbing the floodplain. JVA will evaluate the design intent with initial calculations and grading designs to confirm we can achieve the pond volumes and areas as well as verify the inverts of the proposed CDS unit fit the existing storm system. Any discrepancies will be brought up immediately and alternate designs proposed to achieve the projects goals. Our design will strive to minimize any impacts to the existing utilities, and if necessary, provide the most cost effective relocations. Reference Projects Detailed below are examples of JVA-led master drainage plans. These projects highlight our experience in representing growing communities in developing master plans. Below is a list of representative projects for Municipal, State, and Federal clients in a public works or maintenance facility capacity followed by detailed project writeups with references for select projects. Any one of them can be contacted as a reference. We encourage you to check our references, as we believe you will find positive feedback from every project the JVA design team has been involved in. Similar Projects from Last Five Years • Weld County On -Calls with Robert Shreve Architects, C2D Architects, Cairn Design, GSG Architecture • Larimer County Public Works Maintenance Facilities • Choice Center Parking Garage — Fort Collins • Nederland Master Infrastructure Plan • Mead Stormwater Master Plan and Public Works Facility • CU Aerospace Engineering Center • CSU Health and Medical Center • CSU Aggie Village • CSU Mountain Campus Research Center • Jeffco School District Vehicle Maintenance Facilities • APS Vista Peak 9-12 Preparatory School • Fort Collins Housing Authority on Horsetooth • Town of Nederland Public Works Facility • City of Idaho Springs Public Works Facility • Winter Park Public Works Facility • Crested Butte Public Works Facility Master Plan Colorado State University - Aggie Village North Fort Collins, CO Reference: Richard Pott, Facility Planner CSU Housing and Dining 970.491.1519 richard.pott@colostate.edu JVA worked as the civil engineer for the redevelopment of an existing student resident site on CSU's main campus. The project consisted of the demolition of the apartments and construction of a new 973+ bed student residential village on an approximately 8.4 -acre site. The scope of work consisted of evaluation and relocation/demolition of existing infrastructure, design of new infrastructure and design of grading and drainage features including detention and water quality improvements. JVA completed an extensive master drainage analysis for the site which incorporates several low impact development techniques including separated water quality ponds and treatment of the WQCV of independent basins, raingardens, swales and infiltration areas to improve the water quality of the storm water runoff. Multiple detention ponds in confined spaces serve the site in order to mitigate the impact to downstream infrastructure. Weld County Public Works Department - Master Drainage Plan 4 Larimer County Satellite Maintenance Facilities Larimer County, CO Reference: Larimer County Todd Juergens. Road and Bridge Director 970.498.5653 juergent@larimer.org JVA is currently working with Larimer County Public Works and Road and Bridge on their new satellite maintenance facilities in Livermore and Estes Park. The Livermore site is located on CR 74E in rugged terrain on a vacant County owned parcel near the intersection of Highway 287. It will consist of a new shop building, covered vehicle storage, wash bay, salt and sand storage, and a large 5 -acre laydown yard. This site requires design of a water well, on -site wastewater system, CR74E road improvements for turn lanes, and two separate water quality and detention ponds with a gate controlled outlet structure downstream of the fueling station to capture fuel spills. The Estes Park site is similar in components, however, is a redevelopment of their existing facility. The constraints of this site include steep terrain requiring the design of retaining walls in the water quality and detention pond, relocated access points and realignment of Range View Road as well as coordination with CDOT's existing facility. Berthoud Parkway Regional Storm System Town of Berthoud, CO Reference: Stephanie Brothers, Director, Public Works 970.532.3651 sbrothers@berthoud.org JVA provided civil engineering services for the analysis and design of the Berthoud Parkway Regional Storm System that included an evaluation of the existing storm system and runoff patterns, an alternatives analysis and modeling of the potential solutions for the flooding and capacity issues of the existing system and modeling and design of the new storm system. With the rapid development of the Town of Berthoud there are areas were stormwater drainage systems are not existing, defined, and/or conducive for the developed flows. One such situation was the Berthoud Parkway area. The ultimate drainage system was an infiltration basin sized for existing undeveloped flows and not for developed volumes. The regional storm system was designed to collect flows from existing and new developments that would divert flows through a new pathway that can manage the 100 -year event flows and move water downstream without causing adverse effects. "JVA is a knowledgeable and professional firm. Their design team helped the Town get these final road designs out for bid and also helped along with some construction management. All members of the JVA Engineering team have taken great pride in their work and reputation.." Stephanie Brothers, Town Engineer Town of Berthoud Town Engineering Services Town of Mead Town of .o S Reference: Town of Mead Helen Migchelbrink, PE, Town Manager 970.535.4477 hmigchelbrink@townofinead.org JVA has served as the Town Engineer since early 2012. Recent JVA design projects include Welker Street widening, Intersection improvements of 3rd and Welker, Burch Sanitary Sewer extension with approximately 5,000 linear feet of sanitary sewer main, an Area Trails project that consist of 8 -wide multimodal path two -mile -long, and the intersection improvements at 3rd Street (WCR 7) and CO Highway 66, including bike path extension and Highland irrigation ditch modifications. JVA is also responsible for coordinating the wastewater treatment operations including existing condition evaluations, developing Capital Improvements Plan, and review of contract operations. JVA has recently completed an overhaul of the Town's Design Standards and Weld County Public Works Department - Master Drainage Plan 5 Construction Specifications and completed Master Plans for the Wastewater and Stormwater systems. Public Works Yard Master Plan, Crested Butte, CO Reference: Shea Earley, Public Works Director Town of Crested Butte 970.349.5338 searley@crestedbutte-co.gov JVA completed a master planning effort for the Town of Crested Butte that included working with the Public Works, Parks, Wastewater Plant, Mt. Express, and Search and Rescue staff to analyze the existing Town Public Works yard and how existing and future needs will need to be accommodated in conjunction with the annexation development. JVA reviewed the Town services would need to coexist on the site to accommodate current and future needs of Town and annexation. JVA has conducted an initial site assessment, programming workshop with Town Staff, and preliminary master plan meeting and presentation to the developer and team to prepare this Master Plan to the Town Council for final approval. CU Aerospace Engineering Sciences Building, Boulder, CO Reference: Jim Faber, Project Manager, Construction Management University of Colorado 303.492.1896 James.Faber@colorado.edu JVA was the civil engineer for this state-of-the-art educational and research facility. The Aerospace Engineering Sciences (AES) building will support one of the nation's top -ranked aerospace programs and is one of the first buildings to be constructed under the master plan of the University's East Campus. Future phases of the master plan were considered and coordinated with the University to maximize the infrastructure being constructed as a part of the AES project. Exterior site improvements included pedestrian plazas and walkways, utility service connections, service yard and delivery areas, large-scale stormwater quality rain gardens, an oil -water separator for wash - down areas associated with rocket engine testing, and fields for the testing of ground rovers and unmanned aircraft. JVA provided guidance for situating the building both vertically and horizontally outside of the floodplain of the adjacent Skunk Creek. Stormwater conveyance systems were designed accordingly for discharge into the floodplain. Project Control The JVA team prides itself on being cost conscience by meeting schedule of the Owner. We constantly improve the quality of our work product and continue to improve the process of quality assurance with our thorough QA/QC program. We believe the key to cost, quality, and schedule tracking is communication. We meet frequently as a project team to coordinate as the project progresses. This includes regular meetings and correspondence with the County. Based on the scope of this project and where we are in the design process, we might propose monthly, bi-monthly, or weekly progress meetings making it a productive and effective time to solicit client input and review the document development during key decision points in the process. During all projects where schedule is an issue, JVA will always look for ways to reduce the schedule's critical path time by simultaneously performing tasks that do not rely on one another. Our project success is a result of close coordination and communication with the owners, designers, contractors and vendors, allowing us to serve you more effectively. Project progress is regularly communicated through the design, review, construction, and inspection procedures on all projects. This careful attention to your needs creates projects that run smoothly and efficiently with fewer challenges. Weld County Public Works Department - Master Drainage Plan 6 Sample Plan and Profile Sheet Please find our 11x17 sample sheets of the Village on Horsetooth project in Fort Collins, and the CU Aerospace Engineering Sciences North Wing Addition in Boulder in the appendix. Staff Qualifications JVA incorporates a team approach on all our projects and will work tirelessly to integrate and closely collaborate with the County's Public Works team. Our team has the local knowledge, experience, and enthusiasm to develop the design efficiently and deliver a successful project. Our team holds all levels of expertise, all have worked together for numerous municipalities in a similar capacity. The synergy built from close coordination and communication internally, as well as with owners, and regulators is the foundation of our project success. In order to develop a robust, cost-effective, and lasting solution to address best complete the Master Drainage Plan, it is important to select a qualified Consultant with extensive relevant project experience and the right project team to address these key issues. Short bios of our proposed team follow below. KEVIN TONE, PE, TEED AP Principal -In -Charge Kevin will be the Principal -in - Charge for this project. Kevin's primary responsibility is to manage staff resources, provide technical assistance to the team, and perform quality assurance/quality control on our deliverables. Kevin will check in frequently with the project team and County to see how projects are going and how JVA can improve providing engineering assistance. Kevin has been with JVA for 20 years and brings over 33 years of engineering experience with water, wastewater, and general civil engineering, system evaluations, utility plans, and stormwater and has been Engineer of Record for the planning and design of numerous infrastructure projects. His focus on sustainable construction techniques and water quality in all constructed projects will also help serve the County most effectively. He has diversified and comprehensive experience in stormwater, water and wastewater regulatory engineering projects. ERIK NAKOS, PE Project Manager Erik is a Project Manager, Associate and Regional Civil Engineering Manager out of our Fort Collins office responsible for managing our Northern Colorado civil engineering site development, infill, and rehabilitation projects. Erik has worked in Northern Colorado for 19 years on a variety of civil design projects. He has extensive work experience in all aspects of civil site design, site assessments and reports, rehabilitation projects, drainage improvements, pavement analysis and design, roadway design, grading, erosion control and stormwater infrastructure projects. Erik will utilize his experience and expertise in grading, drainage, and pavement design. Erik's current involvement in design and construction administration on rehabilitation projects allows him direct access to up to date costs specific to this type of work. His clear and open communication and management style with the entire team emphasizes the desire to resolve the issues by guiding the County in a collaborative effort to develop the most cost-effective scope of work. LAURIE LAOS, CFM Senior Project Engineer Laurie Laos is a senior project engineer and certified floodplain manager that has been with JVA for 5 years, specializing in water, wastewater and stormwater distribution and conveyance. In addition to her work on infrastructure design and analysis projects and master planning, she assists the civil site teams on stormwater flood control and water quality design. Laurie attended Colorado State University (CSU) as a graduate student conducting her thesis on the analysis of a City of Fort Collins' detention facility and the potential for retrofitting the Weld County Public Works Department - Master Drainage Plan 7 existing facility with a water quality feature without affecting the integrity of the flood control volume. The EPA Stormwater Management Model (SWMM) was used to model the systems along with ArcGIS and AutoCAD for developing base maps and drawings. She also worked for the City of Dubuque Engineering Department where she worked on developing and enforcing the Town's MS4 permit and NPDES program, including community outreach, stormwater quality, and inspection. MARY CARLSON, PE Project Engineer Mary Carlson is a project engineer out of the Fort Collins office. She has four years of experience in civil site design, primarily focusing on grading and drainage. Mary attended Colorado State University for her undergraduate and graduate degrees where she learned a variety of modeling and design programs. As part of her graduate degree studies, she analyzed the Reynolds Creek Experimental Watershed (RCEW) basin using HEC-HMS. She is experienced with Mile High Flood District's Best Management Practices (BMPs) for water quality. Mary worked with the City of Brighton to design a water quality treatment pond that treated the City's stormwater runoff prior to discharging to the South Platte River. As part of this design, Mary prepared a no -rise flood plain report using HEC-RAS to model the South Platte River. Mary is currently wrapping up a project with the United States Forest Service (USFS) for a bridge replacement along the Alamosa River. She determined the minor and major storm event flowrates at the existing bridge using HEC-HMS and then analyzed the capacity using HEC-RAS. Cost & Work Hcurs Please find our proposed cost and work hours for each design phase (60%, 95%, and RFC) on Attachment A in the Appendix. Standard Contract Agreement JVA looks forward to the possibility of engaging in a Standard Contract Agreement with the County. Weld County Public Works Department - Master Drainage Plan 8 Task Description Labor Classification' Labor 1 Classification Labor 1 Classification Labor 1 Classification • Subtotal (hrs)2 A Subtotal (S) Other Direct Expenses ($) A Subconsultants s ($) 1 Subconsultants 6 Total(S) Total by Task (S) Project Coordination & Management Princrlrri 5208hr Project Manager $148Tr 1 Senior Prieiper Engineer $114 Fir Design Engineer $112hr in. SS 817 Kick-off Meeting $356 SO $356 8 8 24 $3,072 $0 $3,072 Progress Meetings -1 4 4 13 $1,744 SO $1,744 60% Design Review Meetings 1 95%Design Review Meetings I 13 $1,744 SO $1,744 12 $1.896 SO $1,896 2 Project Management Flood Hazard Development Permit 1 $2,688 I 8 21 $2,688 SO $2 688 Ob(am a FHDP from Weld County Planning Dept 60% Design Plans $27,988 10 r $1,240 SO $1,240 General Data Gathering Hydrologic and Hydraulic Analysis 7 6 16 34 $4,072 SO $4,072 i Utility Conflicts and Coordination 9 $1,092 $0 $1.092 i i Geotechnical investigation and Draft Report 0 SO 4 52.500 I 52,500 $2,500 Preliminary Pavement Design I 0 $0 5500 $500 $500 Preliminary Grading Plan 6 70 30 56 $6,728 SO 56,728 Stormwater Management Plan (Interim) S 5 i 18 $2,184 i $0 $2,184 Preliminary Drainage Plan & Report Ct 20 $2.432 SO $2,432 1 6 7 $820 $0 $820 Preliminary Demoldion /Removal Plans Preliminary Phasing Plans 1 • 5 $596 $0 $596 Preliminary Quantities •• 5 5596 SO 5596 Preliminary Engineer's Estimate w • 6 5852 SO $852 i 60% Design Plan 8 8 20 $2.480 $0 $2,480 i QA/QC 4 4 ' 12 $1,896 SO $1,896 95% Design Plans r 520,396 Address 60% Comments 10 $1,240 I SO $1.240 i Additional Hydrologic and Hydraulic Analysis 6 6 14 $1,712 SO $1,712 Final Utility Plan 1 6 10 $1,276 $0 $1,276 Final Geotechnical Report 0 SO $5)? $500 $500 Final Pavement Design 0 SO SO $0 Final Grading Plan 4 1 I 30 $3,840 I $0 53,840 Stormwater Management Plan (Interim & Final) I ' 4 10 $1,240 a A $0 $1,240 Final Drainage Plan & Report I ' •' 27 $3,336 r $0 I $3.336 Final Demolition/Removal Plans V 5 $620 $0 $620 Final Phasing Plans 2 5 5620 SO 5620 Final Quantities 5 $596 SO $596 Final Engineer's Estimate 5 5644 SO 5644 95% Design Plan 4 h 6 18 $2,424 $0 $2.424 Final Project Special Provisions 2 ? 4 5544 SO $544 Final Bid Documents and Specifications 1 5 $620 SO $620 QA/QC 2 2 8 $ 1,184 SO $ 1 184 Ready for Construction (RFC) Plans I I $4.080 Address 95% Comments 2 4 10 S' ?40 SC $1,240 Master Drainage Plan/RFC Plan Set 2 2 4 5' 656 53 $1,656 f QA/QC 2 2 2 6 5'' 8.: SC S 1 184 Other Professional Services (OPS) $42,000 Other Professional Services i 25000 525,000 Locates and Utility Survey (allowance if needed) $5,000 $5 00C $5,000 $ 12.000 S12 000 $ 12,000 Potholing of Whites (20 potholes) 23 90 airTotals° 170 190 473 360.464 00 $20,500 00 545.500 00 S105,964 I ■ T X _� ..`.` / _ _ _ -- __ _ ■ —$ 9 I VILLAGE ON HORSETOOTH FINAL DEVELOPMENT PLAN PORTO:REM CO s ice C•l'�-7 i I 1 . I 1 9 I �•�%,�// .d �.. }�. �_/�■/1��`• p�wr /II "== �$' �� o a - 1€I■I' ' —o o I� o � ...Coo`— ■! • II il '+IPE1T 3 I II Ci lieiLrrsl PIS �_ Ii I \ �� .H ■I I I�,4L11 - ' R s 5 ' l y —1 I ., o I.]s]1ifl11 ,, []19991599 o I •,V•��� r. �; BLDG 6 I • li ra ,,,. L EE I e 1 M.e.r.v.- STA 10 CO 00ti SD MX -- •vs]�ie I I / ( �� S ) a � '� 5Al2 61:L:E::iiEA9AW PVC 10 RCPCONNECTIONR , 69R x•]Dnssis I - — ■ F4 lo 1 1 ] COALE PPE 16 C0480 MEI f —II x1.01.5.8 +SID E]1098o549 . ,A q 99 51 NO 22.5.26 1 '��] 1 .P ewKEu9e 9.4 111 11; P. . [ '` \\V �f vI C�� RS .. 1ER OR APPROVED I 12 L SCOURSTOP INSTALL _ I 1 DfIQiB06 ��■■■■■■_8 / ■■■� I• a L1 ♦ / ■1 NANUEAC PFR ueNu[Ac 5 NSL uR[Rs 2403934831 o ga POND / �'eL■--1 — I a • 16 R 11.0° �� �I,l�a . / [ 1° L31100] ] C ' , m P N9.... AROITECT RCP 1.\ — -_.... o P ]� ° `• [■• eA 49 If ] CIASS� . • • • • - •Y. - (s)51091 ExONEER VwPVC le ) .. / nV MOO 510] 65 (II 0 , 1•�\I C> \\I-, ■ o r,��- ► 1.10 , _ -11NA 9 \Ud■con PICRIPoicArpo .. 1}, 11 /_ / RG DRA -- a 'roe"' r1M. 62x -_____ - [119966.60 / elf 1 PVC a 1098 .] LP v cuss v RCP e Obi BLDG 3 i R5110RWAx f11O96�O5i ] / • I I nl I I I e ]R PL2 AREA i9i9i6 RA1x E]IO]6]5.. ]] « 1] CLASS 6 9lE VALLLI w11 EL wu9ii,' OF oiW89.9. Ire Plc V RCP 0 OMB MET BLD� 1 I I I gI IuL I L., I 1 RE M.O.ALL 119333.94 INVAIW 65. WIMq swble ..Ire MOO. , 6 NtFA [FAN R T2T9 62 11005550 BLDG ] 2 PI,1� — e� e 1 Zrj�I171�'�j ,.n C�p 0. f.- 14T ` �' 11`°.11 ++ _ �.... v. P]... •— 1— La 1�, A I` 1 r---rI rr 20,liNii 0 20 ADPaK —YALE IN TEST 1250 D , IRO..xa { 13.16], 510 U Nxt N o oPs.IPTION IAI6 STA 1110]] 15 12 ]9 111691w °e CLASS V RCP 0 0100 T 5109 al 5115 ,oP 510901_ —STA 6 sTA 11.158] 5115 TOP 5108.61 STA 1].0]88 UT VING IT IRO 10P 51°8]01— STA 11.1958 ]wG nN15NE 0 RA9C t 51611.691). 51. 12 .s 12 or 0x9_ — °P 5106241 — — —`O OP 510808 [sLLl cRALE 01 RwG TOP 5109092 _ -_— \ TOP 5109 441 s A'SIM) E nos STORM PLAN PROFILE & 5110 ----- ----- �� 11�� �.�I� iP`sims.f 5110 T ¢ASSVRCPOOIM -- 106LT16 DABS RCP a0SOR StAle 0855 vRmowOr — --- 5105 It x10 18 .w 5105 SEAL III_ /A S1A 1..191 STA 11.M06J STA11.1515 .1[ G m PA 1051 ST 1101 PARR 10P 6105.221 CTy of Fort Collins Colorado 5100 _ ` - ATER 1OP 510199 _ 5100 UTILITY PLAN APPROVAL i B 1W 510519 stA 12,9 46 a 6 : s,A 1].95 n] ' ER 198 Y APPROVED 4= - —`STA 0.115] TOP 510115 +. =- uo�_ —1OP 501 ]5 -. NPP•+. ea — .1'.1999 =---IS WATER - -eoo -ma R CHECKED 0r 5045 — A' 16 590-02 ___TCP 610520- ggs8 -., ao E5 - s 5095 T.......s1..[ 9 N 63 �� - & Q16rooT q o =3 _ -y553a "'-a3 =Qaa3 ae3 CHEESED BY G_8€€ �`€ `�'s€a''snY€€€- 9' ,. o-� _ 6T 810046 5090 5090 CHECKED BY 1kM 9175 10 00 10 50 11100 11 50 I] b 11.50 Il 00 11.50 II 9D I1 ]5 CHEESES By CRANING NUMBER. C 8 STORM B PROFIT uREUED°T YALE.1 A IOW 1.5 ART ...ENT SURFACE tr6E15TO6N Ax0 A5f ROAD &SCI IN 0000 FOLD IM 516001 UN MN SAN OJT u E AP 9O ANT VILLAGE ON HORSETOOTH FINAL DEVELOPMENT PLAN a Bau maxTE wnov000 I NFL Pµ NMI O/CASINC RUBINO PONTMORTA Ma1RnAH PC NON SxRN[ (CENTER Cr STRUCTURE BAY) [[6100 f100[1 SUIEAIF �� i S4YAL1 1r LE AROUND Tr Du CI MANHOLE FRAME AND CO. EXISTING BASE COURSE ' UG \\ • 1 rs E I PRECAST mxC ADJUSTING FOILS NA SEAL EACH WIH JOINT WLEI I [[NAN R )DOBwRCOEQUAL niN DIP To Ie MAX) STORY SEDER YR y\N \ q M. IGLRITRP) `�\\ �e S /� `/ HI • a�c „ , x111„ ♦wJ' 'I V y\�� UNDISTURBED vu $ �i \ Pa. BAY caRY moon) LYE H�(� - --� L. i W ECCENTRIC M CRAM �GDNxC3 LLTE \ II n eARs HO0rt2 ;s\♦ w u 0Aa LAD \ O ♦ \ '' JI `G� NOTE 1 PLAN HEW v ARAN MADE ALTERNATE FIAT TOP PLAN l/ ' PROW. YY Y O LwC �1 BODING MARRAL AMPLE[ STEP /�� SE[ Ylul, 1w5 SHEET M� =Oar R[F[R[N[f WMI ``%�/♦..`_ - ! - " �4y �j, IPLE5Y•1 yPAl1�� :in'lt,�'Lt7 H U - 1- AMMAN.' PUSD[ YNwo 1 ] A'1 COVER 4 O MANHOLE FRANC ,/i I ` f v DPAxSOM MOO \t x COMPOUND xE[w v R >06 OR Eau DON s[E PL nuDIA ORIBLE M411 orcx NO STORM YRr ix co. RDNFORCED CONCRETE PIPE `4 �. NOTE ° / YN/ARCOND PIPE u13BA6s Ino[ED \ PRECAST CONC BAY SHOW M AI EA[H [x00 y09UR AROJ "NO SHRINK [S IF PST IN PLATS 'j■■ AIw ALL NEW uµ>pd PAY2EN1 SURFACE CNSI (NiN a ASPN t \ • REINFM;wG 10 CONFORM / 1111 RECAST CORC ADAISTn° CUSS a:0 BAYI n A u C x]B ' F PUN !OR DRINGS Y A 1 OAVat EACH MIN w WEN FFLD ` a STREET WORM SAY al wE •` I SOR 1 / EDrIrr MOTH OF x01 TREAD PLAT[ 1Ncx 2ss 'f•`•1• �ry„'F,•y�� eN{y'?i'•' :•S'•:,i'tY" • APPEL IYOH MAD[ Mµ 70 18 "AEI B MOH I¢L STEPS SEE alA[. THIS WEI RACKS w j( S M i0 PAnxC 1,, ,Its /yob O' PW EXST. STREET SUMAC[ II IIII 1 I]• A� PLEti I>EccN PLic.mPan iw we Sul AO ' I nu L[ Au, - 11CR COMPACTED WASHED •'\�,N' '� �/.,���•�w MOUT 70 SNAPI ``!(1 /fQ,�` EXISTING BASE count � NO S /l v 12 24 IB °�B 3/00 RO 6 DEPTH IR S _ BLRMENCx1Tw15 SLOPE AT I/2 PER Fool ` y ALTERNATE FLAT TOP SECTION / .AfA \ \ \ \ /�/ / A CHASE INDIA IS R e nm awm �\/t�a/ N 5 l ' ► 2 SO MESS OmE6nY SKIVE, ) DIMENSIONS ]0 BE INCLUDED w 41.aD casmina PLANS MANHOLE SECTION N1TH FCCFNTRIC CONE TOP EEL PrEF,., EH BASE COURSE (Y 0040000) ME RAT T0 TOP YCTON rM x.wx [SS ixAx 1 4[ ROLLED STEEL TREAD H 4p. ,,,1e Oc° [ a SO[ PATTERN YARNY PLATE TO II/, 1 WEDx d BRASS CUT HEAD MA40"L SCREWS 2 OC UMTE69NA FLUSH Y/ PLATE OAv(SEEPORI x 1716WINor2 /04 FDIC. CO40621 P .45525,0 - ( (I/2 ANOI0R B41 MAY BE USED) FOR IMPRESS) STORM MANHOLE DETAIL ... MATRu NI .%' eY PAP].,00 EMP/PVC/HDPE PIPE YE NOTE) EXPANSION .I7_ 22 a ioA 1 Vx ME AND PPEO Fa I unto. maorso 2 cc 1 If UNSTABLE MAIERALS ARE WAD IN TRENOL ORERPGAVATE 1 xIN . SCREW PENETRATION PEINIEETRATION ° 01.�'^m 1.4 ro A 1,0 Col P 070 MOM PM SRCYICA.S OR AS REaaF➢ I m[Md TO BE BRACED M 00 lIt AS OETRO Rf IM THE SUUPUET 11a WAXERS AND THE PROTECTION OF OTHER SECTION " 1 2e o rs"[s" 3 NNW, COVER N 12 BE Ow FINISHED MIDI �% n P&Yv[SN[ 0 STORM SEWER PIPE BEDDING DETAIL SIDEWALK CHASE DETAIL ® AX.,Iw3..... ,.:.� 1111rr14� 'JIJIIII ,•x nli.eYA.y'� "'f0 "' r trrra ...Vol �o Fa°"'n, srome a ySSUED wFP•ce I/Aa�� J N w v° 1^p e tl"u 11A A D ne] c.n3 ,� >na �r III M( ,, 1 taw— Rk' ,n STEEL R[WloPC[Y[Ml 1 ) B A IIIII !LL! w`]°' ) FP. Y,I, I0.7016 5■ " 1Y 670 Aw.O. nusolAN I . n. iEE 1s] s OTolcau $ -+O1"°SCtl ---- ' ' SECTION A"A e % REVISIONS c An iiiilElll:l:ll:"u IUD, L��s e� MLR POOH CATE ,r., e„rrnF T" Iwr] LEGEND tow, CUPMER POLWROEME NAS11C �� Yea \ AS APPROVED LED BY xA DOWRIES (van NO PS] Pi) M -/ ' `,i1n v � mn 0401 APOREVATIONS AN APPROVED EauN.1d1 001 NI ,.. p m nFdrLi 1° 0A meat 744 mem a ..F -" 30000 xN we slED PM PLAN PlAS11C STEP DETAILOi GRADING & DRAINAGE DETAILS �Fm A O PLAN ,e .°NN n A BLED PR51M 2A A Ili" WA A°a?�r'°x<` F ""• APPROVED "PL cu•N�A Aarsle uh N n - .. ION. INSTALL ,1,,—mrl F.n u (roP WI, (Ins m MANUFACTURER S INSTRUCTIONS t° o _ r, SEAL 441" .0 I^n�R 7. -- �„�rA'>"e"'L'"°`°"-` w1O NIS `'" ° `/ESOP[ �!.' MAEN __ - - a,.1 VP, .5.50 _ SECTION 0.01 [Fu O11000 I "`'' / q`ij\4\" o o Y ° °%'4All1)Tc�°Y City of Fort Collins Colorado m ` •O<4 0 0 0 o 0CIF UTILITY PLAN APPROVAL m[`Lre� ivIiM11 Dora Curt • R _ 4 .0L l!�.\ol!N �CNO./ ° ° ° APPROVED aY":.N :N'°i w N"O R ° , .J �:V.01�i ♦ CKED BY 5 n". ,, s I I,XXItil CHEECKED BY042. _ •, �`".-0,.:�".�•..'�"III=w WATER QUALITY NOTES I i �RRL • mom'" OUTLET STRUCTURE DETAILS aCOMPACT YIBUAOE PER YECRICATas a 100 Au L10 00 010IPLES5 3 ALL caa0PC 115 PENN RDxPMCED 0150000 BY .— °' De.o°n00000 W A» nR a ER I CITY OF PORT COLLINS UTILITIES ^�._ STORMNATBR CONSTRUCTIONOOETAILS MODIFIED BY ]VA PER SPECIFICATIONS COE.. BY . DRAWING NUMBER WuInS .:i SMALL PIPE HEADWALL DETAI .._ W_. CD1 0 6rY 1 P 0 BOY DBO PORT [01LNS C e0O22 B,B) 21_B,DD 1 " n° o �;r, ID -46 510 �xE ODY VILLAGE ON HORSETOOTH FINAL DEVELOPMENT PLAN FORT OS �i3 _ src_iwTiLE FILL BOARD 0102 MEL 3 1� a a _ / 1 j )) 1 VI x01[ s -�^ O -7D ; = �f D % Rll CUE! eD _ .. ,�: ...t,g, its: 3 s,n AaBLA ��.. a MEIN RO Y ] II 1n _ "'/' I -],n -+B y(�N�CGN �_ ^'= = LaPDm®TTM a w _ ' Yl,_\ J ^ F— e \'^�A- ro-1B l a BYE 1 ,All CONCRETENM Ra a LMIIIIIPDPFYIi"/ �MEA CONCRETE \ AMC.iW�[D GRAN ) ..r.uim:: l ,L'3 c�yy��{ '+IPLEI;� Tµ C 4,�.�&,�C[31GN II C,4 ?F �+ A 1 0 M�An w•�ERALL PENFMCNG3 CLEAARRAANE TIP �iH�l = ■. \�J 004 B F� 1 _ _.� E:,, m SECTION A —A NWINING / [AS,ING Rn Vc`, PDxr —x B LID BASIN 2 WEIR PFRSPFCTIVF 'me,x �� M a Al 3 B 3((_��r YC OLE SECTION A —q NOlE5 wWER SHALL BE COOT CLASS A OR ] CAST SECTION R,ft PLAN OF TYPE 13 INLET a Dun MAY BE as Di PLACE PREENS, AND cMravwG ,O Asn c in vH°ruF yk`" B[ 3 � \ SPILL Euv ]3 `" b' 'R eCOMM ' Y Mg Cr, Am Gut ROO r nem Am W ONCE CMCRETC WALLS LOEB 1 ALI WAILS AND BAY SHALL BE KW.. A. s,ull NM . r MNwYM CLEARANCE ' ALL S SHA AND PROWDED . I1 NM S FRAYS SHALL BE WAY SNAIL CE DESLNSO 10 wMSIONO M ]0 S YE PUN MINUDETAILS MATERIAL IS FOR AI T AND D STEPS SHBITUMINOUSINO YIx BECONSTRUCTEDAS PER TYPE SHALL BE CILSYr6E0 3/4 PM LAS D e DC EACH WAY RGxFWCNO BARS WAIL B. DUD.° Al 199 HEIGHT EXCEEDS 3 D AND SHALL BE IN ACCWOANCE PM GRATES OR DUCTILE CAST IRON CONFORM. TO COOT BG OA WA D FRAMES LOADING PP TO E OF ME E ¢ Or PLASTIC STEP OVAL GRATING FRAME [MW[TC NAY 0[ DEPRESSED 13 INLET DETAIL 9NIS Y V a \ �. \ ro !1 ",(\ \� \o \\Ins y 4 O t Y•Y\E. ] u L RCMrM[CO COxCYh E]POYD 1rPSHDGRAtC fWLI M IEDITOI DYCENT r\\\\\ vim.. Ave r P TIP Mi 2910 Deer CORM P]mu1 nPA LID BASIN 3 WEIR PERSPECTIVE TRAPEZOIDAL WEIR DETAIL fIA RUM DI] [MI Ax, OC x,s 9 PVC PPE Al FaCm•Ncov3] pMIA ROM ' [YR BBOX .___— , . ��� PLACED AT SLOPE • i,RE '. ill\I;e" @JlJtlll,r '"'•`•P-i' . .... ., .. }, 11/1 S.M. M PLANS R r _ __ o 00 o 0o R Ewe M OUT. S / 3/4 J/A ` _ ^ rox. IN COMIC .�j�. r"BDM SHo<s / COO.. I��' j�� amB 9EYONDnx (YE PLAN __ caTono1DJI 3, IRON COVER W NA : *AfIgWp"xn°cDv[°RscINA'E K °Ron,. IA ... MANSIONcoxc ^�fe�'.a ' 1. j } Ve• �•• ] TI AN NF$ AXeu � REFERENCE P0IINT GUTTER M J �u\ vAI r I A 0 YOUASTW MAT MR APPROVED As BEUO EaAL)AANCHOR INTO SOIL COVER LMC COLLAR ^_ J1B'O'tiKS�AE1wr - -III PER MANUFACTURERS S NSTRUCIIMS 6 GASDOSrGf` 7Vi T AR r [We. GUTTER E 0 PR DEPRESSEDl] Mal `TRW PP[ 1 WMLA TYPE 13 ,' \4''.'S'�/S WAFT Of PVCPLAN PPE 1] � ` • • W M, 1PM Hd SNR [ 4W1T [IMPACTED CASTPOM ] H D r HMI] '; b - NSOC d PP[ I YDA DE 1 ClRFRAME AND COVER DATE "• RAxl SPECIFIED SECTION A- MIRROR LINE FOR q �� THREADED ADAPTOR AND CAP A BELOW BO„M CE (OVER x oRscRinlM EOM I2.7016 PROD[C2D R p 0ID Y@r own _ a RCP INVERT CB RCP DOUBLE CLCANMr SAYE 2 3 Fop For 03O.1n oLPRE5Sm R ]D Lac °`° AND uIR.[ Ix Mwl SLOP To OUTLET n 0 - RoE�aii TALL ARIAS) YMafTW MAT IOU STORM DRAIN CONNECTION W/ APPROVED [OVAL) LENGTH PER 0 o P °•°o w[ PLUGINn D[sRi wx DATE OP[ TO ERSPLANINSTALL PER NAx.ACNAFRs wsiRYNOxs u CONCRETE SPILL PAN 1� OEVISIONS LL, CONCRETE ENCASEMENT DETAIL() NIS I m W CURB CONCRETE CRADLE LE ,O • i •••}�7•.' J B C Y 6 CI RA COAPACTED W" WAR GRADING & DRAINAGE DETAILS a _- TOLL TRENW PLR RIMING �a<E Mr TRIPLE "' 5,/, STORM CLEANOUT DETAI 3 /2 WOES, YF RAH n aOMuxE v ER NIS SEAL Ens NOTES. IOU 6 CURB STRUCTURES SHALL ALSO wall. Y 0 CURS a CUTTER TRANSITION SECTION Al CURB BOX xc oA SO 50 - �� i ♦ A T City of Fort Collins Colorado (A. END OF NUT PLUS SIDEWALK SECTIONS DRBRE MI EDI..1 STRUCTURE' MrN/1WWYM1`NW YCIIOM PDP LI.Tn=lr :FAA- ::= �1•MIHP�S�� UTILITY PLAN APPROVAL 1 S i PPE[SMAI BE POURED YWNIHIC NTH BAY ( ) ,0 BE YT FLUSH MTH INSIDE FACE OF INLET WALL PEA GRAVEL APPROVED 4. UNLESS OMERnY SPEC,. ON ME DRAWINGS OR OTHER. APPROVED ALL x 13 COMBINATION NUTS SHALL BE CONSTRUCTED "MI AN ADJUSTAME n CURB BOX 0001 CLASS C Ft. MA,EMUL WIPES YE TABLE DEPRESS CURB MAD oV .w a CHECKED BY S STD INUT DEPMS AND PPE . ARE NOTED M n6 IOU.0.0 TABLE ¢1MTIM5 F. MEY Mw SaIOEY[N15 SHALL B[ SUMMATED MM APPROPRIATE HYDRAULIC 6 YDIIED PPE] ,0 ROWY AS SIMx 6D RAIL W 8 STEPS SHALL BC CONSTRUCTED AS PER RAM STEP DETAIL [IMUM 3 3 LONG TAXI ruYC LP a M..N.V W OMER aECKED BYANALYS5 >ra Du CHECKED BY wDrScrx. "y^"R AYE PONT E 10 B[ AT ROMINE AT NOPOIN, Of PIM mNGRA ELEVATIONS NC RONNE CN PLANS REFER TO MC PRO.cIED 110100. ] 3/e IN ] T.DOI. SIDE 1�L3�E AND SLOPE PPE AS NOTED W BANS EI N FVATIO P.r n� u CHECKED My q n y�N AND MANSIIICOI FU MINE Al OPENING AND ADJACENT 10 CURB AND GUTTER ASESIMN Of TWO INLET FRAMES 4I/' .Kwa BY DRAWING NUMBER COMBINATION INLET DETAIL ® BIORETENTION DETAIL OCHECKED x,s CURB CUT DETAIL ® NTS NC.TIBN x : a EDK oD„ �.� M D CD1 1 CENTER OF D. MULTIPLE INLETS Nord I u,'.: m:1r' a coplan I macht I .f,: am. RATIO B B CUTLET =VARY TABLE ° ■ ... n.. m. a.. ....a.. DRIET NM em . 1 ieaivw m. wn tmcimo dirun ia`.Aa`pun nrm . �t m 1 r,,„,------.1:- In. u'�c.�tlP� IV IM ER M rmnau,rt ra.,voe nrsu rtrt. m vn .. . IT M0., ° a ° I . �.wr-�� . ..0A4 nv2 .R.MX .. ,n, ».,�maPLPMM a.......ma.O \ mm. rc va.v.. A L_0011 nw A 3-- e.,r ___'B ' OCRISULTANT 1111Gr1 �� �i `JtJtlll ✓�, ✓lc EA 4 I j ✓l 1/ G 0✓ ,\\!r GEC / ♦GGG G /i �j / / ra. A I EIM A I �...... Y .. n. .6 ° ue.nr. a..acoc M. �.^ mY ,o. n ... u” C. B `/r1\✓l .n/.✓.✓../. \J� m`n�.um ` w`B ✓���I�GN!'� ! -�' ..n. ,.0 MO. .el.mr ro,..m. i 9p�j ♦ SEcnoNA-A Al io'4.4 66 SE. PEEN n rA a 6 NUL ream �' IT .n�..i.m 5 PROJECT o aAEROSPACE ✓!�/l\\/ kv ..o.. 0.... fAkk\r/ ;NON wu.uu ENGINEERING SCIENCES BUILDING NORTH WING ADDITION MS DISCOVERY DRIVE CO X. B, ♦!\�, 4 �}V_�'��'�}�{��1'�III r,',Is\\!/. 9 euR.� --�--- - 1 FRP n 04611 660. \.p.v MI ..eaaan.. /l\\/lN. .W. ---, _ XRE � �,4'-. ss ..a pl I ' �/l _ %`�/!�/ - - � o„� • _� .. ,. !\\/l\✓� r "I r I. YE 016. PLUS RR 0 Ma. 616 us K .LL l . al [ii _.���r.i r..Mn WE tiBOULDER / t !\ �!p✓!\� ' 44 / / 4' / l l�yy���-'c '�\1�\` \ ,\\✓!�\/\\/�/�\/\\\//\�G\\✓1�:�\�\��\G\\✓l\\��\!i�\\?\�?\�\�G\� ° /✓i // // V\ /N 4 .(\111` /G G ♦G / k4\ Q1\� 1�\\11 10� / ' G♦iG '✓�c !. �. \�! C � �G ."\\4 �� :'L���� \"\�1I /�/\�\ vcnox A -e !�O/\ RAIN GARDEN OUTLET STRUGNRE ' J'v.•�.vy'v.vMAIER B acnoN B -a DETAI UNIVERSITY OF U COLORADO AT BOULDER BOULDER C0603 ✓/�i ,St i /.rte'/�/./ ✓ \! \\i�\�/I\rG� ` C`C!� \. n. r.✓./:%�✓�� //\�l\\✓"\/1 ✓. °/ // r/\%r��/i�✓i\%G�✓ m.rORIEED ET �i "/� �r0/ • s[cnoN G1�//l. B -e '1�', 4/4/44 "Biarctention T-3 C.10010 x ,I RAIN GARDEN INFLOW HEADWALL DETAIL •'• el ISSUE .W PI �YwI�I�I Tm a, al .,n.. .°a u.. N.. 1.6 war-"-. ° Ell... —ST ISS ISl : aw ''f;.1.7.1tr."".` awn 660 hyl Oa 1006.6 III Pluel ♦ rPr�GG ran — ma Ionm...a IR „w, — -T... rs ta awn .. - � oft -R WEIR (AT BROCE MC CUTFALL PAM. .alEcI - .a n. ium.E., . . .,,.--=—....._. 0016141.63 LITWIN 1 IR uwl .0 rau 64 nnii OPEN 611N g 060,0 DIIFCD BIpiFTFNRCN TAM B -L a ,...) vwwm imnre x..n,.W RAN CARDEN RLRQN w na. 9RPM BIDTN MIEN WAIT[0.013 PROJECT. 281 Be 001110 ..•.. O., f�,ic MOO �ururvuw ° tr o. , J / j T L=,,N� taln 'i..., 666 IRY C I ,�� M//, ` 4.I Kai ......�u..� AMC.r� .mo.0 r APPROVEDRAT R i . ,v.�[a.u. nuuanv..ca4.o MCI •...�.a•ytI Y 00 , IM �•1� 6MEEETTi ECKED n. '! a'"� �A ..n DRAINAGE DETAILS IAA1:ear°'SLnxne?NoI....�.Y.�,,.......N.na.. a. a MO �n-'� `� no.n W..= a,..4 .. a...rt .. =",41a.a..... Via. C S4\CS' r.""'".a"`u'°Y'''' oCatya.... 11,.. .......v_. MIL .1.......... r WY= ,. . r 11f, .r....a.... ,.._ .«..a,_....... ATM fl. Inn . B(F (RIP R� AP WIFAI I PADI A' "AN A WW1 u...no o,.....n .n rmauou MOO OM Wan BICRD VITION TABU B-2 RAN GARDEN WEIR DETAIL ©, ILDERDRAIN DFTAIL (NON -RAIN GARDEN) GENERAL RAIN GARDEN DETAILS CD -101 515 PILL 4.911lAV zatifaci .. WO, MT NC Ilu', 4601 CL19 Oa 10 [u¢ mav Iat . ut ci4 : !MI •x 4vi� rml wDl r mwvumatq=k= IfV411 Mt ul0• nplrm Nme • SORB 55.5 .x •/ 0910119190 11011511.11-6,191 CUM, 1190111 ccurrmax— ¢ 1tsuil •.0 Iaul llo.11f.�w�an l w.rtyimt�".w.5/1M. 191.15.196J1 RNN CARDEN Al SECIIQEI rrfLA .11 co MI III SITX to 1910102. GAR TO 190G/99 111) M111101 [¢�. m�tnn Vela qu.. ory ..ul mam% .n ?u. 5599I IC. .jr GARDEN A4 srnQE 0561311.911.1111610115955/ r[ w o l[.[wy.vR "nut .. [ Renal ia¢v. 4R ..t 519115O 5.69 o 5559, Lamy Om 5og. poo .1.1 Owl LIMO 15 XIORin II PIO PO maa.Fl,ae: IavMl ISOM 460" IS) v0. PEI fr.:114Vallt pen Ro-igt l Iv v [wu.tn 11 lu an x.l ¢Ima4 matt r. 01. MI ono MCP I MI IC ..¢mavma>m.ur 7110 Itpl "x NC Iraq W LTG 511611.1119 Y1 .v1 • 101 41150.119. .1.112 =WU u•OPLX we 1¢ Iv0—"inlu wt e RAIN GARDEN A9 SEDUM. 1oq AY.K w��0yae e RAN GARDEN SEC710N DEfAl5O rm• [o AM, MRS Sg1t4 .1519 MG LI ROG XI . nett 5,01"'.150 r 91 vvn WI DA 15.•:91%11=75.11"i1,51mil DA Of. MI 1� unq Iv u¢m�oll)vua :1711141.14 510 513.9011 OM. O&M Mu Re MO 104150 5455 FL ON 140 0111111.10 �fdYM\1. WAWA 1111 u[./0. ==:21,11,71, nut ...I MVP. " . FI RAIN CARDEN All SECTOR PLOP LIM F.141,5:111.114 9.45,11 Ms..0 ILO .-I mg GT Ismo APO "cll-MVALAL WI OM. [Nm*1a v. vlo'u117.97 GAD! GARDEN Al] SFCRGN Iml 9.0111.9 1.9 74 51190 Ram y NI uI I10111111 GM LX5 nir"mt ma '"'" .I 41696 54=901‘*VIE"Ir 51.10 01 WM lei OLIO WOO 59111,1.0.19055115. UTZ MAwq RAN CARDEN Al6 DECREE KEY MAP hard I coplan I macht ►sg'e RAT I O oamsuLTAKr II1O/AN PROJECT CU PROJECT • CP201290 AEROSPACE ENGINEERING SCIENCES BUILDING NORTH WING ADDITION tri mmlpmE UNIVERSITY OF COLORADO AT BOULDER RECENT 011.1E BON0. 0380304 CONFORMED SET ISSUE I 0S00.0017 .lov w.' 0.40 111113E.3151.1 01 DRAWING INFORM/41CM PROJECT NO CIPAPP1 151. CTIECXED BY APPROVER ST SHEETTIRE 2816a IWIFIONNILDE CFG DRAINAGE DETAILS CD -102 New Contract Request Entity Information Entity Name* JVA INC Entity ID* 000033775 Contract Name * PSA FOR PUBLIC WORKS MASTER DRAINAGE. PLAN PROJECT Contract Status CTB REVIEW El New Entity? Contract ID 3920 Contract Lead* ERELFORD Contract Lead Email erelford@co tweld.co.us Parent Contract ID Requires Board Approval YES Department Project # Contract Description* P1'd IS HIRING JVA, INC. TO PERFORM A MASTER DRAINAGE PLAN FOR PW AND THE FUEL SITE TO BE COMPLETED BY OCTOBER OF 2020. Contract Description 2 Contract Type* AGREEMENT Amount * $106964.00 Renewable* NO Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email C rw- Public\/orks@weldgov corn Department Head Email CM -Public' iVorks- DeptHead@v.eidgov corn County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYA 1 t ORNEY@WELD GOV.COM If this is a renewal enter previous Contract ID if this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Date * O7/20/2020 Due Date 07/1612020 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* 82000102 Note: the Previous Contract Nsxnber and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Review Date'x 07.116/2021 Committed Delivery Date Renewal Date Expiration Date* 10/1222020 Contact Information Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head ELIZABETH RELFORD OH Approved Date 07'20;2020 Final Approval BOCC Approved BOCC Signed. Date BOCC Agenda Date 07+22/2020 Originator ERELFORD Contact Type Contact Email Finance Approver BARB CONNOLLY Contact Phone 1 Contact Phone 2 Purchasing Approved Date 07/21/2020 Finance Approved Date 07/20/2020 Tyler Ref AG 072220 Legal Counsel BOB CHOATE Legal Counsel Approved Date 07120i2020 PUBLIC WORKS DEPARTMENT 1111 H STREET, P.O. BOX 758 GREELEY, COLORADO 80632 WEBSITE: www.weldgov.com PHONE: (970) 304-6496 FAX: (970) 304-6497 July 9, 2020 To: Board of County Commissioners From: Lyndsay Holbrook Subject: PW Master Drainage Plan; B2000102 An RFP for the development of a Master Drainage Plan for the Public Works Facility and Fuel Station was advertised on June 5th. Four engineering proposals were received on June 26`h ranging from $105, 964 to $363,720. The low bid was JVA Consulting Engineers in the amount of $105,964. Public Works is recommending award to JVA Consulting Engineers for $105,964. The anticipated completion date for this project is October 12, 2020. If you have any questions, please contact me at extension 3788. Sincerely, Lyndsay Holbrook MS4 Administrator o7A 3 WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters(c�weldgov.com E-mail: reverettweldgov.com E-mail: rturf(c�weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: JUNE 26, 2020 REQUEST FOR: MASTER DRAINAGE PLAN DEPARTMENT: PUBLIC WORKS BID NO: #B2000102 PRESENT DATE: JUNE 29, 2020 APPROVAL DATE: JULY 13, 2020 VENDOR TOTAL JVA INCORPORATED 1319 SPRUCE STREET BOULDER CO 80302 APEX COMPANIES LLC 209 MAIN ST, UNIT A MEAD CO 80542 JR ENGINEERING 7200 SOUTH ALTON WAY, SUITE C400 CENTENNIAL CO 80112 ATKINS NORTH AMERICA 7604 TECHNOLOGY WAY, SUITE 400 DENVER CO 80237 THE DEPARTMENT OF PUBLIC WORKS IS REVIEWING THE BIDS. $105,964.00 $138,483.00 $191, 085.00 $363,720.00 2020-1922 O6/zEoOre Hello