Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20201077.tiff
3621 MEMORANDUM Date: April 27, 2020 To: Esther Gesick, CTB From: Clay Kimmi, Project Manager, Public Works RE: OnBase Contract ID #3621 — Design Services for CR 47 & Hwy 392 Signalization Project, B2000101 Please place the attached agreement on the BOCC Consent Agenda. The BOCC approved the award of this contract to Drexel, Barrell and Co. on April 27, 2020. The Consultant has signed the contract and has provided the required insurance listing Weld County as an additional insured party. I will plan on attending the BOCC hearing to answer any questions the BOCC may have regarding this contract. c artse." osbi-V° age -o -e -(at)) ?-09-0- 10 77 E&0078 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY AND DREXEL, BARRELL & CO. FOR CR 47 & HIGHWAY 392 SIGN ALIZATIONpROJECT 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 nd through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Drexel, Barrell and Co., a corporation, whose address is 1800 38th Street, Boulder, CO 80301, hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below; NOW, 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 B2000101. The RFP contains 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 1 otvc -/077 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 $124,055.00, which is the cost set forth in Exhibit B. Contract Professional acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the sum of the cost amount set forth in Exhibit B. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. Bid quantities shall be carefully checked by the Contract Professional and quantity calculations shall be submitted for County review. If the County experiences additional costs during construction which are directly associated with errors and omissions (Consultant negligence) resulting in change orders requiring approval by the Board of County Commissioners and/or costs greater than the original bid unit costs, the Consultant will be financially liable for such increased costs. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional shall 2 forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. Mileage may be reimbursed if the provisions of Exhibit B permit such payment at the rate set forth in Exhibit B. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contract Professional, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities about workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law and provide proof thereof when requested to do so by County. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the reputation and expertise of Contract Professional. Contract Professional shall not enter into any subcontractor agreements for the completion of this project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project. Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the 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 3 word, "CONFIDENTIAL." However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., about public records, and cannot guarantee the confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contract Professional agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contract Professional shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contract Professional, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 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 4 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 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 5 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. 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 6 (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: Drexel, BarrelI & Co. Attn.: Mike Middleton, P.E. Address: 1800 38th St Address: Boulder, CO 80301 E-mail: mike@drexelbarrell.com Phone: 970-351-0645 County: Name: Clay Kimmi, P.E. Position: Senior Engineer Address: 1111 H Street Address: Greeley, CO 80632 E-mail: ckimmiaco.weld.co.us Phone: 970-400-3741 Don Dunker, P.E. County Engineer 1111 H Street Greeley, CO 80632 ddunker c(�.weldaov.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. 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. 7 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E - Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5- 102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an 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 8 pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5- 101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 29. Compliance with Davis -Bacon Wage Rates. N/A 30. Attorney Fees/Legal Costs. In the event of a dispute between County and Contract Professional, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 31. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 32. Compliance with Colorado Department of Transportation Regulations and Standards: Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and Contract Professional agrees to meet or exceed all standards set by these publications. Contract Professional further acknowledger and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all the Contract Amount. Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. aN NESS WHEREOF, the parties hereto have signed this Agreement this day of 2020. CONTRACPROFESSIONAL: fligrtady .yrvvl fly Mtke Middleton ON: cn=Mlke Midtlleton, ¢Oreael, madmikepdrerelturrelLcem,• .=U5 By: Drexel, Barrell & Co. Name: Michael D. Middleton, P.E. President Title: Date: WELD COUI�L• ATTEST: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair 9 MAY 0 4 2020 ,t o-/077 st for Proposals #B200 101 a:a9lN3s ER I E E I CR 7 & HWY 392 SIGNALIZATIO PROJECT NOTO THE CORONAVIR 'S PAN? EMI 9 ALL C U TY BUILDINGS ARE L t SF TO THE PUBLIC. X!t R F . °R E9 ANDATORY PRE -PROPOSAL MEETING WILL BE HELD WA A SKYPE ECONFERENCECA L L AT 1:30 PM MA C 26, 29 F.ITW&E NUMBER: (720M39526Ti C NFERFNCFi 773 I. Purpose The Weld County Public Works Department is seeking proposals from qualified vendors for Engineering Services related to the design of a traffic signal at the intersection of WCR 47 and State Highway 392. This RFP request is combining the RFQ and RFP items so it is critical to provide qualification information in the proposal. The project design shall address all items needed to implement the traffic signal installation including but not limited to the design of traffic signal masts on all four legs of the intersection, subsurface utility engineering, geotechnical investigations, drainage, traffic control, permits, and related items. The construction phase of the project will be partially funded by a CDOT grant. CDOT has completed a warrant analysis of the intersection and has determined that a traffic signal is warranted. The project must meet CDOT and Weld County design criteria. The project area is shown on the attached vicinity map. The warrant analysis is attached. The intersection of WCR 47 & State Highway 392 was constructed in 2017. The intersection is Portland Cement Concrete Pavement (PCCP) with Hot Mix Asphalt (HMA) approaches on Hwy 392 and PCCP approaches on WCR 47. The east -west portion of the intersection is on Hwy 392 and consists of a 16 -foot left turn lane (12 ft lane with 4 ft striped median), a 12 -foot travel lane, a 12 -foot auxiliary lane, and a 4 -foot shoulder in each direction. The north -south portion of the intersection is on WCR 47 and consists of a 16 - foot (12 ft lane with 4 ft striped median) left turn lane, two 12 -foot travel lanes, a 12 -foot auxiliary lane, a 4 - foot paved shoulder, and a 2 -foot gravel shoulder in each direction. Each leg of the intersection has a free right turn. It is anticipated the traffic signals will be placed in the existing islands. The intersection has a no cut policy in place on the concrete portions of the road. The no cut policy includes test holes through the concrete. Test holes shall be done off of the edges of the concrete roadway or in the islands. The design shall assume the placement of all electrical conduit and wiring will be done through boring under the roadway. All bores shall be perpendicular to the respective roadway. No diagonal bores will be allowed. 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 in Item Ill. 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 Exhibit A must be included in the cost proposal. Proposals which do not follow the format provided in Exhibit A will not be reviewed and will not be scored. II. General Project Description Weld County is planning to reconstruct the WCR 47 and Hwy 392 traffic signal utilizing design services provided by engineering consultants and construction services provided by a general contractor. The total program estimate is $600,000. III. Scope of Services The services will consist of detailed traffic signal design generally consisting of but not limited to: A. Traffic signal design generally consisting of overall plan preparation (60%, 95%, and Ready for Construction (RFC)); B. Surveying for all aspects of design, ROW (if temporary construction easements are required), subsurface utility engineering, irrigation, as -built drawings, etc. The Consultant shall be responsible for obtaining Right to Enter forms from all affected property owners for surveying, geotechnical testing, and SUE purposes; C. Geotechnical evaluations; D. Subsurface utility engineering (SUE) report to a minimum Quality Level (QL) A for all existing utilities, water lines, oil and gas facilities, and agricultural irrigation facilities. The SUE shall include videotaping of all culvert and irrigation crossings of the roadway and accesses as well as videotaping of irrigation pipelines located adjacent to the existing and proposed ROW; E. Report preparation including structure selection report if applicable, geotechnical report, and drainage report; F. CDOT style Right-of-way plans including title work (if required); G. Specification preparation; H. Coordination with property owners; 0. Attending public meetings to give presentations during the design and ROW acquisition phases; �. Shop drawing review; and K. Responding to Contractor request for information (RFI) inquiries. IV. Prject Requirements A. General Requirements 1. When performing field investigations, the Consultant shall provide reasonable provisions for Weld County representatives to observe the Consultant's and/or sub -consultant's work in progress. 2. Weld County will provide CAD files (in the County's current CAD version) and available survey to the Consultant upon award of the Contract. 3. The Consultant shall provide a full range of engineering services and accept project management responsibility at all levels. The submitted cost and work hours shall be based on the work items described herein. The cost and work shall include a line item of Other Professional Services (OPS) in the amount of S15,000. 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. 4. All AutoCAD (Civil 3D) files shall follow the standards outlined in the latest edition of the CDOT CADD Manual or as approved by Weld 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 Consultant shall provide all necessary surveying needed for the project. 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, utility locations, and all physical data, and generating plans, profiles, and cross sections. 7. The Consultant shall be responsible for obtaining Right -to -Enter permission for locations outside of the County or CDOT ROW. 8. The Consultant and sub -consultants shall obtain a ROW Permit from Weld County and CDOT when performing all field investigations and fieldwork. There will be no charge for the Weld County permit. The Consultant and/or sub -consultant shall provide traffic control plans, certificates of insurance, and the ROW permit application for review and issuance. The cost of all traffic control (including permitting) shall be included in the cost of the project. All traffic control is subject to the County's and C®OT's acceptance prior to the commencement of the work. 9. The Consultant shall prepare and submit a Geotechnical Report and provide recommendations for pole foundations. The Consultant shall be responsible for determining the test hole locations, collection of soil samples, and testing of soil samples in accordance with project needs. A final Geotechnical Report shall be submitted with the FIR/FIR design. 10. The Consultant shall prepare a hydraulic drainage report per Weld County drainage design standards to address any drainage modifications that may be required as a result of the traffic signal installation. A final Drainage Report shall be submitted with the FIR/FOR design. 11. The Consultant shal provide monthly invoices including detailed written monthly progress reports for the project duration. The monthly progress reports shall consist of: 2 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. Subsurface Utility Engineering (SUE) 1. The Consultant shall be responsible for providing 811 notification and contacting all existing utility, oil and gas, and agricultural irrigation facility owners. 2. The Consultant shall be responsible for locating, all existing utilities, oil and gas facilities, and agricultural irrigation facilities within the proposed project area. The location of said facilities shall be shown on the plans. Identification shall include the survey of aboveground and buried facilities. The Consultant shall review all data with the respective facility owners. 3. The SUE report shall include structure data sheets for each structure located in the field, pole data sheets for pole mounted facilities, and test hole data sheets. The report and data sheets shall be submitted to the County for review and acceptance. 4. A Utility Conflict Matrix shall be submitted for review and acceptance in the event there are any aboveground or buried facilities which are in conflict with the project. 5. AutoCAD Civil 3D (version currently used by Weld County) files showing linework for all subsurface facilities and test holes within the project area shall be provided by the Consultant. The CAD drawings shall follow the standards outlined in the latest edition of the CDOT CADD Manual or as approved by Weld County. 6. A plan set (scale: 1 inch = 50 feet) showing the utilities, oil & gas facilities, and agricultural irrigation facilities both horizontally and vertically and in relation to the proposed improvements shall be provided. Manholes with rim and invert elevations (ins and outs), water/irrigation appurtenances including air vacs, PRV vaults, vents, meter pits, curb stops, hydrants, etc., sewer appurtenances including lift stations, drop manholes, vents, force mains, etc., dry utility appurtenances including vaults, pull boxes, manholes, hand holds, drop down transformers, poles, pedestals, other providers attached to all overhead utilities, pig stations, etc. shall be shown. Unknown utilities encountered during the investigation including all appurtenances shall be included in the plan set. The owner of each facility shall be identified on the plan set. A contact list shall be provided in the plan set. 7. Each page of the plan set shall include a sheet border, title block, north arrow, Call 811 image, scale, legend, match lines, centerline stationing, road name labels, structure labels (bridges, culverts, walls, etc.), existing and proposed rights -of -ways, test hole locations, and applicable notes. Additionally, the title of the plan subset shall be labeled as Subsurface Utility Engineering Plans and shall include the sheet number of the overall plan set and subset. 8. For design purposes, the Consultant shall include a minimum of 20 test holes for the Quality Level A portion of the design phase. Test hole costs shall be based on unit costs for each hole. Test hole costs based on hourly rates will not be accepted. Failure to include unit costs for each test hole may result in the proposal being rejected by the County. 9. The Consultant shall provide the location of the control points, location of the benchmark, and the scale factors used in their drawings. The data shall be in the modified State Plane Coordinate System and shall be on the NAVD-88 vertical datum. 10. A plan sheet(s) shall be included for test hole logs including a spreadsheet table summarizing the data outlined below for each test hole. 11. The Consultant shall locate and show on the utility plan sheets, all existing utilities including but not limited to oil and gas facilities, public utilities, water lines, and agricultural irrigation facilities. All aboveground and buried facilities shall be located to a minimum Quality Level A (QL A). NOTE: Weld County's requirements are more stringent than Senate Bill (S.B.) 18-167 and ASCE 83- 02. In the event of a conflict between Weld County's requirements, S.B.18-167, and ASCE 83- 02, the most stringent requirements shall take precedence. Weld County in its sole discretion shall determine which requirement is most stringent. 12. Quality Level A Requirements a. Quality Level A (QL A) is the use of nondestructive techniques to provide precise plan and profile mapping of underground utilities through nondestructive exposure. It shall also include the type, size, condition, material, and other characteristics of the underground feature. • Weld County recognizes that a QL A SUE cannot be achieved for the entire length of every underground facility within the project area. • At a minimum, the intent is to achieve QL A information at all conflict locations. The underground facility between multiple test holes will likely be a QL B. 3 ® The lower quality level shall be determined other available information including best professional judgement as outlined below. ® Prior to a lower quality level being designated, the County shall be notified of the reasons for use of the lower quality level. b. Tasks associated with Quality Level A include but are not limited to: All tasks associated with QL B. There is no prescribed order in which QL A and B tasks must be performed. c. Selection of Test Locations a Obtain data where the precise horizontal and vertical location of utilities, obtained by exposure and survey of the utility at specific points, is needed for conflict assessment /resolution purposes. ® The Consultant shall recommend test locations based on the requirements of the project and on existing subsurface utility information. e The Consultant shall provide the proposed test hole locations on a plan set for review and acceptance by the County. • Test hole locations shall be prioritized by oil and gas crossings, oil and gas running parallel to the project, underground electrical, telecommunications, water/sewer, irrigation/stormwater, and then all other utilities. d. Selection of Method ® When available, verifiable information on previously exposed and surveyed utilities (i.e. survey records during utility line construction) shall be furnished in lieu of new excavation. If utility lines must be exposed and surveyed at specified locations, the Consultant shall use minimally intrusive excavation techniques that ensure the safety of the excavation, the integrity of the utility lines to be measured. ® Excavation shall be by means of air -assisted vacuum excavation equipment. e. Compliance with Utility Notification Center Requirements The Consultant shall comply with all applicable provisions of Colorado and Weld County regulations when planning or performing excavations at test hole locations. ® Compliance actions include but are not limited to: notify owners or operators of utility facilities at least two (2) business days prior (not including the day of actual notice) to beginning excavations; call 811 for the marking of utilities; contact private utility and irrigation owners directly; coordinate with utility owner representatives as required; immediately cease excavation work and report any resultant utility line damage to owner. f. Excavation of Test Holes ® Clear the test hole 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 test hole by the method(s) and standards set forth herein. The depth of the test hole shall not exceed 10 feet. Test holes shall extend laterally 18 inches each side of the location identified by markings in the field. The test hole 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. e Store excavated material for re -use or disposal, as appropriate. ® For utilities cr:. ssing under the roadw;y, at a minimum, test holes shall be t.;ken at th... edge of the proposed ROW and at the flowline of the proposed ditch. ® For utilities running parallel r adjacent to the proposed pr •eject, test holes shall be dont at the spacing outlined in Table 1 on the next page. g. Collection, Recording, and Presentation of Data — Measure and/or record the following information on an appropriately formatted test hole data sheet that has been sealed and dated by the Consultant: ® Elevation of top and/or bottom of the utility tied to the project datum, to a vertical accuracy of +/- 0.05 feet; e Elevation of existing grade over utility at test hole; a 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; (Ai 4 Table 1: Suggested Spacing Between Test Holes for Utilities Running Parallel or Adjacent to the Proposed Project Type of Utility Maximum Test Hole Spacing Distance (ft) Oil & Gas (Gathering or Transmission) 500 Commercial Natural Gas 500 Underground Electric 200 Water 500 Fiber Optic 1,000 Telephone 1,000 Stormwater 200 Irrigation 200 Other To be determined in coordination with Weld County when identified by contractor Note: Weld County reserves the right to revise the test hole 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 -conduit 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 test hole. h. 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. i. 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 QL D, QL C, QL B, and QL A information. • Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies; As appropriate, amend the indicated quality level of depicted information. 13. Quality Level B Requirements a. Quality Level B is the use of surface geophysical techniques to determine the existence and horizontal position of underground facilities. b. Tasks associated with Quality Level B include but are not limited to: • All tasks associated with Quality Level C • There is no prescribed order in which Quality Level B and C tasks must be performed. c. Line Detection and Marking • Select and apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. • Mark the indications of utilities on the ground surface, for subsequent survey utilizing paint or other method acceptable for marking of lines. 5 ® Utilize the uniform color code of the American Public Works Association for marking of utilities. • Mark centerline of single -conduit lines, and outside edges of multi -conduit systems. Maintain horizontal accuracy of +/- 1.5 feet in the marking of lines. d. Surveys a Survey all markings that indicate the presence of a subsurface utility. • Perform surveys that have been referenced to the project survey control to a horizontal accuracy consistent with applicable survey standards. • Record depth information as may be indicated by the particular detection method used. • Survey elevation of all meters, valves, valve nuts, and other items located in underground vaults, manholes, valve boxes, meter boxes, etc. * Videotape the condition of all culverts and irrigation crossings of the roadway. The videotape shall be done with a remote vehicle equipped with high definition video and shall include an analysis with 360 degrees of rotation, notations showing footages which are recorded on screen. Operator comments of observations associated with the inspection shall be included on the video. • Videotape the condition of all culverts and irrigation adjacent to the existing and/or proposed roadway. The videotape shall be done with a remote vehicle equipped with high definition video and shall include an analysis with 360 degrees of rotation, notations showing footages which are recorded on screen. Operator comments of observations associated with the inspection shall be included on the video. e. Correlation, Interpretation, and Presentation of Data; Resolution of Discrepancies • Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. ® Prepare and update plan sheets, electronic files, and/or other documents to reflect the integration of Quality Leve B, C, and D information. ® Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. As appropriate, amend the indicated quality level of depicted information. f. The geophysical techniques include but are not limited to: ® pipe and cable locators (inductive, conductive, active, and passive modes); ® terrain conductivity; • ground penetrating radar; • ground resistivity techniques; optical methods (cameras and image recording devices); • computer driven algorithms coupled with data collection techniques; ,3. magnetic methods (gradiometrics); and elastic wave methods (resonant sonics, active sonics, and passive sonics). 14. Quality Level C Requirements a. Quality Level C is the use of surveying techniques to locate visible facilities such as manholes, pedestals, valve boxes, meter boxes, etc. and correlating it to existing utility records (Quality Level D information). b. Tasks associated with Quality Level C include but are not limited to: 6 All tasks associated with Quality Level D There is no prescribed order in which Quality Level C and D tasks must be performed. c. Identification of Surface Utility Features ® Identify surface features, from project topographic data (if available) and from field observations, that are surface appurtenances of subsurface utilities. d. Aerial or Ground -Mounted Facilities Include survey and correlation of aerial or ground -mounted utility facilities. e. Surveys Survey and check surface features of subsurface utility facilities or systems for accuracy and completeness _,. The survey shall also include (in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface utilities, furnished by utility owners for design purposes. f. Confined Space Procedures • Whenever the work requires the entry of personnel into confined spaces (including but not limited to manholes, vaults, and pipes), comply with applicable OSHA procedures and requirements. g. Correlation, Interpretation, and Presentation of Data; Resolution of Discrepancies • Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. • Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and C information. • Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. • As appropriate, amend the indicated quality level of depicted information. 15. Quality Level D Requirements a. Quality Level D is the use of existing utility records or verbal recollections to identify facility locations. b. Tasks associated with Quality Level D include but are not limited to: • Records and Information Research • Conduct appropriate investigations (e.g. records search, personal interviews, visual inspections, etc.), to help identify utility owners which may have facilities within the project limits or that may be affected by the project. • Records Collection • Collect applicable records (e.g. utility base maps, as -built drawings, drawings of record, permit records, field notes, GIS data, oral histories, etc.) on the existence and approximate location of existing involved utilities. c. Records Review • Review records for evidence or indication of additional available records, duplicate or conflicting information, and need for clarification. d. Aerial or Ground -Mounted Facilities • Include records research, identification, and depiction of aerial or ground -mounted facilities. e. Compilation and Presentation of Data • Transfer information on all involved facilities to plan sheets, exercise professional judgement to resolve conflicting information, and indicate facility type and ownership; date of depiction; quality levels; end points of data; line status (e.g. active, abandoned, out of service, etc.); line size and condition; number of jointly buried cables; and any encasement. 16. Prior to a facility being classified as a Quality Level B, C or D, the Consultant shall coordinate with Weld County and provide evidence that all of the applicable geophysical techniques have be utilized and have failed to locate the underground facility. 17. Prior to submitting the plan sheets, the Consultant shall provide internal QA/QC to verify that drafting errors are corrected. Weld County will review and comment on the plan sheets. The Consultant shall address each comment and update the plan sheets prior to submittal of the final deliverable. 18. Upon completion of the Subsurface Utility Engineering plan sheets, the consultant shall provide the County with three (3) sets of 11x17 plan sheets showing the information described above. Electronic copies (PDF and CAD drawing files) shall also be provided. 19. Each plan sheet shall be stamped, signed, and dated by a registered Professional Engineer licensed in the State of Colorado. The Professional Engineer shall be responsible for negligent errors and/or omissions in the utility data for the certified quality level. C. Combined FIR/FOR Design 1. The consultant shall be required to provide detailed design plans for all components of the project. A status set of plans will be kept available to the County for review and submittal to the appropriate agencies, utility companies, and affected property owners as needed. 2. The underground facilities shall be shown horizontally, vertically, and in relation to the proposed improvements. All Utility conflicts must be identified, and the Consultant shall provide coordination including site meetings with all affected Utility owners. 3. The location of the control points, benchmark locations, and scale factors used in the drawings shall be provided. The data shall be provided in the modified State Plane Coordinate System and shall be on the NAVD-88 vertical datum. 4. The Consultant shall provide an internal QA/QC review of the 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. NOTE: It is not sufficient to provide calculations solely produced by AutoCAD. All AutoCAD 7 quantity calculations shall be verified by detailed hand calculations. if the County experiences additional costs during construction which are directly associated with errors and missins (consultant negligence) resulting in a change order approval by the Bard *if County Csmmissioners and/or costs greater than the original bid unit costs, the Consultant shall be finAncially liable,,, for such increased costs. See Rem 6 in the attached sample cntract that will be executed upon award of the Contract. 5 The Consultant shall coordinate the identification of rights -of -ways, permanent easements, and temporary construction easements required to construct the project. The work will require the preparation of right-of-way/easement exhibits and plans for the project. 6. The Consultant shall provide the County with five (5) 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). 7. The Consultant shall prepare an agenda, attend the combined FIR/FOR meeting, and provide support information for the meeting. Meeting minutes shall be prepared by the Consultant. 8. The Consultant shall prepare project special provisions and current CDOT standard special provisions. 9. The Consultant shall submit the final ROW Plans (as applicable). 10. The plan set for the FIR/FOR design level 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) Quantity Tabulations f) Survey Tabulations g) Survey Control h) Demolition/Removal Plans i) SUE Plans for Existing Utilities, Oil & Gas, and Irrigation j) Utility Plans — Proposed Relocation (as applicable) k) Right of Way Plans (as applicable) I) Traffic Signal Plan m) Drainage/Irrigation Ditch Plan and Profile (as applicable) n) Grading Plans o) SWMP — Interim Condition p) SWMP — Final Condition q) Signing and Striping Plans r) Phasing Plans (as applicable) s) Method of Handling Traffic (MHT) Plans t) Detour Plans (as applicable) u) Standard Details v) Signal Timing Plan D. Ready for Construction Plans 1. The Consultant shall provide the County with three (3) 11"x17" sets of plans and the specification package for review and comment. 2. 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. 3. The Consultant shall also provide the County with drawings (stamped and unstamped) in electronic format (pdf). The consultant shall receive comments from the County and incorporate these comments into the final set of bid documents. E. Post Design Services 1. The Consultant shall acquire the ROW, permanent easements, and temporary construction easements on behalf of the County. The work will require the preparation of right-of-way/easement exhibits and plans for the project. All ROW acquisition shall substantially follow the Real Estate Acquisition Guide for Local Public Agencies published by FHWA, the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, 42 U.S. Ch. 61 (Uniform Act), and Title 38 of the Colorado Revised Statutes (CRS). F. During Construction Services 1. The Consultant shall provide up to 40 hours of time for an engineer to attend weekly coordination meetings via conference call, perform requested site visits, review shop drawings, and answer RFIs from the Contractor. V. Project Schedule (Anticipated) The project schedule currently anticipates the following design phase milestones: TE: DUE T THE CORONA COhONAVIR S PANDEMIC9 ALL COUNTY BUIL INGS S ARE E ED TO ME PUBLIC. MciFTING WILL BE HELD MARCH26,2020. THEREFORE, THE MA �� D TO Y PREP , PO A L A SKYPE C RFNCE Cfr Qf f NUMBER. (720)43 C WERE �1 rE CE ID: 773923067# Design Phase Advertisement for RFP Pre -proposal Skype Meeting (Mandatory) • Proposals Due at Purchasing Interviews Conducted (As Needed) Design Contract Awarded Combined FIR/FOR Plans RFC Plans Completed Utility Relocation Phase Utility Relocation AT 1:30 P March 18, 2020 March 26, 2020 (1:30 P.M.) April 8, 2020 (10:00 A.M.) April 23, 2020 May 13, 2020 May 14, 2020 to November 16, 2020 November 17, 2020 to December 31, 2020 January 1, 2021 to July 1, 2021 Construction Phase (Assuming masts are ordered in advance due to 6 to 8 -month lead time) Bid CR 47/Hwy 392 Signalization Project Irrigation Relocation (if required) Construction Construction Services Completed July 1, 2021 to September 1, 2021 October 15, 2021 to December 31, 2021 January 1, 2022 to March 31, 2022 April 1, 2022 Via Instructins to Consultants A. Submittal Requirements 1. 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. 2. Qualifications of your firm and staff proposed to perform the work on this project. 3. A list of similar projects completed in the last five years. 4. A list of critical issues that the consultant considers to be of importance for the project. 5. Provide ideas or suggestions on how your firm can meet the proposed schedule. 6. 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 (FIR/FOR, post design, during construction, and post construction). See Attachment A for cost and work hours format. 7. 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. 8. A sample plan and profile sheet(s) of a similar project should be included in each submittal. Examples shall be 11"x17". 9. 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. Ch rages to the Standard Contract Agreement after the selection of the Consultant will not be done. 10. Limit the total length of your proposal to a maximum of 15 pages. The County will not review or score proposals that are longer than 15 pages in length. The front and back cover do not count as 9 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. 11. Submit a total of five copies of your proposal, and one electronic copy (PDF) on a thumb drive. Proposals must be delivered to the Weld County Purchasing Department, P.O. Box 758, 1150 "O" Ste, Greeley, CO 80632. Weld County reserves the right to reject any and/or all proposals, to further negotiate with the successful consultant and to waive informalities and minor irregularities in proposals received, and to accept any portion of the proposal if deemed to be in the best interest of Weld County to do so. The total cost of preparation and submission shall be borne by the consultant. All information submitted in response to this request for proposal is public after the Notice of Award has been issued. The consultant should not include as part of the proposal any information which they believe to be a trade secret or other privileged or confidential data. If the consultant wishes to include such material, then the material should be supplied under separate cover and identified as confidential. Entire proposals marked confidential will not be honored. Weld County will endeavor to keep that information confidential, separate and apart from the proposal subject to the provisions of the Colorado Open Records Act or order of court. B. Contacts Questions related to the submittal requirements and procedures should be directed to: Clay Kimmi, P.E. - Senior Engineer 970-400-3741, ckimmi@co.weid.co.us ATTACHMENT A Cost Proposal Task Descriptions Task Description Classification1 Labor Subtotal (hrs)2 Subtotal ($)3, 4 Subcs-nsultants ($)5 Total ($)6 Total Task by ($)7 Project Coordination & Management Team Coordination Monthly Billing Meetings FIR/FOR, (Kickoff, Final) Monthly Progress, Subsurface Utility Engineering ® QL A Traffic Control & ROW Permit Test Holes ($/hole) - Up to 15 ft deep Field Survey Test Holes Backfill and Patch Test Holes SUE QL A Plans Subsurface D,C,&D Utility Engineering ® QL Records Review & Data Compilation Utility Locates & Markings Field Survey Locates & Markings Videotaping Crossings Culverts & Irrigation Other Geophysical Techniques FIR/FOR Design & Plans General Data Gathering Topographic Survey ROW Plans and Property Mapping Title Commitments Utility & Irrigation Coordination Geotechnical Traffic Control Investigation & ROW (including Permit) & Report Drainage Design & Report FIR/FOR Design Plan Set Quantities and Opinion of Probable Cost Protect Special Provisions Internal QA/QC Ready for Construction (RFC) Address FIR/FOR Comments RFC Plan Set Post Design Services Stake ROW & Easements ROW Acquisition During Construction Services, Pre -bid Meeting Review Shop Drawings Review Request for Information Weekly Progress Meetings Other Professional Services Other Professional Services Totals8 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, Clerical Staff, CAD Designer, GIS Tech, etc. a. For each subtask, include the estimated number of hours that each labor classification will be working on the subtask. 2. Provide the total number of hours that all labor classifications will spend working on the subtask. 3. Provide a subtotal for cost for all labor classifications that worked on the subtask. 4. A column can be added for other direct expenses (ODE). 5. Add as many subconsultant columns as needed to show which subconsultants will be on the team and how much their fee is. 6. Provide a cost for the subtask by adding the subtotal, ODE, and subconsultant columns together. 7. Provide a total cost for the major task heading by adding all of the totals for the subtasks together. 8. Provide a summation of each column in the table. 11 � r & Hwy 3 2 20O400 Feet l nazat� a..w•-a: seamy now* fde"�'• s_mu idtalltads !1X ..!+W�: P tti-Mt. •••.M r so • N m+ • . tsYwls W • . E. •....y .nb J t 'JcnR DISCAIMER: The GIS database and data in the product is subject to constant change and the accuracy and completeness cannot be and is not guaranteed. The designation of lots or parcels or land uses in the database does not imply that the lots or parcels were created or that the land uses comply with applicable State or Local Law. WELD COUNTY MAKES NO WARRANTIES OR GUARANTEES, EITHER EXPRESSED OR IMPLIED AS TO THE COMPLETENESS, ACCURACY, OR CORRECTNESS OF SUCH PRODUCT, NOR ACCEPTS ANY LIABILITY ARISING FROM ANY INCORRECT, INCOMPLETE, OR MISLEADING INFORMATION CONTAINED THEREIN. Sig al Final Report Prepared for: O of Department of Transportation Y3 Prepared by: al Project Manager: Jeff Ream, PE. PTOE Apex Design Reference No. P170269, Task Order #18 August 28, 2019 COLORADO Department of Transportation SH 392 / CR 47 Signal Warrant Analysis Table fCo ?, is Executive Summary 1 1 Introduction 2 2 Data Collection 3 2.1 Field Observations 3 2.2 Traffic Data 3 2.3 Signal Warrant Analysis 5 23.1 Warrant 1, Eight -Hour Vehicular Volume (Not Met) 5 2.3.2 Warrant 2, Four -Hour Vehicular Volume (Not Met) 7 2.3.3 Warrant 3, Peak Hour Volumes (Not Applicable) 8 2.3.4 Warrant 4, Pedestrian Volume (Not Applicable) 8 2.3.5 Warrant 5, School Crossing (Not Applicable) 9 2.3.6 Warrant 6, Coordinated Signal System (Not Applicable) 9 2.3.7 Warrant 7, Crash Experience (Not Met) 9 2.3.8 Warrant 8, Roadway Network (Met) 10 2.3.9 Warrant 9, Intersection Near a Grade Crossing (Not Applicable) 10 3 Additional Considerations 11 3.1 Sight Distance.. C C C C C C• C C • . . . . . • . . • . . . . . . . . . . . . . . . en . . C . . C• 4 Conclusions and Recommendations 12 August 28, 2019 apexdesign COLORADO Department of Transportation SH 392 / CR 47 Signal Warrant Analysis List of Figures Figure 1-1: Study Location 2 Figure 2-1: AM Peak Hour Traffic Count Diagram 4 Figure 2-2: Mid -Day Hour Traffic Count Diagram 4 Figure 2-3: PM Peak Hour Traffic Count Diagram 5 Figure 2-4: Warrant 1 Evaluation 7 Figure 2-5: Warrant 2 Evaluation 8 Figure 3-1: Sight Distance Looking West 11 List of T={ales Table E-1: Traffic Signal Warrant Summary 1 Table 2-1: Peak Hour Turning Movement Counts for SH 392 and CR 47 4 Table 2-2: Summary of Traffic Signal Warrant Evaluation 5 August 28, 2019 ii apexaesigr COLORADO Department of Transportation SH 392 / CR 47 Signal Warrant Analysis Execute ,: r ps,. S i mary This report presents the results of a signal warrant evaluation for the State Highway (SH) 392 / County Road (CR) 47 intersection. The study intersection is located approximately five miles northeast of the Town of Greeley SH 392 is the major roadway, forming the eastbound and westbound approaches, and CR 47 forms the northbound and southbound approaches. The need for intersection signalization was evaluated based on an analysis of the nine signal warrants available in the 2009 edition of the Manual on Uniform Traffic Control Devices (MUTCD), Chapter 4C, Traffic Control Signal Needs Studies. Table El indicates that five of the nine warrants are not applicable to the intersection, and that the intersection currently satisfies one of the four warrants that are applicable to the intersection. Table El: Traffic Signal Warrant Summary ,••4•_•Mr_Y. town '.Tn""—_—'wwwr,)Q?A .rty.L ..C�Af:OA4�•15AIF{C��...... T11 Ar A ..A um=aninnitneaMA._avplMm5y1r6.TYLY.V.rnocciacatouborceurAIfJb'ptnreamV1 Section 4C) Result CSt * ur_v:Yaw 'vox, _m+. va -zv_ rifeec •w.w.O. Axs..::e*rxzw ..mprunMSWAM YWArtA.m:n.,mnuwwnSennei a cxxma..:.vne.. aunxArw:.mssamxa Warrant 1, Eight -Hour Vehicular Volume Warrant 2, Four -Hour Vehicular Volume Warrant 3, Peak Hour Warrant 4, Pedestrian Volume Warrant 5, Scho• I Grossing Warrant 6, Coordinated Signal System Warrant 7, Crash Experience Warrant 8, Roadw y Network Met Warrant 9, Intersection Near a Grade Crossing Not Applicable -r..'+.....w.,r..rssnar'vwu:..nesaawmnaarrwewaae.aa+ Not Met Not Met Not Applicable Not Applicable Not Applicable Not Applicable N •rt Met Since the signal satisfies one of the MUTCD warrants, it suggests the intersection would benefit from a traffic signal. Other recommendations to implement include lowering the speed limit along SH 392 to 55 mph and trimming vegetation to maintain good sight distance in both directions. August 28, 2019 1 apexd es COLORADO I)ceipa:rtnient of `ran 5portta ti on S H 392 / CR 47 Signal Warrant Analysis 1 Introduction This report summarizes the signal warrant evaluation for the SH 392 / CR 47 intersection near Greeley. The study intersection is located approximately five miles northeast of the City of Greeley and the traffic control at the intersection is side -street stop (see Fog urt 14). The intersection has four legs, with SH 392 forming the eastbound and westbound approaches, and CR 47 forming the northbound and southbound approaches. SH 392 has slightly rolling terrain but is mostly level terrain in both directions in the vicinity of the intersection. The speed limit is 65 miles per hour (mph). CR 47 has straight, generally level terrain in both directions, with a 55 mph posted speed limit to the south. The north leg of CR 47 shifts to gravel after the intersection and noes not have a posted speed limit sign. SH 392 is identified as the major street in this study and both approaches have a left turn lane, through are, and right turn lane. CR 47 is identified as the minor street approach and both approaches have a left turn lane, a through lane, and a right turn lane. Figure 1-1: Study Location August 28, 2019 2 apexdeskin COLORADO Department of Transportation SH 392 / CR 47 Signal Warrant Analysis 2 Data Collection 2.1 Field serva i t s Field observations were conducted on Monday, August 19' 2018 during the AM peak period to observe traffic operations and evaluate the intersection's sight distances. This intersection was reconstructed in 2017/2018 to provide 12 -foot wide through and auxiliary lanes on each approach. Eastbound SH 392 now has one through lane, a 400 -foot left turn lane and a 365 -foot right turn lane, while, westbound SH 392 has one through lane, a 350 -foot left turn lane, and a 300 -foot right turn lane. The speed limit is 65 mph in each direction. Northbound CR 47 has one through lane, a 465 -foot left turn lane and a 900 -foot right turn lane, while southbound CR 47 has one through lane, a 175 -foot left turn lane and a 175 -foot right turn lane. The north leg of CR 47, the pavement terminates to gravel approximately 500 feet from the intersection. The speed limit for CR 47 is 55 mph to the south and no posted speed limit to the north. All approaches are on a level grade. Heavy truck traffic was noted on all legs of the intersection. Northbound left turning traffic had difficulty finding gaps to complete turns, difficulty accelerating up to 65 mph before westbound traffic caught up to the vehicles, and difficulty seeing around eastbound right turning vehicles for oncoming eastbound traffic. Eastbound and westbound left turning vehicles also had difficulty seeing oncoming through traffic if vehicles were present in the opposing left turn lane. Sight distance was also evaluated and is discussed in Section 3 of this report. 2.2 Traffic : rata To determine if the intersection meets warrants for signalization, turning movement counts were collected for 13 hours on August 6, 2019, beginning at 6:00 AM and ending at 7:00 PM. The AM, mid -day, and PM peak hour turning movement counts are summarized in Table 2-1, and on Fi t ure 2®1 through Figure 2-3. As the table and figures indicate, the predominant traffic movements are eastbound and westbound along SH 392 and to and from the south on CR 47. The north leg of CR 47 has low traffic volumes. Because traffic volumes are generally split evenly between the left and right turn lanes on northbound CR 47, that approach was considered to have two lanes for this evaluation. nm� August 28, 2019 3 apexdes !COLORADO Department of Transportation SH 392 / CR 47 Signal Warrant Analysis Table 2-1: Peak Hour Turning Movement Counts for SH 392 and CR 47 ..n- _ 7- E B SH 392 l I AM Peak 4We.n Wlii"C TMµ N'l/Al M id Day FA. _ 3 86 59 113 1 .•r'vL M11 . [..N.M Vn '..4UO/Y PUl69d>Wv/p{RNAY.MMC(fY\SeY. - ne\' . MM'YNINVNMYWV PM Peak 3 i 126 ; 87 108 184 Source: All Traffic Data counts collected on August 6, 2019 WB SH 392 H L T R .,... .. .„------.44.--- 3 .-..-•. �', .,�•...=.w�, 159j 13:1.1_,91,,,, 136- 0 65 13 ♦.1F 'J•GLAtWMiWM.l W._•.. ... M .\M.V. fY\IVn.V.VXTKWWIINI MAWR/Jr:II Wt\T.HW }.M. .S.,:.:hlfW.YMWVl1Vl]W'M 6? U4,.MLWVMa'..nm'ya'iiMAN'.S. Figure 2-1: APeak Hour Traffic Count Diagram 3 15 0 SH 392 N. t —o u sill- 136 61 qtr 65 13 102 NB CR 47 T 46 11 LLL.I 108, _ ..-u" 1.0 tvW6c. 102 M.M'l.Y.l2].W'.v.'R'%...'4 W../`M.. ..M'.V'•Ia N' SB CR 47 L�LT j%j%Rjja,.. -.:... -_'+L{up, ii .1.LL.vM�YFYY.iEwM.„...wsN�ff 0 15 3 ap an -watts astarW.WYY..VA..MNRnIW i 61 l 1 8 8 .SeFRY,Y<A`.MYLMY.NFHCLtI'YVAY.'AVOPWi.NtYOB.NIWINVIYMVWOM'Mllv4'M.ena *,nM, L0J6YA[.®000V1m.4.nn-v • I,... 7...L_Q_ i 22sire.A_., 10 Figure 2-2: Mid -Day Hour Traffic Count Diagram 8 8 1 i SH 392 Le? 1 -�— 113 r- 59 tIter 46 11 61 August 28, 2019 4 apexdesi �n � COLORADO Department of Transportation SH 392 / CR 47 Signal Warrant Analysis Figure 2.3: PM Peak Hour Traffic Count Diagram 10 22 0 SH 392 3--t 126 —0" 87 --4y ezt U L 4 184 �-- 108 108 10 79 Source: All Traffic Data counts collected on August 6, 2019. 2.3 Si,. ar alysis The need for intersection signalization was evaluated based on an analysis of the applicable warrants available in the 2009 edition of the Manual on Uniform Traffic Control Devices (MUTCD), Chapter 4C, Traffic Control Signal Needs Studies. Table 2-2 summarizes the results of this warrant analysis; four of the nine MUTCD warrants are applicable to the intersection and traffic conditions meet one of the four. Each warrant evaluation is discussed in greater detail below. %WA Table 2-2: Summary of Traffic Signal Warrant Evaluation rvaari W eer. Gs�nwnw;.venamhwaw.ala9 Warrant 1, Eight -Hour Vehicular Volume Yes No Warrant 2, Four -Hour Vehicular Volume Yes No Warrant 3, Peak Hour No N/A Warrant 4, Pedestrian Volume No N/A Warrant 55 Sch,Rof Crossing No N/A Warrant 65 Ci ordinated Signal System No N/A W , rra5 .t 7, crash Experienc Yes No Warrant 8, Roadway Network Yes Yes Warrant 9, Intersection Near a Grade Crossing No N/A i7h Warrant (MUTCD Section 4C) Applicable? Warrant Met? wn.rrnn.uaen.r ��rvnvrnuausuun.e.em....•.uv,w¢•a+x+mw:r.+v..+o1•o.eanmaeeuwo•, muw..rvw.• usev.oenua.a.sw+m— _wmr.....•w..: �rvv,�.,. Met?,_ (41`, 2.3.1 Warrant 1, Eight -Hour Vehicular Volume (Not Met) mun.. As stated in the MUTCD (Section 40.02), "the Minimum Vehicular Volume, Condition A, is intended for application at locations where a large volume of intersecting traffic is the principal reason to consider installing a traffic control signal." August 28, 2019 5 apexdesign COLORADO Department of Transportation SH 392 / CR 47 Signal Warrant Analysis The MUTCD (Section 4C.02) also states that "the Interruption of Continuous Traffic, Condition B, is intended for application at locations where Condition A is not satisfied and where the traffic volume on a major street is so heavy that traffic on a minor intersecting street suffers excessive delay or conflict in entering or crossing the major street." Furthermore, the MUTCD (Section 4C.02) states that "the combination of Conditions A and B is intended for application at locations where Condition A is not satisfied and Condition B is not satisfied and should be applied only after an adequate trial of other alternatives that could cause less delay and inconvenience to traffic has failed to solve the traffic problems." The 13 -hour turning movement count data was used to conduct the evaluation. The community has a population of less than 10,000 and the major street speed limit is greater than 40 mph, so the evaluation used the reduced volume thresholds for the analysis. For Condition A, the volume warrants on the major and minor streets of the intersection were met for six of the study hours. Because the minimum vehicular volumes must be satisfied for eight hours or more, Condition A was not met. For Condition B, the minimum vehicular requirements were met for zero of the study hours. Since the minimum vehicular volumes must be satisfied for at least eight hours in a day, Condition B was not met. For the combination of Conditions A and B, the minimum vehicular requirements were satisfied for four of the study hours. As such, the combination of Conditions A and B was also not met. Figure 2-4 summarizes the evaluation for Warrant 1 and concludes that the criteria for the Warrant 1 Eight -Hour Vehicular Volume was not met for the study location. August 28, 2019 6 apexdesign I Major Street Minor Street: { a COLORADO Department of Transportation Count Date: 85th Percentile Speed: Tuesday, August 6, 2019 SH 392 / CR 47 Signal Warrant Analysis 65 MPH (on the major -street) Population less than 10,000: Yes Minimum Volume Adjustment 0.7 Approach Data Major Street: Minor Street: Traffic Volumes Time of Day SH 392 _CR 47 Figure 2 Warrant I Evaluation MUTCD TRAFFIC CONTROL SIGNAL NEEDS STUDY Warrant 1 - Eight -Hour Vehicular Volume (either 1.0 or 0.7, see note 1) Approach Lanes: Approach Lanes: Mi nor Street Traffic Volumes CR 47 1 2 Northbound (VPH) Southbound (VPH) Higher Approach Major Street Traffic Volumes SH 392 Eastbound (VPH) Westbound Total (VPH) Volume 6-7AM 7-8AM S-9AM 9-10 AM 10- 11 AM 11 Aryl- Noon _ Noon _1 PM 1-2PM 2-3PM 3-4PM 4-5 PM 5-6PIA 6-7 PM 180 151 129 125 101 104 111 108 _ 152 158 197 213 130 TOTALS 1,859 18 17 14 12 8 _ 173 18 7 21 32 26 201 WARRANT NO.1- EIGHT HOUR VEHICULAR VOLUME (CONDITION A) !Minimum VehicularVolumes Min Volume Adjusted Min Volume: 500 [Major Street: !Miner Street: .WARRANT NO.1- EIGHT HOUR VEHICULAR VOLUME (CONDITION B) Minimum Vehicular Volumes I • i Major Street: jMinor Street. 200 350 140 6 hour(s) met or exceeded the require Min Volume Adjusted M;n Volume 750 100 70 RTC O hour(s) met or exceeded the require 180 151 129 125 101 104 111_ 108 152 158 197 213 138 293 236 198 151 145 124_. _140 1_57 175 132 216 231 136 197 215 162 136 143 152 158 174 1S1 - 237 296 238 149 490 451 360 287 288 276 ... . 298 331 366 369 512 469 285 Warrant 1A Conditions Met? YES 2,334 2,4.48 4,782 MUTCD TRAFFIC CONTROL SIGNAL NEEDS STUDY Warrant 1- Eight -Hour Vehicular Volume (Continued) WARRANT NO.1- EIGHT HOUR VEHICULAR VOWME (COMBINATION OF A & B) .Minimum Vehicular Volumes (A) _ _ Min Volume Adjusted Min Volume Major Street: 400 , Minor Street 160 Minimum Vehicular Volumes (B) Min Volume 600 80 2811 112 Adjusted Min Volume 420 _ 55 YES • Ay, i ''O P-4 YES YES YES YES 6 Warrant 15 Conditions Met? N rain - r'4 r4' NO _ _ I, -) .1-, P43 0 Combination Warrant LA Conditions Met? YES YES YES YES iV NO YES YES YES YES YES 9 Combination Warrant 1B Conditions Met? YES YES NCI C NC 4' S. by ., ta; YES YES 4 Hourly Traffic Volumes Time at Day o Major Street Total Volumes is Minor Street HitherA<ppro a;h Volumes 2.3.2 Warrant 2, Four-H ur Vehicular Volume (Not Met) As stated in the MUTCD (Section 4C.03), "the Four -Hour Vehicular Volume signal warrant conditions are intended to be applied where the volume of intersecting traffic is the principal reason to consider installing a traffic control signal." The 70 percent factor table was used for the Warrant 2 evaluation because the major street speed limit is greater than 40 mph. Figure 2-5 summarizes the evaluation and indicates that three of the four highest hourly traffic conditions at the intersection are above the minimum requirements line for an intersection with two or more lanes and one lane on the approaches of the intersection. As such, Warrant 2, Four -Hour Vehicular Volume was not met for the study location. August 23, 2019 7 apexdcs1 .n COLORADO Department of Transportation SH 392 / CR 47 Signal Warrant Analysis IV11INOR STREET HIGHER - VOLUME APPROACH - V PH Figure 2-5: Warrant 2 Evaluation Inure 4421 Warrant 22 Four -Hour Vehicular Volume (70% Factor) (COMMUNITY LESS I 400 n 300 2 1 AN 109000 POPULATIONOR ABOVE 40 MPH ON MAJOR STREET) TEA"+mow/M:l<ttVat �lY M0C44hWY1JYMAIY[.IX�VMNYM1'�'.M.�'.'SP��-M'1NThYMIb { F 2 MORE LANES & 2 OR MORE LANES 2 OR MORE LANES & I LANE 200. 300 400 500 600 700 800 900 1000 MAJOR STREET —TOTAL OF BOTH APPROAHE--- VEHICLES PER HOUR (VPH) *Note: 80 vph applies as the lower threshold volume for a minor -street approach with two or more lanes and 60 vph applies as the lower threshold volume for a minor -street approach with one lane, 2.3.3 Warrant 3, Peak Hour Volumes (Not Applicable) As stated in the MUTCD (Section 4C.04), "the Peak Hour signal warrant is intended for use at a location where traffic conditions are such that for a minimum of one hour of an average day, the minor -street traffic suffers undue delay when entering or crossing the major street." Typically, Warrant 3 is only applicable to intersections adjacent to large businesses that generate considerable amounts of traffic for short periods of time (e.g. at shift changes), or similar land uses. Since the area around the intersection is rural farm land and sparsely residential, the current land uses serviced by the SH 392 and CR 47 intersection are not consistent with the types that would generate the traffic described by this warrant. Therefore, this warrant is not applicable to the study location. 2.3.4 Warrant 4, Pedestrian Volume (Not Applicable) As stated in the MUTCD (Section 4C.05), "the Pedestrian Volume signal warrant is intended for application where the traffic volume on a major street is so heavy that pedestrians experience excessive delay in crossing the major street." The intersection of SH 392 and CR 47 did not have any pedestrian crossing activity during the 13 -hour count period. As such, Warrant 4, Pedestrian Volume is not applicable to the study location. August 28, 2019 8 apexciesign COLORADO Department of Transportation SH 392 / CR 47 Signal Warrant Analysis 2,305 Warrant 5, School Crossing (Not Applicable) As stated in the MUTCD (Section 4C.06), "the School Crossing signal warrant is intended for application where the fact that school children cross the major street is the principal reason to consider installing a traffic control signal. For the purposes of this warrant, the word `school children' includes elementary through high school students." There are no schools located near the intersection and school crossings are not the principal reason a traffic signal is being considered. As such, Warrant 5, School Crossing is not applicable to the study location. 236 arrant 6, Cordinated Signal System (Ns t Applicable) As stated in the MUTCD (Section 4C.07), "progressive movement in a coordinated signal system sometimes necessitates installing traffic control signals at intersections where they would not otherwise be needed in order to maintain proper platooning of vehicles." There are no other nearby signals along SH 392, therefore, signal progression is not a concern. As such, Warrant 6, Coordinated Signal System is not applicable to the study location. 20357 Warrant 7, Cras�°i Experience (Not Met) As stated in the MUTCD (Section 4C.08), "the Crash Experience signal warrant conditions are intended for application where the severity and frequency of crashes are the principal reasons to consider installing a traffic control signal." The MUTCD also states that this warrant is only met if "five or more reported crashes, of types susceptible to correction by a traffic control signal, have occurred within a 12 -month period." There were five reported crash in the five year span examined, from July 1, 2013 through July 31, 2018 which was before and during construction of the new layout of the intersection. There have been five reported crashes in the 12 months since then, including three property damage only crashes, one injury crash, and one fatal crash. The five crashes were from the period of November 2018 through July 2019. The fatal crash occurred on May 2nd, 2019 during the day, and included two fatalities. The crash occurred when a northbound left turning vehicle was broadsided by an eastbound traveling medium -duty truck. This crash is correctable by a traffic signal. One of the property damage only crashes also consisted of a northbound left turning vehicle being broadsided by an eastbound vehicle, which is also correctible by a signal. Information is not yet available about the other three crashes, however, so it is not possible at this time to determine if any or all of them are correctible by a signal. Therefore, because information on crash type is not currently available for three of the five crashes that have occurred in the past year, it cannot be concluded at this time that crash conditions meet Warrant 7, Crash Experience. August 28, 2019 9 apexdesig 1 COLORADO Department of Transportation SH 392 / CR 47 Signal Warrant Analysis 2.3.8 Warrant 8, Roadway Network (Met) As stated in the MUTCD (Section 4C.09), "installing a traffic control signal at some intersections might be justified to encourage concentration and organization of traffic flow on a roadway network." The Roadway Network warrant is only applicable at the intersection of two major roadways. CR 47 is currently designated as a 4 -lane controlled -access county highway and provides access from 1-76 to SH 392. It provides an alternative parallel north/south route to US 85, and thus is considered a major road. In addition, the Weld County 2035 Transportation Plan (May 2011) shows CR 47 continuing north as a major roadway facility north from SH 392 to Highway 14. As such, Warrant 8, Roadway Network is applicable to the study location. Considering the above, and the traffic conditions at the intersection (6 of 8 hours satisfied for Warrant 1 and 3 of 4 hours satisfied for Warrant 2), and the intersection has seen a significant increase in crashes since it was improved, and that one of the crashes was a fatality, Warrant 8 is met. 23.9 Warrant 9, Intersection Near a Grade Crossing (Not Applicable) As stated in the MUTCD (Section 4C.10), "the Intersection Near a Grade Crossing signal warrant is intended for use at a location where none of the conditions described in the other eight traffic signal warrants are met, but the proximity to the intersection of a grade crossing on an intersection approach controlled by a STOP or YIELD sign is the principal reason to consider installing a traffic control signal." The SH 392 / CR 47 intersection is not adjacent to any rail or light rail grade crossings. As such, Warrant 9, Intersection Near a Grade Crossing is not applicable to the study location. August 28, 2019 10 apexdesgn COLORADO Department of I Transportation SH 392 / CR 47 Signal Warrant Analysis 3 Additional Considerations In addition to the MUTCD warrant criteria, the sight distance at the intersection was also evaluated. 3m1 Si lit Distance The sight distance for CR 47 left turn movements at the intersection was evaluated during the field visit to ensure that side street movements can adequately see on -coming traffic in each direction of SH 392. The evaluation was based on minimum criteria from the 2011 edition of A Policy on Geometric Design of Highways and Streets (AASHTO) for Cases B1, Left Turn from Stop B2, Right Turn from Stop, and B3, Crossing Maneuver from Stop. This evaluation used a vertex for the departure sight triangle on the minor road of 14.5 feet from the edge of the traveled way and an assumed 1,100 feet as the intersection sight distance for CR 47, based on a design speed of 65 MPH with combination trucks. Combination trucks were used as the design vehicle because of the high truck traffic along SH 392 and CR 47. The intersection sight distance for left turns from northbound CR 47 is 1,300 feet looking west and 1,530' feet looking east. Southbound CR 47 looking west is approximately 2,000 feet and the sight distance is much further out to the east than the northbound measurement. The sight distance for the northbound left turns from the stop bar at CR 47 is hindered by small vegetation and the utility poles are adjacent to the stop bar as shown in Figure 3-1. However, drivers would pull forward into the crosswalk to see around the obstacles which increase the sight distance. Figure 3-1: Sight Distance Looking West August 28, 2019 11 apexJos•ig n COLORADO Department of Transportation SH 392 / CR 47 Signal Warrant Analysis 4 Conclusions and Recommendations The SH 392/CR 47 intersection northeast of Greeley satisfies one of the four applicable MUTCD warrants for traffic signalization (Warrant 8, Roadway Network). In addition to satisfying Warrant 8, several other factors were considered in the traffic control recommendation: ® The traffic conditions at the intersection satisfy 6 of the 8 hours required for Warrant 1, which indicates that the signal is likely to satisfy this warrant in the near future. ® The traffic conditions at the intersection satisfy 3 of 4 hours required for Warrant 2, which indicates that the signal is likely to satisfy this warrant in the near future, as well. The intersection has experienced five crashes in the nine month period between November 2018 and July 2019, including one fatal crash. This represents a significant increase in crashes over pre -widening conditions (five crashes occurred in the five year period between July 1, 2013 through July 31, 2018), and suggests that the intersection may well experience five correctible -by -a -signal crashes within 12 months if traffic control remains the same. Therefore, based on the intersection satisfying Warrant 8 and on the above conditions and considerations, it is recommended that a traffic signal be installed at this location. Other recommendations to implement include lowering the speed limit along SH 392 to 55 mph and keep the vegetation trimmed along SH 392 to maintain good sight distance. August 28, 2019 12 apexdesign (303) 216-2439 www.alltrafficdata.net Peak Hour - All Vehicles SH 392 (201) 32 (2,556) 302 1■im 8 216 mop (2,334) CR47 17 (203) CR 47 - NJ O NJ 0 0 Location: 1 CR 47 & SH 392 AM Date: Tuesday, August 6, 2019 Peak Hour: 04:00 PM - 05:00 PM Peak 15 -Minutes: 04:45 PM - 05:00 PM 0 ati J � � tits 4 (2,448) 3 amJ N X184 W > 0.95.SE 0t 126 S., ,(" 108 205 87 a 0 I i (2,194) 1 296 o - s -J 0 0 0 CO SH 392 (1,889) 217 1,0>90 197 (1,859) Note: Total study counts contained in parentheses. Traffic Counts Interval Start Time SH 392 Eastbound SH 392 Westbound Peak Hour - Pedestrians/Bicycles on Crosswalk t o wtiOrig i CR 47 Northbound N S 0 +, 0 0 im. CR 47 Southbound I t i U -Turn Left Thru Right U -Turn Left Thru Right U -Turn Left Thru Right U -Turn Left Thru Right Total Rolling Pedestrian Crossings Hour West East South North 6:00 AM 0 0 6:15 AM 0 1 6:30 AM 0 2 6:45 AM 0 0 7:00 AM 0 0 7:15 AM 0 2 7:30 AM 0 2 7:45 AM 0 1 8:00 AM 0 1 8:15 AM 0 3 8:30 AM 0 0 8:45 AM 0 0 9:00 AM 0 1 9:15 AM 0 3 9:30 AM 0 1 9:45 AM 0 0 10:00 AM 0 1 10:15 AM 0 4 10:30 AM 0 2 10:45 AM 0 0 11:00 AM 0 1 11:15AM 0 0 11:30 AM 0 1 11:45 AM 0 1 12:00 PM 0 4 12:15 PM 0 0 12:30 PM 0 2 12:45 PM 0 0 1:00 PM 0 2 1:15 PM 0 1 1:30 PM 0 0 1:45 PM 0 3 2:00 PM 0 3 2:15 PM 0 2 2:30 PM 0 1 37 32 0 12 29 44 35 0 16 38 48 34 0 21 35 30 30 0 12 34 23 29 0 24 41 32 26 0 16 26 30 25 0 18 37 30 36 0 14 39 34 18 0 10 28 31 17 0 9 30 29 24 0 18 29 26 15 0 15 23 15 12 0 13 28 29 19 0 12 17 19 18 0 16 22 22 12 0 7 21 21 11 0 11 17 18 18 0 16 24 22 20 0 13 24 20 8 0 18 20 15 14 0 20 30 16 14 0 5 25 16 15 0 17 26 17 14 0 9 19 26 11 0 17 22 26 7 0 13 21 10 15 0 10 26 20 19 0 16 31 31 13 0 14 24 18 17 0 10 20 17 13 0 19 38 25 17 0 17 31 20 13 0 10 27 29 14 0 17 31 33 23 0 14 40 0 0 15 0 0 12 0 0 21 0 0 17 0 0 14 0 0 17 0 0 10 0 0 12 0 0 12 0 0 20 0 0 9 0 0 7 0 0 12 0 0 16 0 0 16 0 0 7 0 0 15 0 0 22 0 0 14 0 0 12 1 0 15 0 0 13 0 0 12 0 0 8 0 0 5 0 0 13 2 0 17 0 0 12 0 0 16 0 0 5 1 0 13 0 0 6 0 0 16 0 0 25 0 0 22 1 31 0 22 5 23 7 26 3 20 6 24 3 22 1 19 0 12 2 27 3 17 4 16 0 21 0 15 2 20 1 15 1 9 1 4 0 13 1 9 2 11 2 12 5 11 2 11 2 15 5 11 2 14 3 12 3 14 1 20 4 15 3 8 0 13 1 12 5 14 0 0 2 1 160 0 0 4 0 172 0 0 2 1 192 0 0 7 1 164 0 0 4 0 158 0 0 3 1 153 0 0 5 1 153 0 2 0 1 155 0 1 1 1 118 0 0 1 3 143 0 0 0 1 130 0 0 3 3 112 0 1 0 1 104 0 0 2 4 117 0 1 0 0 115 0 0 2 1 88 0 1 3 1 91 0 0 0 1 108 0 1 0 1 110 0 0 0 0 88 0 1 1 1 112 0 0 2 1 90 0 0 0 2 105 0 0 3 2 86 0 0 0 2 104 0 0 1 1 98 0 0 1 0 99 0 0 1 1 115 0 1 0 3 121 0 0 2 1 95 0 0 5 3 128 0 0 2 1 113 0 0 1 0 103 0 0 0 0 131 0 1 0 2 155 688 0 0 0 0 686 0 0 0 0 667 0 0 0 0 628 0 0 0 0 619 0 0 0 0 579 0 0 0 0 569 0 0 0 0 546 0 0 0 0 503 0 0 0 0 489 0 0 0 0 463 0 0 0 0 448 0 0 0 0 424 0 0 0 0 411 0 0 0 0 402 0 0 0 0 397 0 0 0 0 397 0 0 0 0 418 0 0 0 0 400 0 0 0 0 395 0 0 0 0 393 0 0 0 0 385 0 0 0 0 393 0 0 0 0 387 0 0 0 0 416 0 0 0 0 433 0 0 0 0 430 0 0 0 0 459 0 0 0 0 457 0 0 0 0 439 0 0 0 0 475 0 0 0 0 502 0 0 0 0 525 0 0 0 0 555 0 0 0 0 555 0 0 0 0 2:45 PM 3:00 PM 3:15 PM 3:30 PM 3:45 PM 0 0 22 0 0 14 0 2 20 0 1 25 0 1 21 15 11 9 14 14 0 13 0 19 0 17 0 15 0 19 38 1 0 27 40 0 0 17 41 1 0 25 44 0 0 21 40 1 0 22 1 16 4 19 5 7 1 21 2 14 0 0 2 1 136 546 0 0 0 0 0 0 7 2 133 548 0 0 0 0 0 0 3 1 131 595 0 0 0 0 0 0 3 1 146 650 0 0 0 0 0 0 3 1 138 685 0 0 0 0 4:00 PM 0 2 31 20 4:15 PM 0 0 24 21 4:30 PM 0 1 30 13 41 28 0 0 0 5:00 PM 5:15 PM 5:30 PM 5:45 PM 6:00 PM 6:15 PM 6:30 PM 6:45 PM 0 2 43 0 1 38 0 3 32 0 0 27 0 2 26 0 0 20 0 2 27 0 1 12 24 21 17 23 14 11 7 14 0 16 0 24 0 27 0 20 0 18 0 8 0 9 0 16 31 0 0 29 48 0 0 30 37 0 0 26 35 0 0 33 38 0 0 18 26 0 0 18 16 1 0 15 17 0 0 13 2 14 4 22 3 24 4 22 2 19 5 13 2 9 2 14 0 1 10 0 0 2 0 0 3 0 0 5 0 0 1 0 0 2 0 0 0 0 0 1 3 175 0 190 1 173 1 170 1 139 1 104 2 90 0 90 708 0 672 0 0 0 0 586 0 0 0 503 0 0 0 0 423 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Count Total 0 63 1,332 939 0 828 1,608 12 0 880 128 851 0 11 122 68 6,842 0 0 0 0 Peak Hour 0 3 126 87 0 108 184 4 0 108 10 79 0 0 22 10 741 0 0 0 0 PART 2 - SELECTIONPROCESS la Select' n 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 (if 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. EUG'TINGEvaluation FACT: 1R Criteria STANDARD 5.0 Scope of Proposal The methodology proposal clearly to be shows used and an final understanding results that of are the desired project by objectives, the Department. 5.0 Critical Issues The associated proposal with demonstrates the project and that the offers firm realistic clearly understands solutions to those the major issues. issues 4.0 Project Control The The are place used firm firm to has has where manage described demonstrated appropriate. the quality its methods an of Does ability its product? the of to controlling ensure firm have that its a quality design state and or federal control construction process procedures cost. in 4.0 Location/Familiarity Work Project member's team's familiarity work location with Weld relative County to the and project the goals site location. of the Department. Key team 15.0 Cost Hours and WorkAre the consistent successfully costs, with complete work the project hours, the and goals? project tasks scores The presented lowest the cost highest. in a way includes that is all reasonable tasks necessary and to NOTE: The best value prcess will be utilized to sel the cst/fee after the Consultant is selecteda et the Consultant. There will be no negotiation of 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 (1st, 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. 12 T 3 ® ''r-- OFESSIONAL _ SERMLS AGREEMENT (EXAMPLE) PLE) AGREEMENT FOR PIROFESSDONAII SE'RVOC S BETWEEN WELD COUNTY AND CONSU BR0DGE REP ,ACEMENT PRO ECT TAN IF O R THIS AGREEMENT is made and entered into this day of , 2020, by and between the County of Weld, a body corpor..te and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "0" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and , [an individual], [a imited 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 HEREAS, 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. W IFRFAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below; NO�+�', THEREF"O 1 ' E, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. lrtroducctoon. 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 W.rk. 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. hrm. 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 13 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 up•n 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 de iver t County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with ail 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 .f 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 ExtensOon or f1 odlfocftoon. 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 obtainer 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 supplements ;Agreement. .Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this %Aj,greement. 6. Cornpensatoon/Compact 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 Welc 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 Cntract Professional under the terms of this greement 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 Cunty 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 cmpensation stated herein. Sod quantoUes shall be carefully checked by the Contract Professional and quantity calcflatoons shall be submitted for County revocw. Of the County experiences additional costs durrhig construction rich are d meetly associated with errors and omnossoons (Consultant neglO once) rest, King On change orders requiring approval by the Board of County ComrnOssooners and/or costs greater than tue orocjonal bpd unit costs, the Consultant will lot fonancoally 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. Uoon termination or expiration of this Agreement, unexpended funds advanced by County, if any, sha I forthwith be returned to County. Mileage may be reimbursed if the provisions of Exhibit B permit such payment at the rate set forth in Exhibit B. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised 14 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. Ind,. pendent 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. 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 f• -f Services Not a Waiv r. 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 15 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 Dnderr. nnflcflon. 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. DE \i,NITY: 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 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: 16 Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability): The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss $1,000,000 Aggregate $2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 17 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: Name: Clay Kimmi Position: Senior Engineer Address: 1111 H Street Address: Greeley, CO 80632 E-mail: ckimmi(co.weld.co.us Phone: 970-400-3741 Don Dunker County Engineer 1111 H Street Greeley, CO 80632 ddunker©weldgov.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. 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 18 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/C nflict f Interest — C. r .S. §§24-18-201 et seq. and 24-50-5®7. 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. 1 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the 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. Ch;• ice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E -Verify Program or State of Colorado program procedures to undertake pre- employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to G.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, 19 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 C*mpliance with Davis -B ,c< :.n ',.,`age Rates. N/A 30. Attorney Fees/Legal Cstse 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. Cmpliance with Colorado Department of Transportation Regulatins and Standards: Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and Contract Professional agrees to meet or exceed all standards set by these publications. Contract Professional further acknowledger and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all the Contract Amount. Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. 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 , 20 March 27,2020 Bid Request No. B20001015 Engineering Services for the Design of CR 47 and Highway 392 Signalization Project Weld County, Colorado ADDENDUM NUMBER ONE The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: A. Proposal Submittal Requirements B. Contractor Questions and Responses All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. A. PROPOSAL SUBMITTAL REQUIREMENTS 1. Due to the Coronavirus Pandemic, all proposals must be submitted electronically by email or through BidNet. No hardcopies of the proposals will be accepted. 2. If proposals are smaller than 25 MB, they can be submitted by email to bids©weldgov.com. 3. If proposals are larger than 25 MB, they can be submitted through BidNet at https://bidnetdirect.com. 4. All proposals are required to be in a PDF format. 5. All proposals must be received by 10:00 a.m. (Purchasing Clock) on the due date. 6. The signed Receipt of Addenda shall be included with the proposal. The Receipt of Addenda will not be counted in the page limit for the proposal. B. CONTRACTOR QUESTIONS AND RESPONSES Question 1: Will the use of CDOT standards and details be required during the design of this project? Answer 1: Yes, CDOT standards and details will be required during design. Additionally, the use of CDOT specifications will be used in the construction phase. Question 2: How will the schedule, cost proposal, and sample plans be counted? Answer 2: The County expects that the schedule, cost proposal, and sample plans to be submitted on 11 x 17 sheets. Each of these 11 x 17 sheets will be counted as a single sheet. If other 11 x 17 sheets are included in the proposal, they will be counted as two sheets. Question 3: Is there any as -built information available from when the intersection was originally constructed? Answer 3: There is no AutoCAD files available for the as -built information. A copy of the as -built drawings that are in the County's records is attached to this Addendum. Question 4: Does the County have any survey data from the intersection project? Answer 4: The County does not have any electronic survey data available. Question 5: If we have changes to the Professional Services Agreement, how do we need to get them approved? Answer 5: Any changes to the Professional Services Agreement have to be submitted to Clay Kimmi in writing prior to the submittal of the proposal. The changes will then be reviewed by the County Attorney. If a change is approved, you will be notified. Please be aware that the County is under no obligation to approve any requested change to the Professional Services Agreement. Please note that the second paragraph in Section 6, Compensation/Contract Amount of the Professional Services Agreement is bolded. The County will not approve any revisions to this paragraph so please do not ask. Question 6: Will an electrical engineer be required to stamp the items associated with the electrical design of the signal? Answer 6: Yes, an electrical engineer will be required to stamp all the drawings associated with the electrical system design. Question 7: Will advance warning signage be required for the signal? Answer 7: Yes, advance warning signage will be required on all legs of the intersection. Please note, the speed limit on Hwy 392 is 65 mph, speed limit on CR 47 south leg is 35 mph, and speed limit on CR 47 north leg is 55 mph. Question 8: Does the design of the signal have to account for pedestrians? Answer 8: This signal is being installed in a rural area with little to no pedestrian traffic. Therefore, pedestrian traffic does not have to be taken into account. Question 9: Will ROW permits be required to do the survey, geotechnical investigation, and SUE investigation? Answer 9: Yes, each sub -consultant will be required to obtain ROW permits from Weld County and CDOT for any work performed in the ROW. Each sub -consultant will have to provide copies of their MHTs and insurance with the ROW permit applications. Question 10: Will the sign -in sheet be shared? Answer 10: Yes. The sign -in sheet will be posted to BidNet Direct under the Communications tab. Prepared By: Clay Kimmi, P.E. Senior Engineer RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. Date: By: Addendum No. Date: By: Addendum No. Date: By: FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL A signed copy of the Receipt of Addenda must be included with RFP response. It will not be included in the total page count. Failure to include the Receipt of Addenda will result in the proposal not being reviewed or scored by the County. ccsa663t 2:39:39 PM S:\Trcnproj\1000041542 Weis County Rood 47 SH 392\Atkins\HwyDes\Plans\WCR47 RDtitie.dgn PoDI / NHS FHWA PROJECTS OF DIVISION INTERESTED (PoDI)? 63 NO O YES NATIONAL HIGHWAY SYSTEM? IINOOYES 1 DEPA RTM _ F NT TABULATION OF LENGTH & DESIGN DATA STATION LINEAR FEET ROADWAY IMAJ. STRUCT SH 392 BEGIN STA. 111+41.22, MP 119,3 3,012.12 END STA. 141+53.34, MP 119.9 WCR 4? 9EGIN -STA. 514+61.00 L 1999.00 END STA. 534+60.00 - TOTAL 5011.12 0 SUMMARY LE MILES ROADWAY (NET LENGTH) 5,011.12 0.95 MAJOR STRUCTURES 0 0 PROJECT GROSS LENGTH 5,011.12 0.95 DESIGN DATA WCR 47 SH 392 MAXIMUM SUPERELEVATION 4% 4% MINIMUM RADIUS OF CURVE 1,810' 1,810' MAXIMUM GRADE 3.0% 3.07. MINIMUM S.S.D. HORIZONTAL 645' 645' MINIMUM S.S.D. VERTICAL 645' 645' MAXIMUM DESIGN SPEED 65 MPH 65 MPH ADT - 400/82500 3,200/6,400 DHV TRUCK Z _ 25Z 25X MINIMUM CLEAR ZONE DISTANCE 30' .. 30' CONSTRUCTION CLEAR ZONE 30' 30' CONTRACTOR .c, . C f' i_ ENGINEER I%Oat' (Project or Resident) * 45St7i' �, ?VLF. PROJECT STARTED A PROJECT COMPLETED 0171 G AS CONSTRUCTED PLANS APPROVED HT LE DATE ST r F HIGHWAY CONSTRUCTION BID PLANS OF PROPOSED STATE HIGHWAY 392 AND W ID COUNTY RAD 47 INTERSECTION SAFETY I_VIPROVEMENTS COLORADO PROJECT I O. STS C-030-056 WEL ref COUNTY 'OWNSHIP 6 NORTH, RANGE 65 WEST CONSTRUCTION PROJECT CODE NO. SA 19891 N • I'' 4.3 MILES TO LUCERNE END CONSTRUCTION WCR47 STA, 534+60.00 BEGIN PROJECT $139.2 STA tlk+41.22 Jul jI9 Jr' sit BEGIN CONSTRUCTION WCR4 7 6) STA 514+61.00 3.0 MILES TO GALETDI , 22 H X92.AP END 1RCJECT 5511392 STA 1'x41+53.34 3.5 MILES TO GREELEY AIRPORT. PROJECT LOCATION MAP uocanoreamoneamrowl 0 1/2 FAILE 1 MILE 2 SMILE Print Dote: 11/6/2016 File Name: WCR47_RDtitle,dgn Horst. Scale: 1:1 Vert. Scale: n a ATKINS 460E DTC Boulevard, Suite 700 Denver, CO 80237 Phone: (303) 221-72755 Fox: (303) 221-7276 C Sheet Revisions Dote: Comments Colorado Deportment of Transportation 14 20 Second Street Greeley CO 80631 Phone: 970-350-2126 FAX: 970-350-2198 Region 4 LHN 13 -it ru e Contract Information Related Projects; P. E. UNDER PROJECT: Project Number Project Code: STM C-030-056 19891 R.O.W. Projects: R.O.W. Project Description INDEX OF SHEETS AND STANDARDS SHEET NO. INDEX OF SHEETS I TITLE SHEET 2 STANDARD PLANS LIST -_ 3-6 TYPICAL SECTIONS 7-8 GENERAL NOTES 9-11 SUMMARY OF QUANTITIES 12 SUMMARY OF EARTHWORK QUANTITIES 13 TABULATION OF REMOVALS AND RESETS w 14-15 TABULATION OF ROADWAY 16 TABULATION OF DRAINAGE & IRRIGATION 17 TABULATION OF SIGNING 18-19 .TABULATION OF PAVEMENT MARKINGS 20-21 TABULATION OF TEMPORARY TRAFFIC CONTROL _ 22-23 SURVEY CONTROL DIAGRAM 24-26 GEOMETRIC LAYOUTS 27 UTILITY GENERAL NOTES 28-32 UTILITY, REMOVALS AND RESET PLANS 33-43 ROADWAY PLAN AND PROFILES .� - 44-46 DETAILS 47-49 _ROADWAY JOINTING PLANS 50-54 STORM WATER MANAGEMENT PLAN 55-59 GRADING, DRAINAGE AN EROSION CONTROL PLANS 60-61 DRAINAGE PIPE PROFILES 62-63 IRRIGATION PIPE PROFILES _ 64-65 IRRIGATION DETAILS --- 66-70 SIGNING AND STRIPING PLAN 71-76 TRAFFIC PHASING PLANS 77-86 CROSS SECTIONS_ 67•-106 RIGHT OF WAY PLAN WELD COUNTY COLORADO Deportment of Public Works 1111 H Street, Greeley, CO 80631 Phone: (970) 356-4000 h 4 CALL 2 -BUSINESS DA BEFORE YOU DIG, GR FOR THE MARKING MEMBER U No Revisions: Revised; (bitten Contractor: tecrizzzcri.'K k��tt' t,�.i `^ 7 Resident Engineer: Project Engineer: C":``eIN.), .. ``APtit �+i" PROJECT STARTED: 3 J ill ACCEPTED: ""1 / / fl Void: Project No./Code SW C-030-056 19891 Comments: StAstottf tras iana Sheet Number 392\ Atkins\HwyDus\UtiAies\WCR47_UT ILnotes01.dgn casw6631 2:53:27 PM S:\Tronproj\100041542 Weld County Rood 47 vt' UTILITY LEGEND EXISTING EXISTING E - - EXISTING o n EXISTING • EXISTING u EXISTING O O EXISTING O EXISTING E EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING I EXISTING EXISTING EXISTING EXISTING EXISTING - EXISTING - EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING CULVERT CORRUGATED STEEL PIPE REINFORCED CONCRETE PIPE END SECTION ELECTRIC CONDUIT ELECTRIC MISCELLANEOUS ELECTRIC PEDESTAL ELECTRIC PULLBOX ELECTRIC SUBSTATION ELECTRIC TRANSFORMER BOX ELECTRIC UNDERGROUND LINE ELECTRIC VAULT GAS HIGH-PRESSURE LINE GAS LINE MARKER GAS LINES MISCELLANEOUS GAS VALVE HIGH-PRESSURE LIGHTING LAMP POST ORNAMENTAL LIGHTING LAMP ON -MAST -ARM POLE LIGHTING OTHER LIGHTING STEEL -LIGHT STANDARO SANITARY PLASTIC -PIPE SANITARY SEWER MARKER STORM SEWER INLET -OTHER STORM SEWER INLET -TYPE 13 STORM SEWER LINE -OTHER STORM SEWER POINTS-MISC STORM SEWER RCP -REV STORM SEWER RCP STORM SEWER RIGID PLASTIC -PIPE STRUCTURE CONCRETE -BOX -CULVERT STRUCTURE HEADWALL STRUCTURE WINGWALL TELEPHONE FIBER-OPTIC TEST -RISER TELEPHONE JUNCTION -BOX TELEPHONE MARKER FIBER-OPTIC TELEPHONE MISCELLANEOUS TELEPHONE RISER TELEPHONE UNDERGROUND CABLE TELEPHONE UNDERGROUND FIBER-OPTIC CABLE TELEPHONE VAULT TELEVISION CABLE -MARKER TELEVISION CABLE -MISCELLANEOUS TELEVISION UNDERGROUND CABLE WATER FIRE -HYDRANT WATERLINE WATERLINE MARKER WATER SYMBOL WATER VALVE Knonlars best Cal before you Ws UTILITY CONTACT LIST UTILITY CONTACT INFORMATION ELECTRIC XCEL ENERGY, (SYNERGETIC) SHAYLA MONTANO 200 E. 7TH ST, SUITE 300 LOVELAND, CO 80537 PHONE & FIBER CENTURY LINK (OWEST), CARSON ORTEGA 2505 1ST AVE GREELEY, CO 80631 GAS DCP MIDSTREAM, LEWIS HAGENLOCK 1324 NORTH 7TH AVE GREELEY, CO 80631 WATER NORTH WELD WATER DISTRICT, ERIC LARSEN 32825 CR 39 LUCERNE, CO 80646 IRRIGATION NEW CACHE LA POUDRE IRRIGATION COMPANY LUCERNE, CO 80646 • PHONE/EMAIL (970) 663-9970 SHAYLA.A.MONTANO®XCELENERGY.COM (970) 392-4837 CARSON.ORTEGAOQWEST.COM (970) 378-6351 L DHAGENLOCKCDCPMI DSTRE AM. COM (970) 356-3020 ERICLONWWD.ORG (970) 352-0222 01/44 ""\-\\. "St °t4S, Y r \ (stars ,.. .. Lrn LVT 1 1E'S WAstg. t4c`t Etter ,. . NOTE: THE INFORMATION SHOWN ON THESE DRAWINGS CONCERNING TYPE AND LOCATION OF UNDERGROUND AND OTHER UTILITIES IS NOT GUARANTEED TO BE ACCURATE OR ALL INCLUSIVE. THE CONTRACTOR IS RESPONSIBLE FOR MAKING ALL DETERMINATIONS AS TO THE TYPE AND LOCATION OF UNOERGROUND AND OTHER UTILITIES AS MAY BE NECESSARY TO AVOID DAMAGE THERETO. Print Dote: 11/6/2016 Fite Name: WCR47._UT1Lnotes01.dgn Horiz. Scale: 1:1 Vert. Scale: As Noted Unit Information Unit Leader Initials ATKINS 4601 OTC Bctdevury Suite 700 OCnver, CO 80237 Ptone: (303) 221-7275 rax: (.303) 221-7276 O C C Sheet Revisions Dote: Comments [nit. WELD COUNTY COLORADO Deportment of Public Works 1111 H Street, Greeley, CO 80631 Phone: (970) 356-4000 r• No Revisions: Revised: cb\'E.p c Void: UTILITY NOTES I. THE UTILITIES SHOWN ON THE PLANS HAVE BEEN PLOTTED FROM THE BEST AVAILABLE INFORMATION. IT IS THE CONTRACTOR'S RESPONSIBILITY TO FIELD VERIFY THE LOCATION OF ALL UTILITIES PRIOR TO CONSTRUCTION. 2. THE CONTRACTOR SHALL COORDINATE CONSTRUCTION OF THE PROJECT WITH ALL UTILITIES AFFECTED BY THIS PROJECT. UTILITIES NOT SCHEDULED FOR RELOCATION SHALL BE PROTECTED BY THE CONTRACTOR IN PLACE. 3. AT ALL OF THE PROPOSED STORM DRAIN AND CULVERT SITES, THE CONTRACTOR SHALL VERIFY THE LOCATION OF ALL EXISTING UTILITIES. IF DEPTH OF THE UTILITY BURIAL IS SUFFICIENT, THE CONTRACTOR SHALL VERIFY THAT RELOCATION OF UTILITY IS UNNECESSARY PRIOR TO CONSTRUCTION. NO ADDITIONAL PAYMENT WILL BE ALLOWED FOR THE MINOR ADJUSTMENTS OF STRUCTURES IN ORDER TO CLEAR A CONFLICTING UTILITY. 4. THE CONTRACTOR WILL BE RESPONSIBLE FOR ANY ADJUSTMENTS REQUIRED OF ALL VALVES, VALVE BOXES AND MANHOLES WITHIN THE PROJECT LIMITS. THE CONTRACTOR SHALL NOTIFY THE IMPACTED UTILITY COMPANY AT LEAST 48 HOURS PRIOR TO ANY WORK BEING ACCOMPLISHED. THIS SHALL BE INCLUDED IN THE COST OF THE WORK. 5. 7. THE CONTRACTOR WILL BE RESPONSIBLE FOR LOCATING UTILITIES PRIOR TO EXCAVATION. CONTRACTOR SHALL CALL THE UTILITY NOTIFICATION CENTER OF COLORADO AT 1-800-922-1987 AT LEAS1 THREE (3) WORKING DAYS, NOT INCLUDING THE DAY OF NOTICE, PRIOR TO ANY EXCAVATION. THE CONTRACTOR SHALL COOPERATE AND COORDINATE ALL DRAINAGE WORK WITH ANY AFFECTED UTILITY COMPANY OR AGENCY. POTHOLES OF UTILITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR, AND SHALL BE INCLUDED IN THE WORK. ALL ABANDONED UTILITY MATERIALS WITHIN THE PROJECT LIMITS WILL BECOME THE PROPERTY OF THE CONTRACTOR. THE CONTRACTOR WILL VERIFY WITH THE UTILITY OWNER THAT THE UTILITY MATERIAL IS ABANDONED BEFORE REMOVAL. THE CONTRAC'T'OR WILL BE RESPONSIBLE FOR THE REMOVAL AND DISPOSAL OF THE MATERIALS. THE COST FOR REMOVAL AND DISPOSAL OF THE ABANDONED UTILITY MATERIALS WILL NOT BE PAID FOR SEPARATELY, BUT SHALL BE INCLUDED IN THE WORK. 8. PRIVATE SERVICE LINES ARE NOT SHOWN, 9. WHEN UTILITIES ARE AFFECTED, THE CONTRACTOR SHALL NOTIFY THE APPROPRIATE UTILITY COMPANIES TO ATTEND THE NEXT WEEKLY PROJECT MEETING. 10. CONTRACTOR SHALL PROTECT F DURING CONSTRUCTION WIT 4' DEEP, EXTENDING 4' Ak3O PAINTED ORANGE AND SH OF THE WORK. SEMBL TES URIED OST UTILITY GENERAL NOTES Project No./Code STM C-030--056 Designer: De toiler: K. Wilson Jstructure1 _ L. Louvroy 19891 Sheet Subset: Utility J Subset Sheets: I of 1 Sheet Number 27 IJ tQ 3 5 M n c U 3 V1 4 a r.� en g N A m m a V 0 __ . {j �1 NOTES: �u . -.,„ LEGEND: j{. t-af = N 1 �, ,t 1. COORDINATE ALL REMOVAL LIMITS WITH WELD COUNTY FIELD REPRESENTATIVE. o. 25' 50' 100' REMOVAL OF ASPHALT MAT 2. SAW CUTTING IS NOT PAID FOR SEPERATELY AND IS INCLUDED IN THE COST OF REMOVAL OF ASPHALT MAT. 3. SEE TRAFFIC PHASING PLANS FOR REMOVAL REQUIREMENTS TO MAINTAIN TRAFFIC DURING CONSTRUCTION, 4. FOR REMOVAL AND RESET OF SIGNS SEE SIGNING AND STRIPING PLANS. 5. REMOVAL OF TREES AND FENCE POSTS TO BE PAID FOR UNDER CLEARING AND GRUBBING. C) EXISTING ROW --- - -1... r , I T. - T SH 392 , tr #- w Li _ _ f --• -- s - . .. Oh - - - - OHSECTION .... .. L - -, , - - •-- --- OH - - E _.. ---... t,r .. F • •Z - , r 0 E cJ a-•0 1 EXISTING ROW 0 Q C a 0' C X <L? d .- v r -t � I -- M 80.81' tI �rraar STA. 113+85.44, LT� BEGIN REMOVAL OF CY zs 5a too FENCE (282 LF) 1 • ,.,.... REMOVAL OF TREES (7) (INCLUDED IN COST OF ® -p CLEARING AND G RUBBING) -gy n� -M ,.. ,Q J�tt� •P{1�itlG/,, iD �, xlti t.... -'wit i,. BEGIN PROJECT SH 014 Si r - - C; 392 , ..... OFD STA. 111+41.22, 23.36` LT I...1TOP ..✓- - -..., EXISTING ROW — - - - ._.. -. 0`•. • LINE STA. I LINE STA. 1 ... ..':.--� EDGE OF PAVEMENT SH 39" f t r rravirrrrra��� r�.r►„ r.+�►1'�'i�. I III �, - SECTION LINE .... BEGIN CONSTRUCTION SH 392 ,- •.�. Z C.a rp e - _ ._.- ._ _...-.- .. .. t.is'> -- E - .- OH -STA. 1121-04.647'41121-04.647'4- - - -... __ OH - H - . _ , - L t'! E. - " t U P" - BEGIN REMOVAL OF ASPHALT MAT ■h - j - EXISTING ROW SAW CUT TO NEAT LINE MATCH EXISTING •+' I /,. 0\00 0 0 Cs 0 T ! rei a {;f2 �v��/i�,y{{��iy-.� Ka0 rihaFs IN below before 1 di, + - 7 O e ( , (-���0bma'�O = AMI rya .><:v \\r Print Date:11/6/2016 ( c----) Sheet Revisions A � ` ^ UTILITY, REMOVALS & RESET PLAN `JH2 Project No./Code � , .r � �� S COLORADO , Department of Public Works File Name: WCR47_UTIL lanOl.d n P 9 ate: Comments Init. .. . No Revisions: `��_� Hariz. Scale: 1:50 Vert. Scale: As Noted Unit Information Unit Leader Initials e Revised: �.�, ��,���, j Designer-- l-. Louvray -- Structure' �9��� 1111 I.1 Street, Greeley, CO 80634 � Phone: (9. Q) 356-4000 �� 4601 DM 8a�xerd Suite 700 . _ � Detniler_ K. Wil,on De Numbers Q601D CU BQ237 d° Phone: (303) 224-7275 Fox: {303) 221-7276 Sheet Number 28 Void: Sheet Subset: util/rn my Subset Sheets: 1 of 5 g 'r 1 • U a/ n 0 0 i Y N C1 M r_ rn 4' b n 0 n 0 V 4 n 0 0 C, 0 C V ca x853: 2:58:07 PM LEGEND: \A q0 Q C~;) W 2 I-� J 0 0' J 0 REMOVAL OF ASPHALT MAT STA, 116+12.30, 20.82' END REMOVAL OF FENCE (282 LF) _,.--t)'r---�':�Gi-'•s4r'�..:t^'_—.Y - ..Ytr- ^ -Y. ar-ror -=--,Y YT -' tar -X "carXYz—..+.r„ Y STA, 115+99,78 TO - 1 STA. 116+02.62 RESET MAILBOX •STRUCTURE (2)- 0 4-4 .-4 0 251 Know what's below. Call before you dig. - • ~ 7rf ...._ - 50' f I RESET POLE'- --- (BY CENTURY LINK) RESET PULL BOX (TELEPHONE) _ r (BY CENTURY LINK) sem 100' r- .,.C,', 1.itrlE TO dE NOTES: ameasaa F 'f M it --+-;t _ trAga <� - Ems -•K ....K -REMOVAL OF FENCE POSTS (INCLUDED IN COST OF CLEARING AND GRUBBING) x M -TELEPHONE LINE .TO BE RELOCATED ay C N r ;)PY''INt. 1 N TIFF= 0 TOE OF FILL EDGE OF PAVEMENT .-4 1 i9 44 Si 44 ti- 11 ;4 _ _. :t 116+11,22 TO STA. 116+46.81 REMOVAL OF PIPE (1) , , , ,- _... - -- 0 TOP OF CUT IF It LIP. I k X ----X EXISTING UTILITY • EASEWENi T(~ >SE '.V). (AtEb BY.;DCP EXISTING ROW EDGE OF PAVEMENT a' r (0 :4 44 ,1 11 -•-,-nli ••••, ._.•.-. fr t.. -.- -w Tirri E _ ._ (lit - - L - .r O -- NiiJ w DRAINAGE EASEMCRT` it CNI rat 1. COORDINATE ALL REMOVAL LIMITS WITH WELD COUNTY FIELD REPRESENTATIVE. 2, SAW CUTTING IS NOT PAID FOR SEPERATELY .AND IS INCLUDED IN THE COST OE REMOVAL 3. SEE. TRAFFIC PHASING PLANS FOR REMOVAL REQUIREMENTS TO MAINTAIN TRAFFIC DURING 4. FUR REMOVAL AND RESET OF SIGNS SELL SIGNING AND SWIPING PLANS. 5. REMOVAL OF TREES AND FENCE POSTS TO BE PAID FOR UNDER CLEARING AND GRUBBING. -- STA. (24+22.96 BENIN REMOVAL OF DITCH LINING (229 LF) (IF ASPHAL I MA I. CONSTRUCTION. 0 REMOVAL OF TREE (1) (INCLUDED IN COST OF CLEARING AND GRUBBING) -TOP OF CUT ROW •••••14 f4 • ---M -^- N a 0 41 -ft oit - Ate— lk 14 11 K �---K —14 Are -1-1 r tELtPHONE LINE. TO 43E RELOCATED BY/ CENTURY LIN; aaania EXISTING: UTILITY EASEMENT TO BE VACATED BY DCP • r 7 SECTION LINE ;rt - -- -. E -- O11 CNJ .......... bzwriC9ainnzta ' STA. 127+18.8/, 19.00' RT r RESET MONUMENT i (BY OTHERS).., 2 •DCP APPROXIMATELY t-- C ,.1=-1- 3.4' FROM SURFACE -- ELEV 4697.13 STA. 126-+60.43 TO --\ STA_ 127-1-49.64 RESET POLE (B'Y'---\ XCEL ENERGY) N1/4,_ ` .- ti 1 STA. 126+76.64 TO STA. 12.7+58.00 STA. 126+76.56 TO STA. 127+58.40 --REMOVAL OF PIPES (2) \ 0 Iry k Rgs€1 PC)LE —*ea ENERGY) --- . ( Print Dote: 11/6/2016 File Norrte: WCR47_IJTILplonO2.dyn Horiz. Scale: 1:50 Vert. Scale: As Noted Unit Information Unit Leader Initials ATKINS 4601 OTC 8atievtsd, St-.te 700 Derive:, CO 80237 Phone: (303) 221-7275 Fcx: (.503) 27.1-7276 C CD Sheet Revisions Date: Comments Init. WELD COUNTY COLORADO Department of Public Works 1111 H Street, Greeley, CU 80631 Phone: (970) 356-4000 r4 STA. 126+52.02 1 END REMOVAL OF DITCH LINING (229 LE) 1 REMOVAL OF HCADGGATE • RESET POLE (BY XCEL ENERGY) .� cENi`URY LINK APPROXIMATELY 3.5' FROM SURFACE ELEV 4697.221 RESET PULL [fox (TELE.PI4ONE) WY CENTURY LINK As Constructed No Revisions: 25' 50' EDGE OF PAVEMENT NA CENT11 Y LINK APPROXIMATELY' 2.9' FROM SURFACE RESET PULL -ELEV 4697.00. BPX I (TELEPHONE) (BY CENTURY LINK) H (/) W het 0 UTILITY, REMOVALS & RESET PLAN SH392 Revised: c 'lacj`l Void: Designer: L. Lou•vrav Detwiler: K. Wilson Sheet Subset: Structure Numbers 0 Cn 1i U C STA. 127+57.39 BEGIN REMOVAL OF DITCH LINING (1248 LE) REMOVAL OF HEADGATE STA. 127+42.46 TO STA. 127+58.40 REMOVAL OF PIPE (1) Project No./Code STM C-030-056 util/rmv Subset Sheets: 2 5 19891 Sheet Number 29 392\Atxlns\HwyDss\Utlitles\WCR4 7_UTILpInnC3,dgn 5 County Raatl 47 ccaw6631 2;50:48 PM Sc\Tranproj\t00041S4a W1c ^,, rl__ TEMPORARY EASEMENT i FOR DEMOLITION OF STRUCTURE UTILITY EASEMEI;� -_.•� E_-,-. 1- STA. 128+05.72 TD STA. 128+38.93 "'` TOP OF CUT REMOVAL OF FENCE (124 LF) ROW /M +-+ �.. .m. a - w .. ...... .... •.. wa «• w w _ •t -.-.,• .. _..... w • ..•. E. ws a� .. +e* _ ��, +u o _ .q. 43.0‘ eeem! Ems -- `- �" _ REMOVAL OF TREE ------- (I) �RE,S °" T' POLL lF� e (INCLUDED IN COST OF -- ,.... 9 wm � ..... ..„, ,--- -- 0P) )' E CLEARING AND GRUBBING) €.: .LtPHOh ----- { k+.9 LINE t LJ BE f�' °` ,• =� �-- — .,.. ..... -... ..-... .._. — ..... .._ .__ ._.. — � ,mot (e C NIUR'i'• i� kil � f3'r UCI?Uu uL EDGE OF PAVEMENT � ! u ,1~� IkdE) 0 _ _ _ _ _ , �_ _._ _ _ �..-..-�- , ��,a /pv,� t•M a o _--- TELEPHONE LINE IT ' STA. 134440.44 TO l DO / C D SE RELOCATED Oi'CATED / € `a' c.gl`,,4: Rx ; LINK STA. 134+73.39' \ REMOVAL ❑ F PIPE 'ww�rar� wrw�w n....u'•rr - _ /^.. f 4 � . 1 �. ��... .... .. �. � ��''`..,. ' SH /% . .� .. .,- `� r� �+ � ► �A �� � . In w _... ,a .�. �It' ' LLI— - \� / ^ r %� �Y y `,r f '�� �� •may _ '^�^+R . . w. . — . w.e • w . . _ r aw . —. . wT . M!. . ..r • ..w ,t_ •. __ a �A . __ • . .... . w. . ... . .� . .� . ._. .... . r . • ... . . . �. �r • w.. . . . _� . . .� . ... . . . t S ON '} _ ._- .` ;: �_a ._ try - E L _ — OH -- -•- - E • • D! ...- — r --- — OH C - — DH — — — E - -... E 'rf i — ttE- UH r -- tn.! — - �i .- __.�-. .. , E ._ ._ .. r -- - - - -- _5, L 07..,,,....E......_.. - � — _ _ _ _ _ _ _ . - MAL ;EDGE _ Pr) PAVEMENT M CH 1 t� OF f//` 46 F) ` vas TOE OF FILL ''i � ^, 3 110 r-4 � ' • aa�'"m" ,. „+x C ' p:,4»;fii ...ai1D°nRH,�Nr,�9ek :ii �; . y/ f\�•r4".,. `A .r... mr 1 T... _.._•... .....» _ 1. COORDINATE ALL REMOVAL LIMITS WITH WELD COUNTY FIELD REPRESENTATIVE. LEGEND: 2. SAW CUTTING IS NOT PAID FOR SEPERATELY AND IS INCLUDED IN THE COST OF REMOVAL OF ASPHALT MAT. 3. SEE TRAFFIC PHASING PLANS FOR REMOVAL REQUIREMENTS TO MAINTAIN TRAFFIC DURING CONSTRUCTION. ---� REMOVAL OF ASPHN--T MAT 4. FOR REMOVAL AND RESET OF SIGNS SEE SIGNING AND STRIPING PLANS. ! 5. REMOVAL OF TREES AND FENCE POSTS TO BE PAID FOR UNDER CLEARING AND GRUBBING. 0 25' 50' 1002 — N UTILITY EASEMENT al 25, 50' 100' ROW a..r r _0.... ._r w w r r _.a ..- r _.. w .•w ww v... •s.. ... ...n .. 00 aa. ., , `."� � Y^y�:SI /A�\ Ak,,r .Z�. g FG (rt1,Jy^f Slt JLxF +''In WWJ"F >J :. y H p�G1Ytt�.Md+ 4,C4 9t• '[('[/,,, �{�y per.»':.≥ /p ! 44P, f'• ..^ , � o � Y' ` Y. ( ! (�17 fll, CUE �! /1 �, N nW � A ��P i r \ 4 JT p��`\���:n .' 1M"\'f r %( (fir 'y A �4 'rWl�dy � J///—� q�yp.�x�j�7u*[��]] — jr---- I•' lUi V a alma r F-,4A,A .1 ,. •r�. ,., r.,th0"a.' »ri ;�1,v'� 1 •* �� ✓ii.F"V 1 ;; ...�G _—.... —. -�.... �_ --.. �7 tea` �--- — — — !Ired — — END PROJECT SH 392 .'} STA. 141+53.34 EDGE OF PAVEMENT--- 7-- — r -- _ END REMOVAL OF r 1 r I -. - ASPHALT MAT r -- . --- SAW CUT TO NEAT LINE ,er' r — - -- r r Lai '.wn awwrr�lelt. ►��11At1t�� ... M►� '' �_ - �' MATCH EXISTING .w � r� .� ...• ..-- Trr._�rwr,.....r..•.,��r:— .-ar-.. t �r f t fit ♦ .A. .�+r • . .� -ita.':\'�i;:-. .r .._'� .. , a ,- r � ; ` ''1, I _ � SECTION LINE --,. — . • — O "" - • �O�11 + t!-� ' �£ .� .... F - — fl�l .. _ L _ (:! 1 - _ , o »... .. — - _ _ -. . w . - �Olf.....r� .u� .r; ...— �y �-:.• -- . — -- [ - — H -• !:. -- - - Lit - ,..E ... - _ .. r -r -.- J .'..- �.• ..... e ... .r r.... ..v.. r ..y r ..a.a. • ... • .... • .... . r r . r. - . — • . '-.r a .r . — — . r r ' st "' Yla . �,.. Rj� �: �I.e �0 oe .. .. -. Cols; POW �fT- ' e ti ae Y Mr \ -- �, w .—.. W — .._ �._ ) _...-.- fl 1l� .. _". 1! '._ -.^ (D /• _� _ _- _ ......iC _ - ..,.._ _ _ 4,J Z. .. ..,..- - _..._ - -... - ..... s .. —. .. ... � ' ''' "� a .�.. ._... —r •- � _,..,-......:=.-.T. _� - _.� _ = w.... ._� ....._ .. fJi•6 _ - - -_ 1 _....,- -_- $ - p T...� } m - T 0EDGE + STA. 140+(34.62 to a OF PAVEMENT R1;;7I I POI o = ;,-y 1,E#'P ;SCE 1. rt\}CCRY) TOE OF FILL to END REMOVAL OF DITCH LINING D a r a "t . LF) 1 ,i°[ I(1248 idraalwhat�s Cali below. before UTILITY EASEMENT you dig. �o* icoo****e� 4 ,". k NIAL Print Date: 11/6/201.6 (—'"--) Sheet Revisions r �°��� _ �� V iv ,4 <c" Department r If1I .• r Phone: CtD .t?RADt� of Public Works H Street, Greeley, CO 80831 (970) :558--400Q o � As �s�' Jinni . ed U�'I�IiY (�EN9Q�r�LS RESET PLAN a s� 3S92& Project No. Code File Name: WCR47.-UTILplan03:dgn No Revisions: S 9 M C-030-056 Horiz. Scale: 1:50 Vert. Scale: As Noted ("—") CD Unit Information Unit Leader Initials revised: ' zor—r gner: auvray Designer: L. L Structure 'gag' fr IKON 4601 DTC 8oulnvcrd, Suite TOO Denver, CO 8G237 Phone: (303) 221-7275 Fat (303) 221-7276 I Numbers Void: Detwiler: K. Wilson Sheet Subset: util/rrnv Subset Sheets: 3 of 5 Sheet Number 30 •.•.- trniinrerrus arviri1'.Marubiwnditra.ana tpna 1r.. _ _-:: ..=.._r..-. at,r`2a_a:r laslrl4FYd.1-J.4ra.•-5a4r.t-.c ALI-.-ra J1i1La'c_M14lkraTY.'.UYntM - aYYv. Wile—'.' • C 1r 0 a ,- J cit h d n. U w .2 5 A s 0 0> An SI N z rn v V 0 Y t r 2 0 n r- a- e_ n WI co n co a a C u LEGEND: ` NOTES: REMOVAL [ \ REMOVAL OF ASPHALT MAT 1. COORDINATE ALL LIMITS WITH WELD COUNTY FIELD REPRESENTATIVE. TEMPORARY �A.E, Ej�7 a' 25' . x 2. SAW CUTTING IS NOT PAID FOR —.50:-Saar SEPERATELY AND IS INCLUDED IN THE COST OF REMOVAL OF ASPHALT MAT, 3, SEE TRAFFIC PHASING PLANS FOR REMOVAL REQUIREMENTS TO MAINTAIN TRAFFIC DURING CONSTRUCTION. ROW NI_ a , _ _ _ _, OW _, 4_ FOR REMOVAL AND RESET OF SIGNS SEE SIGNING AND STRIPING PLANS. , ••••• ,_ _ _ _ — — — __ >`s _ — --lila — a- 5. REMOVAL OF TREES FENCE POSTS TOPAID FORUNDER CLEARING AND GRUBBING. _ __ ... __ .. iG -- AND BE ALE NG GRUE3BI _.._.._ ; ------l:j i - -- ii-- - ._,_.-._._•two• •- ,,,,•._.,.,.,,. ...,_._._...,._ ,_._,_. ..._ —410 — _.— .1 HO ....— _ ., ._._._. .�.-, .._. _.-.._, o._ �1_ . t . I \ t \—EDGE OF PAVEMENT 0 BEGIN PROJECT 'NCR 47 — N P STA. 514+61.00 BEGIN REMOVAL OF ASPHALT MAT t` 1 SAW CUT TO NEAT LINE - MATCH EXISTING i_ I 1 I 1 1 I 3 1 ' 1 ! i 1 l ! 1 l �. s \ 1 I 1 1 I I N Id? � 1 I k I I \- . . _ t 1 I t ��.._•_1 I EXISTING ROW _ a •. .l_..J � %-f __ _ _ W \ r--'( ..r •"' ,/ •r o �.X �-' (1-- \----- ,� ` ,.,.r''te �' Mi ~SECTION •_ ' _._• a _._._._._-_----.— LILAC }EDGE OF PAVEMENT '. V _ a Y V E X1ST ING RO W o o t• 1r- ,. 'et In 1i) Otiel V t t Ifi O° OrkGfL y, 0 -._ 0 a • S. 6°4% j / jj1.J} N4 o .. '.. .--- ��', �� \--�' �� ✓ -. 1.4 i. `• J tt ° .._._. F/ F1' v e D e �f a �� �� a o o � r� AL L 'cc rte- ' 0' 25' 50' l00' TEMPORARY EASEMENT _ I' _ 1260 TOE OF FILL ROW 'i _ , _ J / : _ _ _ -EOGC. OF f it3 ,~ W" 1 :a it) -- F;:? I.- -•--1.1=- PAVEMENT- r _._._._._._. - • _ - ig f fi Ici I f f , f 4 a k co in RLuSET C1LM Y, OCP APPROXIMATELY ,,M ,... I ENERGY) . I cce RESET PULL I. ii -BOX [n 3.0' FROM SURF ACE ELEV 4698.21 ,(BY (TELEPHONE) CENTURY L , I -1 SECTION ,I• ' �— STA. 526136.39 WCR $7 UJ a-1 LINE I Y t END REMOVAL ❑F A�PFIALT MAT y. (EXISTING r GRAVEL ROAD) —J - n )01--- U Q '� ' -` f �• r• ,-• �— / -° - / r �• / .• �. •-~ .r \` I► ..i► '� ,- / / , 1 ar�r�^ RESET cTEi:Ei�HDNE3' jet CEI PULL r Y LINK) M _ IT -• -•- _.- - - •— _ - - i \ �- ; y / / r - 1).r '„ / 7:j't,' _ i i ITICJN __� EXISTING ROW _ _ p \ l i STA. 525+24.13 -1 O 0 kl "x?s�• O ?CATER LINE ' STA. 526+06.17 END REMOVAL � TO 8c - BEGIN REMOVAL €iUT,t iraat�s b��$b9J ti eN4 EDGE OF PAVEMENT ;!t A!ED IU'E��S` OF DITCH LINING (81 k. F) R" C' OF DlfCrl LINING (`al' NORi • H WELD WATER d- to REMOVAL OF HEADGATE (Si LF) ry N CV \\-'+ unIn E I. + I k`\ r- 1 1 / [�J / t �--DEMOI 0 STRUCTURE -HERS / U' - / t • s j BY O" S . \ / / , Calll tN to .. (eV r:;EL. ENERGY) befcie you dig (eV , EL. of •1 Print Date: 11/6/2016 C--) Sheet Revisions �� COUNTY "-._ Department COLORADO of Public Works As �, to tr[Irt �] UTILITY, REMOVALS & BESET PLAN WCR47 Project No./Code_ File Name: WCR47UTILplan04•dgn ` Date: Comments Init. STM G-030056 No Revisions: Horiz. Scale: 1:50 Vert. Scale: As Noted (D �� Unit. Information Unit Leader Initials I 11 r --= ? 1111 H Street, Greeley, CO 80631 `lir Phone: (9?0} 356-rt40G *- ».. s> c --- '' Designer: L. I- ouvra 9 Y Structure 19891 t w Revised: � '� r �`1 ` B 601 OTC 6otAtvtrd, Suite 700 Denver, CO 3L'2a7 Phone: (.iO3) 221-7275 Fox: (303) 721-7276 Oetailer: K. Wilson Numbers Sheet Number 31 Void. Sheet Subset: util/rmv Subset Sheets: 4- of S caare6631 2:58:03 PM S:\ironproj\100041542 Weld County Rood 47 SH 392\ Atkins \Hwyfes\UtiIties\WCR47_UTILplon05.dgn MATCH LINE STA. 528+00.00 LEGEND: REMOVAL OF ASPHALT MAT sm. . *On .•_•-• .a. •..•. NOTES: t. 2. 3. 4. ►a tI ' to x x•--»max-----ar--- LEDGE OF PAVEMENT a 1 •••••1 • a . — • a . S • .I•• k — I — • — r — • .w • w.• • COORDINATE ALL REMOVAL LIMITS WITH WELD COUNTY FIELD REPRESENTATIVE. SAW CUTTING IS NOT PAID FOR SEPERATELY AND IS INCLUDED IN THE COST OF REMOVAL OF ASPHALT MAT. SEE TRAFFIC PHASING PLANS FOR REMOVAL REQUIREMENTS TO MAINTAIN TRAFFIC DURING CONSTRUCTION. FOR REMOVAL AND RESET OF SIGNS SEE SIGNING AND STRIPING PLANS. ,REMOVAL;, OF , TREES AND FENCE POSTS TO BE PAID FOR UNDER CLEARING AND GRUBBING. .». • ..• ..r•.,_ 5 ,. TEMPORARY EASEMENT FOR DEMOLITION OF STRUCTURE a • - • - • a . ..q • — taw • — 1 Tn. • r• EDGE O OF PAVEMENT - , ..• I •.,• I IP... . •..• • ...• • a . - . tO • — , — • EXISTING ROW 0 tn .r — 1. •-••.,• )I 0 K) U) immeniastossixtme _ 0, 25' 50' 100' END CONSTRUCTION WCR 47 STA. 534+60 TOE OF FILL EDGE OF PAVEMENT 1 L _ _._.01.. -._..-•-..,,••- EDGE OF PAVEMENT 0 rep U) MATCH LINE STA. 535+00.00 ROW I to Know whare2BiOn Call tone you di" Print Date: 11/6/2016 File Name: WCR47._UTILplanO5.dgn Horiz. Scale: 1:50 Vert_ Scale: As Noted Unit Information Unit Leader Initials ATKINS Denver' 4601 OTC BoOvrr Suitt. 700 Phone: { 03) 221--775 Fux•'.(303) 221-7276 C CID CD Sheet Revisions. Date: Comments Init. PROTECT EXISTING BRIDGE O3 K) in WELD COUNTY cowicwo Department of Public Works 1111 H Street, Greeley, CO 80631 Phone: (97O) 356-4000 WCR 47 (EXISTING GRAVEL ROAD) EXISTING ROW 0 No Revisions: Revised: ?Ate rat Void: d --SECTION LINE a r4 * to UTILITY, REMOVALS & RESET PLAN WCR47 Designer: De toiler: L. Lauvray K. Wilson Sheet Subset: util/rmv Structure Numbers Subset Sheets: 5 Project No./Code STM C-030-056 19891 Sheet Number 32 casw8b3l 2:41:42 PM !:\Tronproj\100041542 Wild County Roca 47 SH 392\ Atkins \HwyDes\Pions \WCR47_RDaeto:4O2.dyn ROADWAY CURVE DATA RADIUS i LENGTH 102.125' 101.920' 102.677' 117.837' 117.328' 1 17.600' 118.473' EDGE OF GRAVEL EDGE OF PAVEMENT--, STA. 125+00.00 END ASPHALT PAVEMENT BEGIN CONCRETE PAVEMENT SH 392 a 6 N TANGENT 65.024' 65.578' 75.027' 74.520' 74.741' 75.667' DELTA 90°1'14.87" 89°37'55.45" 89°50'24.58" 90°30'25.1" 90°1'14.87" 8905O'24.W" 905O'?4. .' 90°30'25.1" P.C. STA. 125+53.70, 38.00' LT ELEV. 4702.64 P.C. STA. 12S+65.71, 36.00' LT ELEV. 4702.62 0 c%i 0.5% N EDGE OF PAVEMENT EDGE OF GRAVEL / - • - • /P.C. STA. 125+54.01, TOE OF FILL (TYP.)--/ 38.00' RT 0 15' 30' ANN ELEV. 4701.66 P.C. STA. 125+55.98, 36.00' RT ELEV. 4701.62 60' NOTES; 1. SEE ROADWAY PLANS FOR ADDITIONAL INFORMATION. 2. ALL CURB & GUTTER CALL -OUTS ARE TO THE FLOW LINE OF CURB. P.T. STA. 527.183.46, 50.00' LT ELEV. 4701.93 P.T. STA. 527+71.45, 48.00' LT ELEV. 4701.90 P.C.C. STA. 527+19.31, 41.52' LT F.L. ELEV. 4702.27 END SPILL CURB /• SEE MEDIAN NOSE DETAIL / { C5 .,--4" CURB AND GUTTER TYPE 2 (SECTION IM) P.C.C. STA. 126+14.01, 2.6.86' LT F.L. ELEV. 4702.54 BEGIN SPILL CURB P.C. STA. 126+14.91, 23.87' LT F'.L. E1.EV. 4702.64 BEGIN CATCH CURB P.C. STA. 126+19.97, 23.87' RT F.L. ELEV. 47O2.66 BEGIN CATCH CURB SEE MEDIAN NOSE DETAIL P.C.C. STA. 126+18.12, 29.52' RT - F.L. ELEV. 4702.49 BEGIN SPILL CURB P.C. STA. 126+39.73, 23.87' LT F.L. ELEV. 47O2.73 CURB AND N- GUTTER TYPE 2 _ C• 3 (SECTION IM) O N v- C18 C7 P.C.C. STA. 526+18.04, 38.86' LT F,L. ELEV. 4702.01 END SPILL CURB P.T. STA. 525+69.73, 48.00' LT ELEV. 4701.25 P.T. STA. 525+57.76, 50.00' LT ELEV. 47O1.19 Print Dote: 11/6/2016 File Name: WCR47_ROdetail02.dgn Horiz. Scale: 1:30 Vert. Scale: As Noted Unit Information Unit Leader Initials ATKINS 4601 OTC Boulevard, Suite 700 Denver, CO 80237 Phone: (303) 221-7275 Fuca: (303) 221-7276 C C C 2.0% It a 528;00 2.0% STA. 527+49.00 END CROSS SLOPE TRANSITION P.C. STA. 527+21.73, 35.88' RT F.L. ELEV. 4702.13 CM BEGIN CATCH CURB P.C. STA. 527+17.46, 35.87' LT I F.L. ELEV. 4702.39 END CATCH CURB P.C. STA. 127+14.61, 27.01' LT F.L. ELEV. 4702.37 P.T. STA. 126+42.86, 27.00' LT 527+00 EL.. ELEV. 702.69 526+94.00 STA. 126+46.00 END CROSS SLOPE TRANSITION STA. 127+13.00 'In' BEGIN CROSS SLOPE \ 6 t TRANSITION - BEGIN CROSS SLOPE TRANSITION -STA. 126+03.00 ia) 0.5% BEGIN CROSS SLOPE 0 t TRANSITION -P.C. STA. 126+39.77, 23.87' RT F.L. ELEV. 4702.70 STA. 126+42.9O, l Sheet Revisions Date: Comments Init. 1 I C20— 26.99' RT F.L. ELEV. 4702.63 • -C16 P.C. STA. 527+82.86, 50.00' RT ELEV. 4701.93 P.C. STA. 527+70.93, 48.00' RT ELEV. 4701.90 P.C.C. STA. 527+22.62, 38.86' RT F.L. ELEV. 4701.98 BEGIN SPELL CURB CURB AND GUTTER TYPE 2' (SECTION IM)/ - C2 {- C6 SEE MEDIAN NOSE DETAIL MEDIAN CURVE DATA MEDIAN NO. CURVE NO. M1 C9 RADIUS 89.875' LENGTH TANGENT DELTA 32.154' 16.251' 20°29'54. 36" C10 3.125' 7.840' 9.547' - 143°45'2.44" C11 3.125' 4.910' 3.126' -00°1'14.87" C12 1.625' 4.161' 5.438' -146°43'37,04' M2 C13 89.875' 31.544' 15.936' - 20°6134.94" C14 3.125' 7.840' 9.547' 143°45'2.44" C15 3.125' 4.889' 3.301' 89°37'55.45" C16 1.625' 4.161' 5.438' 146°43'37.04" e -. P.C.C. STA. 127+38.95, 29.52' LT F.l.. E.LEV. 4701.88 END SPILL CURB P.C. STA. 127+37,10, P.T. STA. 127+17.72, 23.87' LT 23.88' LT F.L. ELEV. 4702.06 F.L. ELEV. 4702.34 END CATCH CURB STA. 526+49.00 END CROSS SLOPE °TRANSITION 0 • CNI O.S% P.C. STA. 127+14.65, 27.00' RT F.L. ELEV. 4702.30 P.C. STA. 526+22.63,-- 35.87' RT F.L. ELEV. 47O1.92 BEGIN CATCH CURB -P.C. STA. 526+18.93, C22 35.88' LT I F.L. ELEV. 4702.08.- 526+00 END CATCH CURB 2.0% CC U P.T. STA. 127+17.79, 23.87' RT F.L. ELEV. 4702.32. C23 M4 \---STA. 525+94.00 BEGIN CROSS SLOPE TRANSITION WELD COUNTY COLORADO 2.0% Deportment of Public Works 1111 H Street, Greeley, CO 80631 Phone: (970) 356.4OOO l t I "- STA. 127+53.00 END CROSS SLOPE TRANSITION P.C. STA. 127+43.40, 23.88' RT F.L. ELEV. 47O1.98 END CATCH CURB C24 CURB AND / GUTTER TYPE 2 7' (SECTION IM) SEE MEDIAN NOSE DETAIL -P.C.C. STA. 526+20.79, 41.52' RT F.L. ELEV. 47O1.67 BEGIN SPILL CURB P.C. STA, 525+68.65, 48.00' RT ELEV. 47O1.25 P.C. STA. 525+56.55, 50.00' R T ELEV. 4701.18 P.T. STA. 127+91.10, 36.00' LT ELEV. 4 701.49 P.T. STA. 128+03.02, 38.00' Li ELEV. 47O1.39 ............. TOP OF CUT (TIP.) -T EDGE OF GRAVEL 7 --EDGE OF PAVEMENT i 0.5% N�0 SH 392 P.T. STA. 128+04.70, 38.00' RT ELEV. 4701.38 P.T. STA. I27+92.59, 36.00' RT ELEV. 47(1,48 STA. 128+60.00 END CONCRETE PAVEMENT BEGIN ASPHALT PAVEMENT i i 0 O N _ MEDIAN CURVE DATA IMEDIAN NO1CIJRVE NO. RADIUST LENGTHFTANGE-NTl DELTA C 17 89.875' 31.871' 16.105' 20°19'4.06" 89.875' ROADWAY DETAILS Revised: sestLpn, Designer: L. Lauvrcy Detoiler: K. Wilson Sheet Subset: detail Subset Sheets; 2 32.917' 3.116' -89°50'24.58" - 146°43'37.04'. 20°59'4.59" - 143°45'2.44° -90°30'25.1" - 146°43'37.04 Project No./Code STM C-030-056 19891 Sheet Number 45 • SO _,rc.r., April 6,2020 Bid Request No. B2000101, Engineering Services for the Design of CR 47 and Highway 392 Signalization Project Weld County, Colorado ADDENDUM NUMBER TWO The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: A. Contractor Questions and Responses All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. A. CONTRACTOR QUESTIONS AND RESPONSES Question 1: The County has stated additional ROW is not anticipated for the project; however, a full scope of ROW services is indicated for inclusion of the fee. Can this scope be excluded with minor services necessary being covered in the $15k Other Professional services scope or are proposing teams to include a cost estimate for CDOT compliant ROW services as part of their response to this RFP? Answer 1: The OPS task cannot be used to cover the cost of ROW acquisition. The County does not expect to have to acquire ROW. However, the ROW acquisition task is intended to be a contingency item in the event an unknown situation arises during the design. Question 2: If a fee must be included, how many parcels does the County intend to impact? Answer 2: Because a design has not been completed for this project, the County does not know how many parcels could be impacted by the ROW acquisition. It is up to the Contractor to determine how many parcels could be impacted. Question 3: Will advance warning signs ahead of the intersection be required to be active (i.e. connected to the signal controller in a way that the flashers only go when the signal is yellow or red) or passive (flash continuously)? Answer 3: The answer to this question will be determined during the design phase of the project. Question 4: Are Irrigation Ditch Use and Maintenance agreements already in place with ditch companies for this project? Answer 4: There are no ditch companies with ditches in the project area. All irrigation ditches are privately owned and maintained. There are no Irrigation Ditch Use and Maintenance agreements in place because the ditches are outside of the ROW with the exception of the roadway crossing. Question 5: What coordination/scope will proposing teams be responsible for as it pertains to ditch companies in the area? Answer 5: Weld County does not expect there to be any impacts to the existing irrigation system. However, in the event of an unknown situation which arises and the existing irrigation system has to be impacted, the proposing teams will be responsible for coordinating all mitigation efforts with the private ditch owner. Prepared By: Clay Kimmi, P.E. Senior Engineer RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. Date: By: Addendum No. Date: By: Addendum No. Date: By: FIRM BY (Please print) BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE E-MAIL DATE FAX TAX ID # A signed copy of the Receipt of Addenda must be included with RFP response. It will not be included in the total page count. Failure to include the Receipt of Addenda will result in the proposal not being reviewed or scored by the County. 2000101 CR 47 and High , y 392 Signalize tion Project nd <.tory Pre- roposal Meeting Agenda arch 26, 2020 aa9 6i n Number 1-720439-5261 Conference l s 773923057# 1. Sign -in Sheet a. Need to send Clay Kimmi an email at ckimmi©weldgov.com in order to be considered present for the mandatory pre -proposal meeting. 2. BidNet Direct Documents a. A vicinity map and the warrant analysis has been uploaded to BidNet Direct. These documents can be found under the Communication tab. 3. Project Description/Location a. The project in general consists the design of a traffic signal at the intersection of CR 47 and Highway 392. b. Project is being funded partially by a grant from CDOT and FHWA. Weld County's share of the project is to provide the design. 4. Project Engineering a. Consultant to design all aspects of the project including but not limited to design of traffic signals, SUE, Geotech, drainage, traffic control, permits, etc. 5. Project Requirements a. Consultant to provide 30%, 60%, 95%, and Ready for Construction Drawings (RFC). A combined FIR/FOR meeting will be held with CDOT at the 95% plan set stage. CDOT will provide comments that have to be addressed prior to the RFC drawings. b. Consultant to provide geotechnical evaluations, surveying, hydraulic/hydrologic evaluations, structural design, geometric layout, utility relocation coordination, CDOT review and permitting, and post design services. c. In the event that ROW has to be acquired, the Consultant shall provide CDOT style ROW Plans which have been reviewed and accepted by CDOT d. Consultant to prepare a Subsurface Utility Engineering (SUE) report and 2019 Civil 3D AutoCAD drawings/plans that can be incorporated into the designs. SUE shall be done to at least a minimum Quality Level A. e. When conducting the SUE and Geotechnical investigations, no test holes through the concrete roadway will be allowed. All test holes shall occur in the islands and outside of the concrete roadway. f. Coordination with landowners is a must. The Consultant will have to meet with landowners and utility companies. g. Be sure to include an Other Professional Services item for $15,000 in the cost. h. Weld County will be doing the environmental clearances. 6. Proposal Requirements a. All proposals must be submitted via email or BidNet Direct. If the proposal PDF is smaller than 25 MB, it can be emailed to bids@weldclov.com. Ifthe proposal is largerthan 25 MB, it has to be uploaded to https://www.bidnetdirect.com. b. See the RFP document for items to be included in the proposal. c. Proposal limited to 15 pages d. Resumes, sample plan sheets, and a completed Attachment A count towards the 15 page limit. e. Must state willingness to sign the Weld County Professional Services Agreement (sample provided on pages 13-20 of the RFP). ote that all changes to the Professi in i Seices Agreement must be revi =awed and approve by . , ld County ;srior to the submottal if the RFP. After a consultant is selected, Weld Cp runty will not change the agrtementa Note the insurance requirements for the job (pages 16-17 of RFP) f. 7. Selection Process a. Using the County's Best Value process. b. The scoring criteria has been outlined on page 12 of the RFP document c. Lowest price does not get necessarily get the contract. Cost is a factor in the scoring, but other factors will be reviewed by Weld County Review Committee. Page 1 of 2 d. The County in its sole discretion may choose to interview the top three ranked proposals. 8. Anticipated Project Milestones Date a. April 8, 2020 — RFP Proposals due at 10:00 am (Purchasing Dept.) b. April 23, 2020 — RFP Interviews (if needed) c. Mid -May, 2020 — Notice to Proceed d. Monthly progress meetings will be held at Public Works — Consultant to provide agenda and meeting minutes. 9. Questions? a. All questions after the Pre -Proposal meeting must be submitted in writing to Clay Kimmi at ckimmi@weldgov.com b. Deadline for asking questions is 7 a.m., April 6, 2020 c. Final Addendum will be posted by 5 p.m., April 7, 2020 Page 2of2 Weld County Engineering Services For Design Of WC'l. 47 & HWY 392 Signalization Project 136th Avenue Widening: 4 Lanes with Turn New Signalized hers: ct o_ City of Thornton 1?ame + Drexel, Barrel) & Co. • 1800 38th Street, Boulder, CO 80301 Phone 303.442.4338 • Fax 303A4214373 www.drexelbarrell.com rn.,1 ; �"� .!itr. ;lm. 5. pBe stiff FIri: ?"71•!'aP 5TF /r•qc- 701 ^'Ri n,t. "' 411P5..k.Z i HIV pWS N 1 SlOia flea °: Drexel, Barrell & o Traditional Services, Innovative Solutions Since 1949 1800 38th St. e Boulder, CO 80301 a 303.442.4338 a 303.442.4373 fax 3 South 7th St. ® Colorado Springs, CO 80905 e 719-260-0887 a 719-260-8352 fax 710 11th Avenue, Suite L-45 Greeley, CO 80631 a 970-351-0645 April 8, 2020 Weld County Puroha&in . Dept, d.mifistrative = uildi 1150 O Street Room #107 Greeley CO 80631 cf, • LA 4vafm. SUIJect: B2000101 CR 47 and Highway 392 Signalization Project Chiy, Don a limits of the sel ecti.n 8 itteem Drexel, Barrell & Co. is excited to submit our qualifications and proposal to Weld County Public Works for the CR 47 / SH 292 Signalization project. Our firm has the relevant experience to provide all services required for this project. As one of Colorado's most experienced consultants (founded in 1949, celebrating our 71St anniversary this year), we have been the design lead for signalization projects for many Colorado cities and counties. Examples include new installations and upgrades in Adams County, Alamosa, Boulder, Colorado Springs, Fort Collins, Fountain, Greeley, Louisville, Mesa County, Northglenn, Thornton, and Westminster. Many of these were designed under CDOT jurisdiction and oversight. The personnel listed in our qualifications are experienced in all of the areas required for successfully completing this project. Senior Transportation / Traffic Engineer Derek F. ScNaleler, P.E., PTOE will lead our team as Prject manager. Derek has 27 years experience including as a Traffic and Transportation Group Leader for Jefferson County Transportation. He will be supported by the highly qualified staff shown the organization chart and supporting qualifications enclosed. C -met n Knapiy9 PEEL from our Greeley Office will provide independent project review. 413. The information submitted in this statement of qualifications is true and accurate to the best of my knowledge and belief. We agree to comply with the terms and conditions as described in the RFP. I have full authority to submit this proposal on behalf of Drexel, Barrell & Co and bind the company to the obligations and conditions of this potential contract. Please do not hesitate to contact me at mike@drexelbarrell.com or 970-351-0645 if you have any questions or wish to schedule an interview. Sincerely, fi rexel, Barrel! & Co. Michael D. Middleton, P.E., Managing Principal Enc: Qualifications and Proposal C i v i l, Trans nation, & W a t r Resources Engineering Land S u r v e y i ® C e o of a t ti c s M a p t i ski g www, drexelbarrell. com WCR 47 & HWY 392 Signalization Project Page 2 oLDC N u' Pr�jet]:a GENERAL 9 C- hi -03 aci This project consists of designing a new traffic signal installation at the intersection of WCR 47 and SH 392. This includes mast arms/poles at all 4 corners, subsurface utility engineering, geotechnical investigation, drainage memo, traffic control, permits, and related items. The intersection was recently widened to include left and right turn lanes plus channelizing islands on all approaches. The signal poles will be located in these islands. Some work will be needed outside the pavement area including conduit bore pits, pull boxes, and the traffic signal controller cabinet. Video, radar, or similar vehicle detection method will he used to avoid cutting into new travel lanes. IGHT . ND TOPOGRAPHIC SURVEYS AND PLANS The intersection and approaches will require a field survey to document existing rights -of -way and easements and to collect topographic, utility, and roadway/irrigation ditch information. The survey limits will extend farther on SH 392 for the planned advanced warning devices. No ROW acquisition is expected but temporary construction easements (TCE) are likely needed. Drexel Barrell will provide legal descriptions for TCEs and also as -built drawings. Drexel Barrell will field survey each site per WCPWD and CDOT standards, as applicable. All Drexel Barrel) surveying would be under the supervision of William K. Wright, PLS (45 -years experience, including preparation of WCR 49 Right -of -Way plans for Leon Sievers). SUBSUrACE UTILITY N1 I ERIN (SUE.) PLAN The SUE plan will be developed to Quality Level A per SB 18-167 and county requirements. Drexel Barrel) will collect all available agency and utility above and below ground mapping. CtI1ra{ `z•F Utility Finders, a private underground utility sub contractor in Johnstown, will be used to obtain any missing information from the 811 locates. They will then perform 20 or more test holes to ensure quality level A. They will also video-tape the culvert and irrigation crossings to assess condition. The SUE plan will show accurate horizontal and vertical locations of all utilities within the construction limits. D AG R--NDUM The signal design will attempt to avoid any impact to the existing roadway and irrigation drainage systems. This will be verified in a drainage memo and any required mitigation and permitting will be identified. Michelle 'SCEs, PQ , PCFhas extensive experience with hydraulic evaluations including the following if needed: ® Floodplain modeling/permitting; FEMA CLOMR/LOMR process or no rise determination (roadway must be lowered 2 inches); County Flood Hazard Development Permit (FHDP) Process. Drexel Barrel) will utilize the County's on -call 404 consultant, Loveland -based Darcy Tiglas of Ti 1 s Ec too is I S r l s. They will provide all required environmental tasks fora not to exceed fee of $15,000 as indicated by the county. 4r1.' 9l Tern c n will provide the required geotechnical report. They will drill four exploratory borings to provide recommendations for the pole foundations. Drexel, Barrell & Co. -Traditional Services Innovative Solutions www.drexelbarrell.com WCR 47 & HWY 392 Signalization Project Page 3 TRAFFIC SIGNAL PLAN Tr 4ffic I. eratIos: tit r k ,Sc e ler, cEQ, PTOE is our Trafrc and Transportation Group Leader and will serve as the Project Manager. He will utilize data from the previous signal warrant study and obtain additional data as needed, and perform capacity and operational analysis. Synchro version 10 software will be used for traffic modeling per the methods in the Highway Capacity Manual. Special attention will be made for the 65 -mph speed limit on SH 392 and high percentage of truck turning traffic on all approaches. A phasing diagram and preliminary timing plan will be provided. He is familiar with communication devices, various types of vehicle detection, and programming advanced signal controllers. This knowledge will be used in the development of specific technical specifications for the traffic signal. Fl /FIR esigDerek will lead this effort and particularly focus on the final design of the new traffic signal, signing, striping, and construction traffic control. His traffic signal design experience with CDOT Local Agency Process include: Sheridan oHlevard Wide'=l acj/Underpass/,Si final Modificati n, Jeffers i County Tr- ffic Sig al system s. " gra e and 48th Avenuer�.E'c n yre Street Intersection Impr• vements® The former two projects were when Derek was in the role of Jefferson County Traffic/ Transportation Engineer. The design process will include minimizing impact to the recently widened roadway and drainage systems. The pole foundations (caissons) will be designed per the geotechnical recommendations. The poles will include luminaires for street lighting which provides an additional measure of safety at night. Advanced warning signage/electric beacons will be considered on 65 -mph SH 392. Per the county, no pedestrian accommodations will be made. A 90% PS&E package will be submitted for formal CDOT and county review as well as to an independent electrical engineer. Cameron Knapp, P.E., based in our Greeley office, will provide project peer review. Final .,t s1FC ��' `ln: Based on the county's schedule it is assumed there will be a FIR/FOR formal review meeting. Drexel Barrell will conduct this meeting with CDOT, county, and applicable utility representatives. All comments will be documented and addressed in a comment/response worksheet. The Ready for Construction Plan submittal will include all required plan sheets per the RFP, specifications and special provisions, and a construction cost estimate. All items will be signed/stamped by Mr. Schuler plus the independent electrical engineer will sign applicable electrical drawings. sT DESIGN ACONotJ UCH N SERVICES Drexel Barrel! will utilize western States Land Serf ices for TCE acquisition services and our in house surveying staff for as -built information and all other needs. During construction Derek and/or Tyler Smeenk, Construction Engineer, will be available to attend weekly coordination meetings, review shop drawings, and conduct utility coordination as needed. 11--4 -1I r �; :flei ±; 1 Fi Ids rel '/ Willies: Drexel Barrell will provide a field topographic survey including underground u tility location to accurately identify existing improvements, grades, slopes, above- and below -ground u tilities, landscaping, and other existing features pertinent to the design. All survey shots will be to Weld County / CDOT accuracy standards and based upon relevant horizontal and vertical control datum (NAVD 88 unless otherwise indicated). Drexel Barrell will establish at least one convenient project benchmark per site for use later by the contractor. Providing a precise, accurate, and complete horizontal and vertical survey within the project limits u nderpins the entire project. Drexel Barrell will accurately identify and locate all existing above- and below -ground utilities, crossings, and obstructions, compile this to 1=20' to 1=40' base mapping will help e nsure the most accurate plan and profiles possible and minimize potential construction cost overruns later. Drexel Barrell's survey/utility program will include: Obtaining client and property owner right -of -entry permission to survey; Collecting all available agency and utility above- and below -ground mapping affecting the proposed improvements, including power lines, vaults, water, sewer, storm, gas, electric, telephone, •k •' T,;"�.°�' �e v t,". d• 3t"''a �.:� Y .5ir.. (ca` f2�''n'`^e:.. ', `tR ,4:a � �.'• • Sam. n. �. �rsi� '..a.. s 4 .at?�� s�a�r..:5 b'le". i P . V< r1 WCR 47 & HWY 392 Signalization Project irrigation laterals and head gates; ® Subcontracting with a private underground utility location service to precisely locate and mark the horizontal position and depth of all power, telephone, oil and gas company, fiber optic, and other underground utilities where their location is critical to project design; ® Providing Level A utility locates per Weld County's requirement; • Establishing horizontal and vertical ground control based upon section and aliquot control for horizontal and NAVD 88 for vertical and correlated to existing FEMA FIRM mapping. Providing field cross -sections at 20' average intervals including centerline, edge of creek, at changes in grade or direction, and of all marked underground utilities; ® All survey services will be performed to Weld County PWD and CDOT standards and requirements as appropriate. Ian rer._: ti*n Drexel Barrell will follow the 60%/95%/RFC plan submittal and review process as outlined in the RFP. Then final construction drawings, bid documents, specifications, and estimates will be submitted. Plans will utilize WC PWD / CDOT plan content, format and order. ht f y Legal Desc„ript ins° Drexel Barrell will provide surveying, legal descriptions and exhibits per Weld County / CDOT requirements. We will work closely with Wester,. States Land Servic s to complete the TCE acquisition process. Past projects partnering with them were in Weld, Adams, Routt, and El Paso counties. C OFLei; MUM N ST rTINTIATIN Drexel Barrel) and our team take great care and pride in providing our clients with accurate and reliable quantity takeoffs and construction cost estimates. Our goal is to be the equivalent of the number 2 or 3 low bidder. With escalating construction costs due to high demand and fixed contractor availability, we strive to ensure our clients have the most accurate quantity takeoffs and up-to-date unit costs from a variety of sources. These include the contractors, clients, and reliable cost estimating sources. DESIGN .._. M DULE Start Project, Kickoff Mtg FIR/FOR Design Phase S/14/2020 5/15/2020 s/14/2020 1 day 11/16/2020 180 days FIR/FOR Review 10/15/2020 11/10/2020 30 days WRFC PS.. F Package Utility Relocation (if needed TCE Acquisition Bid/Contracting Irrigation Relocation (if needed Construction: Construction Services Completed 11/16/2020 1/1/2021 1/1/2021 •Tt ar 7/1./2021 10/15/2021 1/1/2029 1/1/2022 12/31/202 45 days 6/30/2021 180 days 6/30/2021 18 days 8/31/2021 60 days 12/31/2021 75 days 3/31/2122 90 days 3/31/2022 90 days MANAGEMENT CONTROLI; DGET / ST CONTR LOGY During selection and contract finalization, Drexel Barrell envisions a defined -scope contract on a time -and - materials basis with a maximum -not -to -exceed fee limit. Drexel Barrell has operated under this scenario WCR 47 & HWY 392 Signalization Project Page 5 numerous times. We include a reasonable contingency for unanticipated work items in our fees to avoid annoying change order requests. Drexel Barrell uses Deltek Vision project management and cost accounting software to manage the budget and costs of our projects. All employees enter their time daily, allocated by the hours spent on each project. Drexel Barrell enters the contract tasks into our PM system so that employees may align their work efforts directly to the approved scope of work. Each month, the Drexel Barrell Project Manager conducts billing reviews of all project charges, comparing these to contract terms and billing limits for reasonableness. Our in-house controller reviews all invoices to double-check we are billing in accordance with the contract terms and conditions. We invoice charged time meeting the contract terms and limits, usually during the first 10 days of the month for the preceding month. We write-off (do not bill) any charges not meeting contract criteria. UA,1 ITY CONTROL ETHO OLOY With seven decades of proven experience, Drexel Barrell employs extensive procedures and checklists to ensure our projects meet all applicable quality control standards. For this project, Drexel Barrell will employ a three -stage quality control approach consisting of: 0 The first Q/C stage is by the project manager. The PM will use Drexel Barrell's standard plan content checklists to ensure that our plans and reports display all relevant information accurately and correctly. The second stage is what we call our "Independent Peer Review." The independent reviewer will not be involved in the preparation of the plans or specifications, and will provide a fresh set of eyes not otherwise clouded by having worked on the project. Finally, Principal -in -Charge Michael D. Middleton, P.E. will spot-check plans and documents before submittal to ensure they meet our standards. Mike is a former City and County Engineer and has a good eye for quickly identifying corrections. SCHEDULE MAINTENANCE Drexel Barrell will prepare a CPM project schedule in Microsoft Project (or equivalent) identifying the important tasks, durations, milestones, deadlines, and critical path relationships. After acceptance by the client, Drexel Barrell will monitor the schedule weekly and update it periodically to ensure completion of all project deliverables when promised. Drexel Barrell conducts a weekly "Scheduling Veeting" each Tuesday in which senior staff reviews the progress of each active project versus contract. We identify projects requiring additional resources to maintain commitments to our clients and allocate needed resources to ensure meeting our project commitments. OFFICE PROM. r f ��\ b! Drexel Barrell will staff this project from our Boulder office. We will not charge the County for mileage or travel time on this project. INFORMATION N rr}. RI / TECHNOLOGY Drexel Barrell will open a secure, on -Drexel a.Jrrell premises -file sharing site for the remote sharing of project drawings and documents too large for email. This site will be accessible only to the client and Drexel Barrell staff, with access by outside parties / agencies when authorized by the client. r• 12. woJ • jiaaaegjaxaJp'MMM Michael D. Middleton, P.E. (27/47 yrs exp) Managing Principal Resource Allocation, Client Satisfaction Wid County, Color do WCR 47/SH 392 Si: alization Pr.ject 1' For Drexel, Barrel/ & Co. Proposal of April 8, 2020 • rf tJ" William K. Wright, PLS ( 43/45 yrs exp) Survey Principal Surveys & Mapping YRSATDBC/'YRS TOTAL EXP (t - ' q Q° V. t Derek F. Schuler, P.E., PTOE Sr. Transportation/Traffic Eng (2/27 yrs exp) Project Manager nmvnwWwTOASI w[nwvnw...vw.M. . A4M.nw RMMY.+n+.nx.+n.wntw-.xw.nwwnn n.um.H�n �tw.nwnwn�mayerm.v.w.nwwx.+swvrxiao..ww...wY .rte w Michelle Iblings, MSCE, P.E., PH, CFM Sr. Hydrology / Hydraulics Eng (2/18 yrs exp) Drainage / 1/vater Quality / Irrigation Ditches .... 1"n -1". .n Jw1.. •...n .. . .......... • t Y 1 Cameron W. Knapp, P.E., LEED AP (12/21 yrs exp) Associate independent Peer Review (Greeley Office) a Kurt Crawford, P.E. Transportation / Traffic'Engr (4/9 yrs exp) PS&E • a h (1 YG.n Tyler Smeenk, E.I.T. (4/14 yrs ezp) SUE Coord. / Construction Eng WCR 47 & HWY 392 Signalization Project �1) WCR 47 & HWY 392 Signalization Project Page 7 SECT' erson ferences ., �, F..a a -w. Mid - P r°nncnnS-I ®C rge r cr e1 n M feto , P3L Mike was formerly the City Engineer for the City of Broomfield and the Operations Engineer for Boulder County Public Works Department in charge of the County's road and bridge program. As Principal, Mike will ensure that the project is prosecuted in a professional and technically proficient manner, with proper attention given to each critical issue, and that the resources needed at each stage are available and su.cient to deliver outstanding value to our client. Dillon Road / St, Andrews Way New Traffic Signal and Intersection Improvements - City of Louisville US 85 and W. 13th St. Intersection & Signal Improvements - Greeley 136th Avenue Widening, Intersection Improvements and Signal Design - City of Thornton Indiana Avenue Roadway & Signalized Intersection - City of Fountain Downtown Westminster Signalized Intersections (5) - Westminster Apres Ski Way / Village Drive Intersection and Pedestrian Mobility Improvements - Steamboat Springs ED Sr, Transportation/Traffic Engineer DerekDrrek F. Schuler, P.Ea, PTOE OE [Project Manager] Derek has 27 years of progressively responsible Transportation Engineering and Project Management experience. He is an expert in roadway design, traffic signal design and operations, and implementing multi -modal projects. York Street Widening and Intersection Improvements With Signal Rebuild at 74th Avenue (recently approved and bid out for construction) - Adams County 58th Avenue Widening and Intersection Improvements With Signal Rebuild at Franklin Street (in final design) - Adams County 144th Avenue Improvements/Traffic Signal Modification - City of Thorn ton o Sheridan Boulevard Widening/Underpass/Signal Modification - DRCOG, CDOT & City of Westrinster 44th Avenue/McIntyre Street Intersection Improvements - Golden Traffic Signal System Upgrade - CDOT & Jefferson County McIntyre Street Widening, Traffic Signals and Pedestrian Facilities - Jefferson County , Sr. Hydrology/Hydraulics Engineer Michelle blangs, MSCE, P H , CFM Michelle has 18 years of experience as a Water Resources Engineer, specializing in floodplain modeling, management, and mapping, and flood damage analysis. She has extensive experience in hydrology, hydraulics, erosion control, storm water management planning, and other types of drainage analysis and design, including stream restoration. I Camp George West (National Historic Site) Comprehensive Drainage Master Plan - Golden UAS Road Improvements, US Air Force Academy - Colorado Springs Spring Gulch Floodplain Study - City of Longmont Middle Barton Gulch Floodplain Analysis - Summit County French Gulch LOMR - Breckenridge Comprehensive Storm Water Management Program - City of Cleburne, Texas 0 Corinth Storm Water Master Plan - City of Corinth, Texas EDUCATION B.S.: Civil Engineering, North Carolina State University, 1973 M.B.A.: (Emphasis in Management), University of Colorado, 1981 REGISTRATION Professional Engineer: Colorado Civil Engineer: California EDUCATION B.S.: Civil Engineering, University of Virginia, 1993 REGISTRATION Professional Engineer: Colorado Professional Traffic Operations Engineer EDUCATION M.S.: Civil Engineering, Purdue University, 2002 B.S.: Civil Engineering, University of Louisiana at Lafayette, 2001 REGISTRATION Professional Engineer: Colorado Texas California Professional Hydrologist Certified Floodplain Manager Drexel, Barrell & Co. -Traditional Services Innovative Solutions www.drexelbarrell.com WCR 47 & HWY 392 Signalization Project Page 8 ECTIZIN rsnnei ferences Trmms Sort Uon Traffic En ]reer Kurt Ra Crawford, PaEa Kurt has 9 years experience with an emphasis in transportation and traffic engineering and formerly worked for the New Jersey Department of Transportation. His experience includes roadway, intersection, pedestrian improvements and bridge design; drainage and utility design; trai•rc control plans; quantities and cost estimates; and construction inspection. 92nd and Tejon Traffic Signal Warrant Study/Conceptual Design -- Federal Heights Downtown Westminster Signalized Intersections (S) - Westminster East 58th Avenue Traffic Impact Study, Widening and Intersection Improvements - Adams County 20th Street Multimodal Improvements - City of Greeley Apres Ski Way / Village Drive Intersection Improvements - City of Steamboat Springs Boulder County Olde Stage Road Civil and Geotechnical Investigation Fontaine Boulevard Multi -Modal Improvements - El Paso County SurY,. ey Principal I William K. Wrog t, PLS Mr. Wright has been employed by Drexel Barrell since 1977. As a Principal of the firm, he supervises the preparation of many different types of surveys including boundary, topographic (aerial and field) architectural, condominium mapping, improvement location (Improvement Location Certificate, Improvement Survey Plat and ALTA/NSPS Land Title), section breakdown, mining claim, right-of-way acquisition, annexation and subdivision platting. In addition, he prepares surveying related documents such as legal descriptions, certifications and subdivision dedications. US 85 and W. 13th St. Intersection & Signal improvements - Greeley East 72nd Avenue Corridor improvements - Commerce City Weld County Road 49 ROW Acquisition (WCR 38 to US 34 - 9 Miles) Washington Street Widening and Intersection Improvements, Phase IV - Adams County York Street Widening, Intersection and Box Culvert Improvements: Clear Creek to 78th Avenue - AdamsCounty O 136th Avenue Widening + New Signalized Intersection - City of Thornton c Assoc ate/Sr3 h En h— eer C. meron Wa Knapp, PaE3, LEED [Independent Peer evoew] Mr. Knapp has 21 years of engineering experience in transportation, site infrastructure design, and drainage engineering. His experience includes site development, trails, street and highway plan and profiles, signing and striping, utility design, grading, drainage and erosion control engineering, storm water management plans, and storm water discharge permits. US 85 and W. 13th St, Intersection && Signal Improvements Greeley 136th Avenue Improvements, Cherry to Holly - City of Thornton Woodgate Road Widening and Utility Improvements - City of Montrose a Brodie Avenue Widening and Safe Routes to School Project - Estes Park Washington Street Improvements, 52nd to 58th Ave, - Adams County Weld County Public Works 'Building Addition Design - Greeley • Leprino Foods Site Civil Engineering (original + 2017 expansion) - Greeley • Numerous yield County USR with WCR Widening • State Highway 14 Widening Design - Severance EDUCATI•;N B.S.: Civil Engineering, Pennsylvania State University, 2011 REGISTR TION Professional Engineer: Colorado EDUCATION A.A.S. Surveying: Paul Smith's College, N.Y., 1975 REGISTRATION Professional Land Surveyor: Colorado EDUCATI .! N B.S. Civil Engineering, Colorado State University, 1999 REGISTRATI is N Professional Engineer Colorado Leadership in Energy and Environmental Design Accredited Professional (LEED AP) Drexel, Barrel) & Co. -Traditional Services Innovative Solutions www.drexelbarrell.com WCR 47 & ENVY 392 Signalization Project S 1/ �' �' I,' '•j' ero nn`' l an. e ` rens c eesgn/C.nstn c Uor EnglIneer 1y er S ee ka EIT Tyler has 12 years experience as a civil engineer. His experience includes project design, construction management and inspection, construction safety procedure development, and he was previously certified in ACI Field Concrete Testing Level 1. He has provided construction administration for the South Dakota Department of Transportation and the Trihydro Corporation in Laramie, WY. Tyler is a member of the Albany County Search and Rescue and he is a Wilderness First Responder. cis Downtown Westminster CM Services, Utilities Camp George West Underground Utility Locations and Identification - Golden South Platte Interceptor Construction Observation - City Brighton East Ca trop Boulevard Bridge Over Highway 79 Construction Inspection w Rapid City, SD a Laramie Regional Airport Sanitary Sewer Design 8z Construction Administration - Laramie/ WY Adams Street Reconstruction Design & Inspection - Laramie, WY • Jacoby Pond Design 8. Construction Administration- Laramie/ WY REFERENCES 7 OOO Feet Of Streets And r Ethan Jacobs Local Agency Project Manager Colorado Department of Transportation 2829 W. Howard Place Denver, CO 80204 (303) 398-6716 ethan.jacobs@state.co.us "Sheridan Boulevard ifriultim dal Improve ents, 92nd Avenue toTurnpike Drive Stacy Roberts, Po L Project Manager City of Thornton 12450 Washington Street Thornton, CO 80241 (720) 977-6252 Stacy.Roberts@cityofthornton.net "1119th Avenue Widening Improvements from 'E lorad * t York, Including 2 Traffic ig s and I Pedestrian Signal" avid Losernan, Pa EQ1 PLS City Engineer City of Westminster (303) 658-2125 dloseman@cityofwestminstenus s5 a "Downtown Westminster Five Sign -Sized ?sections" EDUCATION B.S.: Civil Engineering, South Dakota School of Mines and Technology, 2006 REGIS T R*,TIN EIT Transportation Erosion Control Supervisor; Competent Person for Excavation Trenching and Shoring Rene 'Valdez Engineering Manager Adams County 4430 South Adams County Park- way Brighton/ CO 80601 (7 20) 523-6961 rvaldez@adcogov.org "58th Avenue Improvements (York to Washington)" Y . rk Street Impr • (CO224 to 78th)" yeen °Es Drexel, Barrell & Co. -Traditional Services Innovative Solutions www.drexelbarrell.com Harlan St. / Westminster Blvd. New Signalized Intersection (City of Viestminster) r I I US 85 and West 13th Street New Traffic Signal (Leprino Foods / City of Greeley) 2019 City of Federal Heights 2019 City of Westminster 2019 City of Thornton 92nd / Westminster Blvd Intersection Improvements (City of Westminster) 136th Ave / Horizon High School New Signalized Intersection (City of Thornton) US 85/87 and Southgate/Cheyenne Intersection Improvements (City of Colorado Springs) 4444._.. Dillon Rd & St. Andrews Ln New Traffic Signal (City of Louisville) 92nd Avenue & Tejon Street Signal Warrant Study and Conceptual Design Sheridan Boulevard Multi -Modal Transportation Improvements + Signal Modifications (in preliminary design) 144th Avenue Widening, Intersection Improvements + Signal Modifications (in final design) Federal Heights Westminster Thornton 9 9 CD n ®■ rn X ID cD n 44_: '444444444 h-N,....._..t ..7r . .1445: 2018 Adams County 58th Avenue Widening, Intersection Improvemens + Signal Modifications Adams County .,r.• 2018 Adams County York Street Widening, Intersection Improvements + Signal Modifications Adams County 2017 City of Greeley Sheep Draw /Triple Creek _ Trail Design (1.3 miles), Incl. HAWK Beacon + Parking Lot at 20th St. , %. 1111 1414. .�.:.�...,.r .>._�. .X, ..... .... . . . 2016 City of Westminster 92nd Ave. / Westminster Blvd. Traffic Signal + Intersection Design i»[ . 2016 City of Westminster 92nd Ave. / Harlan Traffic Signal + Intersection Redesign (w/ Dutch Junction) Greeley • 1..2:44..».._».>....._.F �. Westminster u.». ., » 44 .. », ,,%x%,. .. _ . �.�,,..,♦... v%... %H>.,..w.Y.... •K[>r........r..v»..,0.,....,.✓..0....WQ. ....,.,..XA10,1 2016 City of Westminster 91st Ave. / Westminster Blvd. Traffic Signal + Intersection 2016 City of Westminster 2016 City of Westminster 2015 Commerce City 2014 City of Louisville 2013 City of Colorado Springs 2013 City of Longmont s 2011 City of Greeley 2010 City of Alamosa 2009 City of Thornton 2009 City of Thornton design (w/ Dutch Junction) 92nd Ave. / Eaton St. Traffic Signal + Intersection design (w/ Dutch Junction) .»S s.., s �.S ..sss. .x.':tt'.n. •[.w. '�[., ✓> .2s 5..•T.»aX AT..i 88th Ave. / Eaton St. Traffic Signal + Intersection Modifications . ..M . .Ma%GSAI>tliflf>N.i,FIfIff.." • Westminster Westminster Westminster Westminster .♦.Y>....fr».>.9.Oa✓..»NYsw�>S.-»e[wW.[.r.»a.•w>.. e.. wx x.[ay._+ to •• •- ay.<.uWM?JN.Y.# E. 72nd Ave. Safe Routes to School Design, Hwy 2 to Quebec (0.7 mi) incl 1 HAWK Beacon + 2 RRFB ped crossings Commerce City FS .YeraT W!,a'G439359/sZiA`T((6W93W6}1Sa♦eSS....M+.e%»a>..>rc.r+>r ..w.iSa-rYw�..w.� n . - `n WMY l: a )4+T9='�`Y.Tnaq=YAFIYwV.fFw..nW'. - 5.1.:�.T➢.>�.f>4WSM>?L.1♦%.GAf+TV>NNsev'I..)s>%T�vo.VwNM.!.�YYCJµY•>r4.; l �fi..�i.t.fW .0 V X:l'." � . ' fi .. a40.'4444P4444,404444‘4$5444V S••• . Dillon Rd. / St. Andrews Ln Traffic Signal Design + Laca ndsping . .- . - S..R e' -_ cw,[[[..4 • ..-.-. .c.a ,..- . of ..�.w. ».- .. -. _ %w.iam US 87 (S. Nevada Ave.) at Southgate / E. Cheyenne intersection + signal redesign (design -build) Colorado Springs x - .. i V• r ...y.. -... �. :cw.a N.e •' .. .i..i$amY— sfl vFF#♦. 3» . [3 #a .v 1. �>♦.�SM.M+-•. �uer3FSAX->�Yfn �� �.v].VXYWXsiI»T„+xq s»T=+."%»r.. .. .. -..a» _ae .ua t ,\ a. .. _. Evaluate HAWK Beacon, RRFB, & ped signal + design ped signal crossing at SH 119 / WCR 1 �, �r........_.........� qa _-- --------------- -- -- ........ [ .a .... , .. - 444.4 _.. »i5. >�> ...P.4444.4444444544144 $.4454.14444.44a4r Longmont US 85 / 13th Street Signal and Intersection Improvements Design + CDOT approvals Greeley ! fb➢1 44.28,.V.4.C'M1[}L5f4i'5.e.-.-.i5.,•.w.iLW/I%a'.:.N.Y%%»E.reN3>.....u.�aaaaVau�'eii Yl:h.1.%f.+.YYf..5.V>TI..F. S-rfl1K t. • ♦ Yi. . - N—.1..'/.�{.eTi uwa 1 X>. 1 1 t f' r 1: 4YfllN �Ffl'twYf.+ � _ -'.. _.✓ n fffFllM%. Fes. US 285 / 10th Street Signal and Intersection Improvements Design .n + CDOT approvals Traffic Signal and Intersection Modifications, 136th & Holly .•• - 3 >w31F.>w>:.. . •• •.4. *_. .-- oea- .. .�Jt.c. - .. �.•//>.x- r au'>%♦+W♦♦.K.>��N>f.•.iS>.>w>K.s.nr.Wwr♦Pn+a.n.>.♦o..♦I�sI>fS♦..>r•eSss». wwa.[+ Design traffic signal at 136th Ave. / Horizon High School / Veterans Park / Trail Winds Park .. 4444 . - - - - .., .. . - "San.. Alamosa Louisville x _ _ a..aliaOX.itce N_ r �_.....,44 x..>X.». v . �� .._��� ».. %..4S i..,,r Thornton Thornton n NJ Q0 Cal cu D lb C) 0 WCR 47 & HWY 392 Signalization Projiect arie CTWN Far t L D S W v Ta Inn:r veI ¢;enis Hencv, Road 1, n d St Andrews Lane Sigral DesI n and Intersect ]tin Louisville The goal of the project was to design a traffc signal that will improve pedestrian and vehicular safety at this busy intersection. Drexel Barrett prepared traffic signal plans that included demolition plans, geometric design plans, and landscape plans for the modified medians. There was significant utility coordination to determine the proper signal pole locations and to coordinate power/ lighting to the modified intersection. S heridan Boulevard ( ' 95) M Jt modal Improvements & Signal Modification DRC t v.Il, CDOT & City of Westmlnster U nder contract with the City of Westminster and CDOT Local Agency oversight, Drexel Barrell is providing multi -modal alternatives, engineering and surveying, cost estimating services, and coordinating federally required studies. The improvements to Sheridan include widening to six lanes, an underpass, and three traffic signal modifications. The project will connect Downtown Westminster with the RTD Park and Ride east of Sheridan, and will eliminate at -grade crossings of the US 36 Bikeway. The roadway work will utilize the full six lanes on the existing bridge over U S 36 and connect existing accel/decel lanes to maximize capacity. The project is roughly 50% complete. 1, 112th R vent! e 7j(rie nq and I to rsectao Improvements ents of Thornton The City of Thornton selected Drexel Barrell to design the widening of 112th Avenue from two to four lanes from York Street to Colorado Boulevard (one mile). The project added on - street bicycle lanes, and center- and right - turn lanes at key intersections. Our design included signal modifications and intersection improvements at York Street, Madison Street and Colorado Boulevard. This project also included off-street trail modifications, retaining walls, a new box culvert and wing walls at Grange Hall Creek, including design to achieve a zero rise in FEMA floodplain elevation. The project involved coordination with the City of Northglenn's 112th Avenue Station, RTD and RRP for the RTD N Line, including trail and pedestrian connections. Dillon Road and St. Andrews Lane Intersection York Street Improvements r,(with tr at 74t:FL ve atl Ada iTrtis County signa rebuilt] Drexel, Barrell & Co. provided engineering and surveying services to the Adams County Transportation Department for roadway widening and intersection/traffic signal improvements on York Street from East 78th Avenue to Highway 224. Other services included rights -of -way plans and easements, pedestrian access and safety, drainage, geotechnical, environmental, traii.c, curb, gutter, sidewalk, storm sewers, irrigation ditch relocations, and community involvement. PRQUSFO S(GNAL ACLQE,IbLS SO .t EAUT (R/r/C) wauoinc ARR0$S ARO r(0ESTOAn SIAtt RS LCD APIPoKO Or no City 0' fouov DR iNOIC-ALES DAOL RATE • T TA D E ESQP059 PHASING LAYOUT PROPOSFO PHASING DIAGRAM SFQQcNCF • PERt r9VE LEM TURN SIGNAL ITEM INSTALL (LOCATE) SCHLOULE 'SLY l•APO1IQ9 OCIAit IM tQtd 'j CQ.V(nl OA. - q )00-I SY.n4 PO[ N/w4 Wu So J•Nc)t�S• oft ,b C.RSpn l5 -r Wf oar - -- —7b0-J C q�.•7 T3d Gb 881 Y tests u L-Lobl MP • Z5=5p�-78o-I nA4 5LL i.Pct JLLI 5T.Fe. ii, SAI rlE 3s G*R4.0n T>-rmt &!a • • 0450. 0(5Cn SAatt GL uOPrrt3 $ COC95E ¶04 'S ('COWICRCO t II"• JII OP 1 I rt A>. y (into pLr-1n+G T�- - . —�— (YLSO o(1. IOni 2) �i v0(O-DU._XPIC A l 5 I ' (per ._ V V I t �_�i'1 yA2'00 I h / I27H AVENUE 1--Ho[o o(_2(riE 6) n't.r.4L .IAA,). `.gyp c co . c—cr .P.-. SIGHALEQUIPMENT LEGEND .RM 'YDCSI..an 1034.1 Ana La POOP /C r%) MRKL< 90tK KAO —1. "Q P RCP tWnAK — 0 co'.RAL 001 (COOT Tn•E 3 - '0 tJ L't. E) at Woo :RAS BOIL (CO01 Pert • - Ji •Ot-.2a) Ot >Kr Cat r — — — ALGA ccranlu cunt) P* P(O(STRI II \/5M A afl IDi An] 7O( DQO rnCo. Kt(CIO �-� POOP VO(0 00'(CIIOt (VOCO OCT 204E ) PRO' VaO (xl(ClQQ cHI(RA a PRO'. I'OYKN SOURCE PRO' (L(CIPC ut ICR Q PROD OASI ARY 9CA 1 (ntln6 M1n( 'LlrytA4I '1 CAIS!Int LoAno.C 0 COSTnt Tiff( EJ O COSTnC CAOIAO SOt (vSTAC 90w LAC (PSTllc CAYY(nl LA( Cot Ant CAS tn( (otlnO (if VAC tM Cotr.C SIOiu SEIKO CSSTYC Calf( CV on( count lt(n•O.( tn( (.51ac MCAno. LAC C%SnnC NALES ORE EAynwc rag. aP tit Led ctVTlICC OjO ( ,t pr rb: TC 'C C 3C K CLOAK SCraf. I• -2Q PREPARE° By •• r. a,.L'Li1.. i. '.PLixi rn: n A... ter C.nr'T:I.l.rlr..l :Cr•oo. lamas re -ma •J MQ/2..in T. 0TY 0: TAM!I TON 0.0.urnN(w rS D._ YW tat It. .A .nelmee= OM m>: MD- Wreak STK.OT It PC RN70Y. COLORADO DArt «IL x,oun ar CA.. CM* as IAel.r OVOID on n;•wI inns -0e 11.40 SIGNAL PLAN (6 OF 7) Mrz.itt )1054 -Oar: c»ac•ic nc SG06: SHEET 53 OF SO 112th Avenue and Colorado Boulevard Intersection Signal Plan Drexel, Barrell & Co. -Traditional Services Innovative Solutions www.drexelbarrell.com VCR 47 & HWY 392 Signalization Project Page 12 ir ;O Ica 3 sentative R�eif O 136t Avenue Widening, idenin , d relic ]£ n rf Design and Intersection Improvemenv.s Thornton Commissioned by the City of Thornton, Drexel, Barrell & Co. provided design engineering for the widening of over one-half mile of 136th Avenue from Holly to Cherry Streets to the ultimate cross-section. With Horizon High School on the north, and Trailwinds Park and the new Adams Twelve / Thornton Aquatics Center on the south, improving pedestrian, bicycle, and vehicular safety, capacity, and accessibility were top priorities. Drexel Barrell designed roadway, sidewalk, and signalized intersection improvements to insure the safety of students, recreation center visitors, and the public. 2Oth Street Muftimodal Improvements, ents, 5Oth to 59th Avenues = City of Gre&ey Drexel Barrell, under contract with the City of Greeley, prepared a comprehensive design plan for improvements of 20th Street from 50th to 59th Avenues. Project tasks included surveying, Right -of -Way acquisition options, preliminary design alternatives of current street sections to include pedestrian safety improvements that follow the Complete Streets Policy and the 2035 Comprehensive Transportation Plan objectives, recommendations for intersection improvements with traffic signal designs, and preliminary cost estimates. Downtown � r � Coa wn Westminster - sy of Westrfunster The property is bounded by 88th Avenue, Harlan Street, 92nd Avenue, and US 36. At build -out, the new pedestrian and commuter rail -oriented development will include 1,500 residences, one -million square feet of offices, and 700,000 square -feet of retail. The City of Westminster selected Drexel, Barrell & Co. to design the infrastructure required to support this dense, urban, 105 - acre development. Our services included designing "complete streets", water, sewer, storm drainage, bike and pedestrian pathways, five signalized intersections with 'Dutch Junctions", illumination, construction cost estimating, specifications, and construction phase support. Drexel Barrel) designed 1.5 miles of streets and 33 miles of water (8" - 36"), storm (up to 68") and sanitary (up to 24"). 136th Avenue Turn Lanes 91st Avenue and Harlan Street Intersection Drexel, Barrell & Co. -Traditional Services Innovative Solutions www.drexelbarrell.com ATTACHMENT A Cost Proposal Task Description Hours PIC Hours PM Hours SURV Hours SUCR Hours HENG Hours DENG Hours PEER Subtotal (hrs)2 z hrs Subtotal ($)aa , Subcons($ ) SUE Subcons($ ) Rnl6h9 Subcons($ ) ELEC Subcons($ } GEOT Total ($)e Total by Task ($)7 Project Coordination & Management $12,750 Team Coordination 40 40 X6.000 $6,000 Monthly Billing 5 5 $750 $750 Meetings (Kickoff, Monthly Progress, FIR/FOR, Final) 40 40 $6,000 56.000 Subsurface Utility Engineering — QL A $17,655 Traffic Control & ROW Permit 0 $0 $6200 $6200 Test Holes (S/hole) - Up to 15 ft deep 0 $0 $5.130 $5.130 Field Survey Test Holes 15 15 $1.725 $ 1725 Backfill and Patch Test Holes 0 $0 $1.000 $1.000 SUE QL A Plans 30 30 $3.600 $3,600 Subsurface Utility Engineering — QL B, C, & $9.975 Records Review & Data Compilation 5 10 1.5 $2.450 $7.450 Utility Locates & Markings 10 1t) $ 1200 $ 1.400 $2.600 Field Survey Locates & Markings 15 15 $1.725 $1.725 Videotaping Culverts & Irrigation Crossings l) $0 $3200 $3.200 Other Geophysical Techniques p $0 $0 FIR/FOR Design & Plans $48,625 General Data Gathering 5 5 $750 $750 Topographic Survey 10 25 10 45 $5.775 $5.775 ROW Plans and Property Mapping 20 10 30 $4,600 $4.600 Title Commitments 5 5 5850 $850 Utility & Irrigation Coordination 5 10 10 25 $3.350 $3.350 Geotechnical Investigation (including Traffic Control & ROW Permit) & Report 5 5 $750 $4,500 $5,250 Drainage Design & Report 20 20 $2,800 52,800 FIR/FOR Design Plan Set 20 120 110 $17.400 $17.-100 Quantities and Opinion of Probable Cost 5 10 Ii $1.950 $1.950 Project Special Provisions I o 10 $ 15(10 $ 1500 Internal QA/QC Ready for Construction (RFC) 5 10 15 $2,400 $2.000 $4.400 $7,850 Address FIR/FOR Comments 10 10 2(1 52.700 51,700 RFC Plan Set 5 2(1 25 $3,150 .52,00(1 $5,150 Post Design Services $6.800 Stake ROW & Easements 5 15 2(I $2.575 $2,575 ROW Acquisition 5 5 $850 $3_375 $421.5 During Construction Services $5,400 Pre -bid Meeting 5 5 10 $1,350 $1.35(1 Review Shop Drawings 5 5 10 $1.351) $1.350 Review Request for Information 5 5 Iu $1,350 $1.350 Weekly Progress Meetings Other Professional Services 5 5 10 $1,350 $1.350 $15,000 Other Professional Services Totalse 5 175 55 70 30 250 10 595 $15,000 $95,250 $16,930 $3;375 54,000 54.500 $15,000 $124,055 $124,0.5.5 able Notes: P1(2: Principal -in -charge ($180): PM = Project Manager($ ISO): SURV = SR Sun evor ($170); 511CR = Survey Crew ($115): I II•:N(i = SR I Ivdraulics Enginecr($140): 1)1,1N(i = Design I?ngineer($ I20): PEER = Other PM for Peer Review ($ ISO) 1. Add as many labor classification columns as needed to shove who will be working on the project. For example, labor classifications could include Project Manager, Engineer IV, Engineer III, Surveyor, Clerical Staff, CAD Designer, GIS Tech, etc. For each subtask, include the estimated number of hours that each labor classification will be working on the subtasl 2. Provide the total number of hours that all labor classifications will spend working on the subtasl- 3. Provide a subtotal for cost for all labor classifications that worked on the subtasl- 4. A column can be added for other direct expenses (ODE) 5. Add as many subconsultant columns as needed to show which subconsultants will be on the team and how much their fee i 6. Provide a cost for the subtask by adding the subtotal, ODE, and subconsultant columns togethe 7. Provide a total cost for the major task heading by adding all of the totals for the subtasks togethe 8. Provide a summation of each column in the table 9. Expecting only one parcel needs TCE. Same price for additional parcels if determined to be needed during design. SIGNAL ITEM INSTALL (LOCATE) SCHEDULE PREPARED BY: ITEM TYPE LOCATION COMMENT" g� - MA1-30' ADAMS COUNTY SIGNAL POLE W/MAST ARM 30+26.62, 48.5' LT 42" CAISSON, 12 -FOOT DEEP DBC- PP-1 4' PEDESTAL POLE 30+40.85, 36.4' LT 18" CAISSON. 4 -FOOT DEEP Drexel, r3Hrrill BA C10. PROPOSED SIGNAL FACE DETAILS MA2-45' ADAMS COUNTY SIGNAL POLE W/MAST ARM 30+ 19.72, 46.1' RT 42" CAISSON, 12 -FOOT DEEP SIGNAL FACES INCLUDING PP -2A PEDESTAL POLE (3 FOOT 6 INCH) 30+33.70, 36.6' RT 18" CAISSON, 4 —FOOT DEEP (R/Y/G) ARROWS AND PEDESTRIAN SHALL BE LED APPROVED BY PP -2B PEDESTAL POLE (3 FOOT 6 INCH) 30+23.91, 44.5' RT 18 CAISSON, 4 —FOOT DEEP Drexel, Barrell & Co. Bn ADAMS COUNTY. MA3-30' ADAMS COUNTY SIGNAL POLE W/MAST ARM 29+49.95, 48.0' RT 42" CAISSON, 12 —FOOT DEEP lnecrs •Surve ors ginecrs800 HSTRErr PP -3 PEDESTAL POLE (3 FOOT 6 INCH) 29+40.51, 39.1' RT 18" CAISSON, 4 -FOOT DEEP BOULDER, COLORADO 8030 I MA4-50' ADAMS COUNTY SIGNAL POLE W/MAST ARM 29+56.94, 49.5' LT 42" CAISSON, 12 -FOOT DEEP CONTACT EDROBERTS, PE INDICATES BACK PLATE PP -4 PEDESTAL POLE (3 FOOT 6 INCH) 29+40.39, 37.5' RT 18" CAISSON, 4 -FOOT DEEP (303)442.43313 BOULDER 7k•CAISSON DESIGN SHALL BE MODIFIED IF COHESIVE SOIL IS ENCOUNTERED QUANTITIES LISTED HERE ARE FOR REFERENCE ONLY, COLORADO SPRINGS GRF ��QY REFER TO SAO FOR BIDDING PURPOSES OWNER/CLIENT: eltii 4,/\_4, 12"I -��} Y NORV/C PROPERTIES LW t Di z I II r-- z I� SIGNAL EQUIPMENT LEGEND �. 7411 YORK ST D O 12" (^' -^ R 1 R 12" 12" ( G `~>m N 0 . - __ , II - \ X PROP. PEDESTRIAN SIGNAL HEAD 15 3 Li' o I �� 12" Y 12" Y Y„? Y 12" 12"-i Y ` w I I �t�,, _ , . ADAMS COUNTY O 1 PROP./EXIST. TRAFFIC SIGNAL AO HEAD COLORADO 12" �J G 12" G G 12" 12" i G COUNT DOWN of La I O w Ik5 s L I y NORWC R PERT/ES L L C PROP. LUMINAIRE ® 4430 SOUTH ADAMS COUNTY PARKWAY III —� I f 7400 YORK ST BRIGHTON, CO 80801 A B C B t J ti I^ j PROP. PULL BOX (CDOT TYPE 3- 16"x24"x12") IN (RENESVALDEZ 1 ` I I f PROP. PULL BOX (CDOT TYPE 4 - 24"x36"x24") QQ PP -1 II PROP. CONDUIT cn PROPOSED PHASING LAYOUT • j I E--+ N i,. 1 , . PROP. CONTROLLER CABINET H 7 N e' 1 06 01 ) D „?n oo 4 4 I p PROP. PEDESTRIAN PUSH 0 BUTTON AND SIGN s O = Es° �t IJr� z ( r ~ \ PROP. OPTICOM DETECTOR °—° O O Q It ') °°{y µ - o rec N' ° ��I ( in ♦. .1-�• I •.g'� PROP. VIDEO DETECTION VIDEO DET. ZONE O pp _ .• .L---0 I + PROP. VIDEO DETECTOR CAMERA kaki• c.) 0 r ,1- .j ; a 07 _,....----r _ ®I I A , `3` _ ft`. ``� \ a N `,' 9)4 L PROP. POWER SOURCE - - M O�q PROP. ELECTRIC METER ® [-i w O 1- L05 i I V 02 ,§ v �i'. w ,31a §�'� TM -s1 '' '\`- " ..".S a.s •.. -.. h \ .' x I .w PROP. MAST ARM SIGN -� ,.I•j Li (-) ZLa t. EXISTING FIRE HYDRANT LI (n > 0Is r I, � - EXISTING MANHOLE C) o r£ PROPOSED PHASING DIAGRAM SEQUENCE Q a E 74TH AVE. _ Li o o'a s ` ` .. EXISTING TREE #` 00 I o c H o: ': : �_- .,:.-.rte-..,r-... •.•...._. ,. ,,: ... .i. .. ;..,v.. __�--_ !`r jA I I s (VIDEO DET. ZONE. EXISTING GROUND SIGN I— Q �.. l ~ Q \\, —I / �• --, t- — _ c. EXISTING ROW LINE - - w 3 I w ' - �. - _ % 4 FV1DE0 501 T: ZONE. — 1 ! ° -EXISTING I =Y � � �s c, /� *:. EASEMENT LINE W " ss _ ; n- 4 _ — PowER souRCE S — 7 '� t,, V► -' 1 •. E. �' 74TH AVE. EXISTING GAS LINE . __. ' (SEE SC04) D �-_ I f " ISSUE T ` -- 1 -----1 _ - '_ -_-r� r I j� �-_ i 1 �!� _ EXISTING ELECTRIC LINE " �' �_ PRELIMINARY SET + 11/30/15 I + + EXISTING STORM SEWER T PROGRESS SET 1/29/18 ""° HAD n. = — ss 6 1 1 . -�� . 1 _-�-K\ S HAU ,.nu — "�0 T— `y L —`s —_ UTILITYCOORD. --.— 1 11/26/18 / ' °!V a -.. w,o — n \ M EXISTING CABLE TV LINE 90% SUBMITTAL 12/21/18 \ ci v .ri ` ' — ,---c----_ — 1007[ SUBMITTAL 7/22/19 Q Io ;�,�S gEXISTING TELEPHONE LINE FINAL SUBMITTAL 10/8/19 - . • a _>;:" _ IF FINAL 11/6/19 EXISTING IRRIGATION LINE � N R8 O.`. � O BID REVISION 3/18/20 I 1 "` • • EXISTING WATER LINE O ° C S I� y ,t „ �' ♦ ,t, DESIGNED BY: GSG I �i\d ¢• EXISTING FIBER OPTIC LINE Fuc 61 REST AND/OR o A ,� `Sq-- DRAWN BY: KRC ���a. COORDINATED ` 1 >9 tt EXISTING CONDUIT _ _ ._ _. .. ... _ - _ _ _ CHECKED BY: ,ER •I�PHASE Q -'mow ; °: _ , .yam ��1}A OD /. ,� FILE NAME: zoeo5_scol 52 �n9 t`�V3�!'s•;r/.t„j, ",:, n L=Litam,en>uaaw:av;�„u.,,,,•,,,•,.m.... _ I. .�,� F a. x I /°i.)1N / MA4—•o r'u`* A ° \�%%1 ` I ice., 1►� + ai / ilali =r�. / I G �,couce PED. PHASING _ ,7 7 0� 4s O p PERMISSIVE LEFT TURN °o. + s co la // A' 8f 11 ; / e: Lt L CUERR/ER/ C/NA LYNNE 7395 YORK ST I _:,c, ,. " mow L!, 'a• r,. . ,Y,,., i ,.& "Q r<. Ya..,' 1, I 3 , Y I� �P-3 M£NOOZA RAFA£L ANOMENOOZA FLORENCE 7330 YORK sr PP -4 + .. , N :.. DRAWING SCALE: fU7 I N P $ HORIZONTAL: 1'1=101 0 r l I VERTICAL: N/A GENERAL NOTE: SIGNAL FACES SHOULD CONFORM TO THE FOLLOWING: — MAST —ARM MOUNTED 5 —SECTION 'DOG HOUSE' CONFIGURATIONS FOR OVER —HEAD NB AND SB LEFT TURN LANE PLACEMENT (B). _ THESE CONFORM TO MUTCD FIGURE 4D-11 I I� I � I I II- IO N lid: I I _ 1 z N .:w O , > E--,. d, w 4ay a I I TRAFFIC SIGNAL PLAN POLE 5 IN -LINE CONFIGURATIONS FOR NB O o - -MOUNTED -SECTION I I I y\ 9 PROJECT:20805-OOBLTR AND SB MOVEMENTS (C) I 1> > + I ' DRAWING NO. 10 5 0 10 20 t.SGO1 Know below. what's Call SCALE: 1"=10' before you dig. SHEET: 64 OF 108 RECEIPT OF ADDEND The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. 1 Date: 3/27/2020 By: KGW Addendum No. 2 Date: 4/6/2020 By: KGW Addendum No. Date: By: FIRM Drexel, IBarrell & Co. BUSINESS ADDRESS 1800 38th Street BY Michael D. Middleton (Please print) DATE 4/7/2020 CITY, STATE, ZIP CODE Boulder, CO 80301 TELEPHONE NO 303-442-4338 FAX 303-442-4373 TAX ID # 84-6035336 SIGNATURE E-MAIL mike@drexelbarrell.com s$gne 2 copy f the Receipt of Addenda must be included with RFP response. It will not be included in the t,.,tal page count. Fail re to include the Receipt of A=sydenda will result in the pr posal not being reviewed or scored by the County. New ntrct Request Entjty Information Entity Name* DREXEL BA RELL AND COMPANY Entity Mir @00005361 Contract Name* CR 47 & HWY 392 SIGNALWATION PROJECT Contract Status 'GIB REVIEW Contract ID 362 Contract Lee i Contract Lead Email CKimmi@co_weld.co.us Contract Description* * DESIGN CONTRACT FOR THE CR 47 & HWY 392 SIGNALIZATION PROJECT. Contract DescriptiorR 2 Contract Type* CONTRACT Amount r $124,055.00 Renewable (2,1 Automatic Renewal Grant LGA Depanme t PUBLIC NOR Department Ernall h M PLC bl c ocks@we1dgov.c rr Department Had Email CM-Put&&&Works-, DeptHea . teldgov.corn County Attorney BOB CHO TE County Attorney Email Q TE@C .. /ELD. C New En Requested BOCC Agenda Date ' 05/0412020 Parent Contract Requires Board Approval titES Deparime.nt Project GR-59 Due Date 0413012020 Will a work session with � C be required_ Does Contract require Fur YES Bid(R P tit B2000101 acing- Dept to be included? if this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contra ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase rit awl Dates Effective Date Review Late 0427/2020 t _ ermination Notice Period Committed F enver Uiate. Contact information R e n_. ewal Date Expiration Date.. 12/31/2021 Purchasing CONSENT Purchasing - ;r ed Date 04/27/2020 Approm1 Process Depa t Head JAY MCDONALD DH ApprDate 04/27/2020 Final Approval C Approved BOCC Signed Date Originator CKIM+il Finance App CONSENT Finance Apr 04/27/2020 Tyler Ref # AG 050420 Contact Phone 1 one 2 Legal Counsel CONSENT Legal Counsel 04/27/2020 a MEMORANDUM Date: April 21, 2020 To: Rob Turf, Purchasing From: Clay Kimmi, Project Manager, Public Works RE: B2000101, CR 47 and Highway 392 Signalization Project Design Public Works has conducted a Best Value selection process to select a consultant to perform the design for the CR 66 and CR 41 intersection. A team comprised of Don Dunker, Rob Turf, Erich Green, Hayley Balzano, and Clay Kimmi reviewed and scored five (5) proposals. See attached ranking summary. The first ranked proposal was submitted by Drexel, Barrel, & Co. (Drexel). The Drexel proposal was also the lowest proposed cost. The design costs ranged from $124,055.00 to $203,125.00. A final fee amount of $124,055.00 has been submitted by Drexel, along with their final scope proposal. The project includes the cost for preliminary and final design of the signal, Subsurface Utility Engineering (SUE), right of way coordination, utility relocation coordination, and post design services. The engineer's estimate for the bridge design was approximately $75,000 without the cost of the SUE. CDOT informed the County that a SUE would be required after the engineer's estimate was formulated. The estimated cost for the SUE was between $30,000 and $50,000. Therefore, the Drexel cost is at the upper end of the engineer's estimate. It is our recommendation to award the design contract for the CR 47 and Highway 392 Signalization Project to Drexel, Barrell, & Co. for a not to exceed amount of $124,055.00. Weld County Public Works Department believes the design contract amount is reasonable. 2o -2p- !©77 E&oO7g CR 47 & Highway 392 Signalization Project Request for Proposal Ranking Summary Date: 04/21/2020 CONSULTANTS RFP Summary Committee Members Total Scoring Reviewer 1 -: Reviewer 2 Reviewer 3 Reviewer, 4 rReviewer JREngineering „ 4 4 3 4 out of office 15 Horrocks Engineers 2 2 2 3 out of office 9 AtkinsNA 3 3 4 1 out of office . 11 ri , Martin -Martin 5 5 5 5 out of office 20 =F Drexel Barrel) 1 1 1 2 out of office 5 Low score is best Ranking 4 2 3 5 Best Value Reviewer 5 was out of the office working on response to the Corona Virus. The reviewer notified Public Works the day the rankings were due that they were unable to assist with the rankings. It was too late in the process to find somebody else to rank the proposals so the rankings were based on 4 reviewers instead of 5. WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: cmpeters(a�weldgov.com E-mail: rturf(a�weldgov.com E-mail: reverett(a�weldgov.com Phone: (970) 400-4223, 4216 or 4222 DATE OF BID: APRIL 8, 2020 REQUEST FOR: DESIGN WCR 47-HWY 392 SIGNALIZATION PROJECT DEPARTMENT: PUBLIC WORKS BID NO: #B2000101 PRESENT DATE: APRIL 13, 2020 APPROVAL DATE: TBD VENDORS DREXEL, BARRELL & CO 1800 38TH STREET BOULDER CO 80301 HORROCKS ENGINEERS 2162 W. GROVE PARKWAY, STE 400 PLEASANT GROVE UTAH 84062 JR ENGINEERING LLC 7200 SOUTH ALTON WAY, STE. C400 CENTENNIAL CO 80112 ATKINS NORTH AMERICA INC 7604 TECHNOLOGY WAY, STE 400 DENVER CO 80237 MARTIN/MARTIN INC 12499 WEST COLFAX AVENUE LAKEWOOD CO 80215 THE DEPARTMENT OF PUBLIC WORKS IS REVIEWING THE BIDS. 2020-1077 ox-i /t 3 Ec#00 7S
Hello