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
20163420.tiff
CHANGE ORDER NO. 1 Date: 5/15/19 PROJECT: BRIDGE 44/33A REPLACEMENT PROJECT described in the Invitation for Bids, Bid No. B1600155. Owner: Weld County, Colorado Contractor: Short Elliot Hendrickson Inc. The following change is hereby made to the Contract Documents: Addition of subsurface utility engineering services CHANGE TO CONTRACT PRICE: Original Contract Price: $149,100 Current Contract Price adjusted by previous Change Order: $149,100.00 The Contract Price due to this Change Order will be increased by: $17,231.00 The new Contract Price, including this Change Order, will be: $166,331.00 CHANGE TO CONTRACT TIME: The Contract Time will be increased by 266 calendar days. The date for completion of all Work will be December 31, 2019 RECOMMENDED: Owner Representative: APPROVALS: Consultant: Owner: 4//e) 6 Cameron arrott, P. P4aI 4.1115 4, Barbara Kirkmeye , Chair Date: 5/30/19 Date: 5/3o/ zoiq 102019 Date: aa; ae.(ai) (flo) /o-/9 (22a/ e -3`t10 •stm' . reai4. Change l rder t eplbceme -,, t of BOARD OF COUNTY COMMISSIONERS PASS -AR r UN REVIEW Incorpor; te Subsurface Utility En eld. County Bridge 44/33A DEPARTMENT: PW PERSON REQUESTING: Cameron Parrott a r deft d r scriptift = of the problem/issue: g eering into the Design Contract for the DATE: 5/14/19 Due to the passing of Sep gate Bill 18-167 we are required to complete subsurface utility engineering (SUE) on the 44/33A bridge replacement project. This project is being funded by a CDOT bridge grant in the amount of $600,000. The local match on this grant is $150,000. The designer, S.Eo11., was brought onboard before this criterion existed. The project meets all the requirements for this process and must comply to receive our grant funding. We have a quote from S.E.H. and their subconsultant to provide this service for $17,231.00. What p ;io s exist for the Board? (Include consequences, impacts, costs, etc. of options) 1. Approve the change order and have the SUE completed by the subconsultant. a. Cost of $ 17,231.00 b. Will not impact construction schedule which is Nov. 1, 2019 through March 31, 2020 c. The addition of the change order amount to S.EeH.'s contract still leaves us within the amount of funds released from CDOT for the design phase of this project. No option letter amendments will be needed. 1. S.E.H.'s current contract is for $149,100 IL S. R.H.'s contract + Change Order = $149,100 + $17,231 = $166,331 CDOT Design Option Letter was for $168,000 Deny the change order. a. Risk losing the grant funding for this project ($600,000) be May delay the construction schedule for the project Recommend .s ton Staff recommends approving the change order and proceeding with the SUE requirements. Sean P. Conway Scott James Mike Freeman, Pro-Tem Barbara Kirkmeyer, Chair Steve Moreno Approve Recommendation Schedule Work Session Other/Comments: Building a Better World for AEI of UC March 20, 2019 Mr. Cameron Parrott, PE Senior Engineer Weld County Public Works Department RE: Subsurface Utility Engineering (SUE) Services for Weld County Bridge 44/33A Replacement Project M r. Parrott: Short Elliott Hendrickson Inca (SEH) appreciates the opportunity to provide a proposal for Subsurface Utility Engineering (SUE) services for the Weld County Bridge 44/33A Replacement Project. Due to new legislature, a SUE investigation that is stamped by a Colorado licensed engineer is required for this project. The original fee proposal was approved before this law was enacted and therefore did not include these services. The work under this proposal will be performed in accordance with the terms of the original contract between Weld County and SEH, dated March 29, 2016. Professional services scope: 1. Subconsultant management and SUE incorporation, performed by SEH. a. Subconsultant contracting, correspondence, coordination, invoice review/approval. b. Coordinate survey control submittal to subconsultant. c. Review SUE drawings and report d. Incorporate SUE drawings into plan set. e. Revise current utility information in plan set as needed to reflect SUE findings. 2. SUE services performed by Utility Mapping Services, Inc. (UMS). Their scope is included in Exhibit A. Deliverables: 1. SUE plans and report stamped by Colorado licensed engineer. Costs: Our anticipated costs, including labor, equipment, and expenses for professional services during design scope mentioned above is: Engineers I Architects I Planners I Scientists Short Elliott Hendrickson Inc., 2000 South Colorado Boulevard, Suite 6000, Colorado Center Tower One, Denver, CO 80222-7938 SEH is 100% employee -owned I sehinc.com I 720.540.6800 I 800.490.4966 I 888.908.8166 fax Weld County March 20, 2019 Bridge 44/33A Replacement SUE services Task Total Cost 1 Management and SUE incorporation $1,768 2 —SUE Services (UMS) $15,463 Totals $17,231 A breakdown of costs is provided in Exhibit B. The original contract value was $149,100. Adding this amendment will create a new total contract value of $166,331. Additional Services: We will also furnish such Additional Services as you may request. Payment for additional services shall be based on the time required to perform the services and the billable rates for the principals and employees engaged directly on the project, plus charges for expenses and equipment. Additional services will only be performed after receiving written authorization for such services from the County. Schedule: We anticipate the SUE work will take up to 4 weeks to complete. At this time we do not anticipate it will extend the overall project schedule due to the current status of the project which is in the early portions of the ROW acquisition phase. The anticipated schedule does not account for delays that are beyond our control, which may require a schedule extension. SEH appreciates the opportunity to present this proposal to Weld County. If you have any questions about any part of this proposal please contact Steve Kaye; email: skaye@sehinc.com or phone: 720-540- 6847. Sincerely, SHORT ELLIOTT HENDRICKSON INC. ,/ Paul Wells, PE Principal Page 2 Steve Kaye, PE Project Manager Mt.' of C March 13th, 2019 —'I.i✓v.N..\': iFYKMµ.�sa},tArti:lY•�i.M1•.nLelSx �2 �ylh v:h.N4`PI lhi'•,lax!..'+Tv5.:.W��y.r!-.N.hMl..i(n.V111^IIIWIM:H.I.ItHil.ii11l.i:11R:).i:lull tilt, T 11,1t1Tall TiyT t OYi i ..y .i li r'� C'f Y`FMF �'{ppp i, ���.^•H ne•y'•"^i t1 �'4. i:. ..-, u' • ia51. F •' t. ..12 .t%t .r . �.F i15 ,} .. 4 r= •4-'d le n 47, .' '... I Jr lam;'_ =gym €'-}Jam 4. 3. •-.l 'arx YV .• P •Lq .— 1"1.W 1fy.E I .1'+ ' • - e i.xt r..i :4 SI I, I 'fH. •G!I,- fur. "f v. �4� •'1. • •. irk- •••-L? 1 �• R 2 - 1 --._ _ 31:- ' li • i - :G; • 1,1, i1: ( :t -I . f ry .c ' •.i is.sr.<2 •- '` .sue n �a ;IA 1'I t= _1C p 9' a a 4 r$ ETA LE SUE Phase F Li my e Re Face FO ft F 3es I d SLBBY ri ent m Court Submitted to: 714. SEH, Inc. 2000 South Colorado Blvd, Suite 6000 Denver, Colorado 80222 pa 770.460.4736 Submitted by: Utility Mapping Services, inc. IN /WM IMSfi 0 US 15065 W. 44th Ave. Golden, CO 80403 p. 720.230.0780 EFRIN stye:.&daon icr st C Utility Engineering Scope of Work Weld County Bridge Replacement QL B Utility Designating Investigation Gilcrest, Colorado TABLE OF CONTENTS DETAILED WORK PLAN FOR UTILITY ENGINEERING 3 Executive Summary 3 Section 1 - Statement of Scope of Work 3 Section 2 - Project Limits 4 Section 3 - Project Deliverables 6 Section 4 - Project Assumptions 7 Section 5 - Project Coordination 8 Section 6 - Project Schedule 8 Appendix A 10 SUE and the ASCE/CI 38-02 Standard Guidelines 10 Limitations 12 UMS, Inc. Page 2 3/13/2019 Utility Engineering Scope of Work Weld County Bridge Replacement QL B Utility Designating Investigation Gilcrest, Colorado DETAILED WORK PLAN FOR UTILITY ENGINEERING SUE Phase 1: QL B Utility Designating Investigation Weld County Bridge Replacement— Gilcrest, Colorado Executive Summary Utility Mapping Services (UMS) scope of work is to perform utility engineering (UE, a.k.a. subsurface utility engineering or SUE) QL B utility designating services as a sub -consultant for SEH, Inc. (a.k.a. "Client") which is the prime consultant under contract with the Weld County Public Works Department (a.k.a. "Owner"). A utility investigation will be executed in accordance with ASCE standards to designate and depict existing infrastructure for integration within the conflict analytic process and design. Section 1 - Statement of Scope of Work This work will be performed in accordance with the American Society of Civil Engineers Construction Institute Standard 38-02 (ASCE/CI 38-02) and include the following activities: • Phase 1: 2D QL B data acquisition (using electromagnetic (EM), acoustic, and other geophysical technologies), characterization, and depiction (CADD file) of existing utility infrastructure data to develop a reliably qualified base map and data set from which to develop and support future design, coordination, and construction decisions. • Populating utility data management system GEOfeatureTM with hydraulic information (pipe data and images) from the field investigation. • Although not currently included in the work scope or corresponding cost estimate, the Client may elect to have UMS adapt the work product to include: o Phase 2 Vacuum Excavations at specific utility target locations to be determined by the project design team and utility coordination staff. o Additional Phase 2 Locating including Spar 3-D mapping and ground penetrating radar (GPR) o CADD 3D model of the identified existing utilities for improved design, conflict analytics, and advanced resolution engineering. *Note: QL refers to the quality level as described in ASCE/CI 38-02 Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data. **Note: GEOfeatureTM is a 3-D digital utility data repository designed to manage existing and new infrastructure as -built data in accordance with the new ASCE "As -Built" standard. The repository includes a tablet and Web-GIS application for in -the -field utility data acquisition and viewing. UMS, Inc. Page 3 3/13/2019 Utility Engineering Scope of Work Weld County Bridge Replacement QL B Utility Designating Investigation Gilcrest, Colorado Phase 1 Designating Although Phase 1 utility designating of buried infrastructure will have goal of QL B (i.e., position is determined via a combination of geophysical, survey and engineering methods) some facilities such as non-conductive water are pragmatically designated to a mixture of QL C (i.e., based on surveyed surface features and record data), B, and A (i.e., exposed survey grade observations such as possible at manholes) during the Phase 1 field effort. Likewise, some non-conductive pressurized piping lacking tracer wire may be designated to QL D (i.e., based on evidence consisting of available record information and/or verbal accounts) during the Phase 1 effort. Data quality is improved as and where required during subsequent project utility engineering phases. All work is intended to incorporate and stem from previous efforts performed by the Owner, Client and their consultants, and will be performed in compliance with applicable project design standards, procedures, and accepted engineering principles. Information contained within this SOW and corresponding labor and cost estimate is based on: project standards and deliverables; Federal Highway Administration (FHWA) Avoiding Utility Relocations (DTFH61-O1-C-OOO24); FHWA guidelines for SUE; the American Society of Civil Engineers (ASCE) Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data (ASCE/CI 38-02); and the ASCE/CI framework for the new Standard for Recording and Exchanging Utility Infrastructure Data (draft). Section 2 - Project Limits The project limits include a QL B field investigation effort and corresponding designating of existing utilities along County Road 44, just east of the intersection at US- 85, North of Gilcrest, Colorado. The project area can be seen in Figure 1 below. The designating of some individual utilities may extend beyond the noted SUE project limits to include surface features or structures which are necessary to complete QL C alignments. Table 1 presents the utility owners based on One Call Tickets for the project area. Table 2 presents the proposed utility designating quality levels for the various facilities that are anticipated. UMS, Inc. Page 4 3/13/2019 Utility Engineering Scope of Work QL B Utility Designating Investigation Figure 1: Sue Project Area Table 1. Utility Owners Based on One Call for the project Areas. Weld County Bridge Replacement Gilcrest, Colorado Owner Utility Estimated Footage Lineal Atmos Energy Gas 0 AT&T Fiber 800 Transmission Central Weld County Water Water 1600 CenturyLink Fiber, 1600 Telcom Crestone Peak Resources Gas 800 DCP Midstream Gas 0 Kerr McGee Anadarko Gas 2000 Noble Energy Gas 0* SRC Energy Gas 0* Xcel Energy Electric, Gas 1000 Xcel Energy High Pressure HP Gas 0* Total 7,800 *Record information not available at the time of estimate. UMS, Inc. Page 5 3/13/2019 Utility Engineering Scope of Work QL B Utility Designating Investigation Weld County Bridge Replacement Gilcrest, Colorado Table 2. Targeted designation of utilities for the subject project Phase I SUE investigation. Utility Type (Buried) Mains & Primary Laterals Services / Secondary Laterals Storm Drain QL A at accessible inlets/outlets; QL C between accessible features N/A Sanitary Sewer None anticipated N/A Culverts QL A at accessible inlets/outlets; QL C between accessible features N/A Telecommunication QL B QL B Cable TV QL B QL B Natural Gas QL B QL B, QL D as available on records Traffic Signals None anticipated N/A ATMS None anticipated N/A Lighting QL B N/A Water Mains QL B, C and D QL B, QL D as available on records Buried Power QL B QL B Private sprinklers Not included in this scope of work; however, identified surface facilities encountered incidental to the field work will be noted. N/A Petroleum QLB QL B, QL D as available on records Military Comm. None anticipated N/A Wells (Water, Crude Oil, Natural Gas) Presently not included in this scope of work; however, wells encountered incidental to the field work will be noted. N/A Note: QL refers to the quality level as described in ASCE/CI 38-02 Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data. Section 3 - Project Deliverables Utility Engineering deliverables include digital and hardcopy submittals of the following: • CADD utility reference file based on Phase 1 findings. • Hydraulic structure summary report (pdf format). • A P.E. sealed submittal report summarizing this investigation with highlights of unusual findings. In addition, UMS will provide ongoing interpretive support to assist design engineers and utility coordinators with subsequent findings and ensure submitted data is properly understood and utilized. UMS, Inc. Page 6 3/13/2019 Utility Engineering Scope of Work Weld County Bridge Replacement QL B Utility Designating Investigation Gilcrest, Colorado Section 4 - Project Assumptions Phase 1 Assumptions: ® UMS utility research will stem from previous records investigation work performed by the Client. Reasonable efforts will be made to obtain supplemental utility records to produce the deliverables within the project schedule. The timely cooperation of utility owners may be necessary to develop the utility inventory map for facilities within the project area. ® The Client/Owner will provide survey control information prior to the UMS crew arriving on - site. ® All field work will be completed while the project corridor is clear of snow and ice. ® Labor to complete line of sight surveying is currently not included within this scope of work. UMS assumes RTK GPS survey operations will be sufficient to map all utilities. Sufficient project survey control exists along the project corridor for RTK GPS survey operations; consequently, labor for establishing survey control is currently not included within this scope of work and the associated cost estimate. ® A maximum of a half day of traffic control will be required for Phase 1 operations. ® Confined space entry will not be required for this effort. ® Aerial Clearance measurements will not be required for the Phase 1 effort. The locations of aerial wires, however, will be noted for clearance observations by others or during Phase 2 operations. ® Vertical (depth and elevation) QL A observations will be tied to project control to an average accuracy of +/- 0.1 feet. ® UMS assumes all work will be completed during regular working hours (8:00 AM to 5:00 PM) and without start/stop time restrictions. ® Field crews will use paint to mark out the utility alignments. Client and / or Owner will: O Obtain all necessary right -of -entries, security clearances, etc. (including private land access) to allow UMS field personnel to work outside the roadway right-of-way. ® Provide information showing the project limits, alignment, profile, survey control points, benchmark data, coordinate data, relevant design and topographic CADD files, aerial photographs, and any other applicable information. ® Provide any record or relevant survey or LIDAR information previously obtained by others. e Assist UMS as necessary with obtaining permissions for access to private utility facilities. UMS will perform the following coordination activities: ® Work closely with the Client and Owner to facilitate the orderly progress and timely completion of the approved tasks. Coordinate the work effort with the Client to discuss progress and resolve problems. UMS, Inc. Page 7 3/13/2019 Utility Engineering Scope of Work Weld County Bridge Replacement QL B Utility Designating Investigation Gi;crest, Colorado ® Upon request provide the Client copies of logs and/or correspondence that document work - related communications between utility owners, outside agencies, and/or private landowners. ® Coordinate operations with private and public utility infrastructure owners. ® Obtain required One Call (Call 811) tickets. ® Provide all necessary equipment, supplies, and support personnel to secure data outlined in this section. Associated labor and costs may increase if actual conditions deviate significantly from those assumed for this estimate. UMS will work with the Client in good faith to complete operations in a timely manner and will negotiate new pricing if conditions encountered significantly deviate from those assumed. The results of the Phase 1 efforts will be pertinent at the time in which field investigation operations are completed and are subject to change. Subsequent SUE investigations may be necessary to account for any new or changed utility installations Section 5 - Project Coordination The UMS project management team will consist of: ® Project Engineer, Zack Winfield, zwinfield@umsi.us, 406.465.9311 ® Senior Utilities Coordinator, Darrel Seifert, dseifert@umsi.us, 307.365.4412 Project Surveyor, Brian Terrell, PLS, bterrell@umsi.us, 720.639.0985 ® Principal Engineer, Phil Meis, P.E., pjmeis@umsi.us, 406.552.0883 If required, a monthly progress report will be prepared by the project manager and submitted via email to Client project management to document the SUE investigation. During the project time frame UMS project management staff members can be available to meet in person with Client project management for any urgent reason. Cell phone numbers for all of the UMS project management team members will be available to the Client should immediate communication be desired. Section 6 - Project Schedule UMS can typically begin work within two weeks of receiving notice -to -proceed (NTP). Based on assumed conditions identified in this scope of work, the following is the estimated project schedule: e The initial effort will consist of requesting record information from each utility owner in the area. Depending on utility owner response time, it may take up to two weeks to gather all the record prints and as -built information. ® Utility designating field operations are estimated to require approximately 2 days, with an additional 1 day required to complete the location survey. Field operations will generally begin shortly after the utility record information has been complied. However, the actual start date will be dependent on the field crew schedule at time of NTP. e Final submittals will require two to three weeks after the field work has been completed to include CADD drawing and utility database preparation, along with completion of QA review and discrepancy resolution efforts. UMS, Inc. Page 8 3/13/2019 Utility Engineering Scope of Work Weld County Bridge Replacement QL B Utility Designating Investigation Gilcrest, Colorado UMS, at its own discretion, may assign different personnel to perform tasks specified within the work scope and estimate based on staff availability and project schedule. UMS is prepared to add crew members as necessary to ensure necessary production levels are met and submittals are timely for utility coordination and design development. UMS, Inc. Page 9 3/13/2019 Utility Engineering Scope of Work Weld County Bridge Replacement QL B Utility Designating Investigation Gilcrest, Colorado Appendix A SUE and the ASCE/CI 38-02 Standard Guidelines Data collection activities will follow ASCE/CI Standard Guidelines for the Collection and Depiction of Existing Subsurface Utility Data (Standard ASCE/CI 38-02, Construction Institute of the American Society of Civil Engineers, Reston, VA, 2002, 20 p). Perhaps the most significant contribution of the ASCE/CI standard is the development of a formalized procedure for qualifying and designating the general quality of the depicted individual facilities. The Table below summarizes the four quality level (QL) definitions included in the ASCE/CI standard. Included with the definitions are comments on the relative positional accuracy for the corresponding quality levels. Adherence to ASCE/CI depiction standards along with the use of records research, geophysical methods, vacuum excavation, and engineering survey combined in a phased approach and guided by professional judgment, has often been referred to as Subsurface Utility Engineering (SUE). In proper context, SUE, or more recently simply referred to as "Utility Engineering", is a rather complex and important series of engineering tasks, procedures and associated responsibilities established to manage risk, promote efficiency, and reduce costs; the utility mapping and designation of quality levels, in fact, provides the data set with which the utility engineering process begins. In a broader sense, utility engineering involves utilizing the qualified utility data sets to conduct the following engineering activities: • systematically identify, itemize, and define apparent conflicts between proposed designs and existing utilities; • optimize design development and mitigate utility conflicts; • identify and accommodate other infrastructure, planned betterments and new installations; • conduct effective utility coordination in which resolutions to conflicts are derived that serve the best interests of the public and all stakeholders involved; • develop construction plans and bid documents which concisely identify and provide details of outstanding conflicts for construction planning, bidding, and execution; and • encourage value engineering and mitigation of cost implications to all infrastructure systems which provide service to commerce, government, and the general public. Protocols for SUE / utility engineering as established by the Federal Highway Administration (FHWA) and the applicable state DOT will be followed for this project. The SUE process utilizing the ASCE/Cl 38-02 standard guideline for acquiring and depicting existing utilities provides a framework to obtain and represent the requested utility information in a pragmatic and cost-effective manner. UMS, Inc. Page 10 3/13/2019 Utility Engineering Scope of Work QL B Utility Designating Investigation Weld County Bridge Replacement Gilcrest, Colorado ASCE quality levels (QLs) for depicting facilities in accordance with SUE protocol. QL Description Resulting Positional Accuracy and Data Completeness D Information derived from existing records or oral recollections. Data may be completely erroneous. Only the records indicate the utility is somewhere. C Information obtained by surveying and plotting visible above ground utility features and by using professional judgment in correlating this information to available records and QL D information. QL C is usually used to map non- conductive pipes, deep utilities, or when EM signal interference and distortion is too significant. Positional accuracy of surface features is to within 0.1 feet; however, alignments between surface features is to schematic levels, providing general direction of alignment. Typically, according to FHWA studies, 15% to 30% of the utility data may be erroneous or missing. B Information obtained through the application of appropriate surface geophysical methods to determine the existence and approximate horizontal position of subsurface utilities. QL B data should be reproducible at any point of their depiction using surface geophysical methods. This information is surveyed to applicable tolerances defined by the project and reduced onto plan documents. However, only the point of peak signal is mapped; consequently, while a QL B point can be reproducible using geophysics, the signal can be distorted due to the superposition of EM fields from adjacent conductors and not lie horizontally above the target. Experienced SUE operators help identify and mitigate these issues. However, QL A data is recommended for design / construction work to be performed in the immediate proximity of QL B depicted utilities to provide definitive positional accuracy. Positional accuracy statement with confidence level is not feasible unless electromagnetic (EM) fields are completely mapped and statistical analysis is used to derive alignments from the linear anomalies; in addition, sufficient ground truth sampling (e.g., test holes) is required. This level of geophysical survey and analysis effort required is often not practical or cost effective. In practice, experienced SUE designators can determine utility alignments reasonably well. Professional judgment is exercised to distinguish incidents of "bleed -over" and when apparent alignments don't make sense. Available utility records are compared with field findings to confirm completeness of the QL B data. QL B rating, as a rule of thumb, is generally estimated to +/- 1 foot horizontally for utilities less than 5 feet deep. Inductive electromagnetic signals diverge spherically, which is to say deeper targets have broader and weaker peak inductive signals; consequently horizontal accuracy degrades with depth. Utilities over 10 feet deep are very difficult to position horizontally using standard inductive equipment. Vertical accuracy cannot be reliably derived using EM inductive methods as computed depths are often inconsistent and can be highly misleading unless regular ground truth (i.e. test holes) are available to confirm accuracy. A Precise horizontal and vertical location of utilities obtained by the actual exposure (or verification of previously exposed and surveyed utilities) and subsequent measurement of subsurface utilities, usually at a specific point. Minimally intrusive excavation equipment is typically used to minimize the potential for utility damage. With QL A observations, a relatively precise horizontal and vertical depiction, as well as other utility attribute data, are shown on plan documents. Accuracy is typically about 0.1 feet vertical, and to applicable horizontal survey and mapping accuracy as defined or expected by the project owner and as limited by the survey equipment and methodology used to perform the measurement. This is the only QL to which a positional accuracy statement might be made. QL A is as accurate as the reference horizontal and vertical control accuracy will permit and the methodology used to make the measurement and derive the coordinates. Note that in some cases involving inverts, direct measurements may not possible; consequently, QL A designation can only indicate that a relatively accurate position has been determined on the subject facility at that discrete location. In some cases an apparent minimum depth of clearance is provided. This is not QL A data as the utility has not been exposed. The utility apparently lies in line with the test hole, but is deeper than can be reached via vacuum excavation based on the detected geophysical signal. However, the minimum depth data is provided for informational purposes for planning consideration. UMS, Inc. Page 11 3/13/2019 Utility Engineering Scope of Work Weld County Bridge Replacement QL B Utility Designating Investigation Gilcrest, Colorado By ASCE/CI 38-02 definition, utility record data is classified as quality level (QL) D and will cause inconsistent and erroneous interpretation due to the following: 1) utilities are inaccurately positioned and in reality may or may not pose as an issue for proposed construction; 2) utility installations may vary due to recent improvements or changes and may not be properly documented; 3) some existing facilities may not be reported or identified and are missing from the data set; and 4) incomplete or inaccurate records can likewise cause misleading and erroneous field markings by third party contract locators or utility owner field personnel. In addition, buried unknowns can cause deceptive geophysical phenomena and interference which severely alter induced current flow and distort corresponding electromagnetic fields; these issues commonly occur, are difficult to detect and decipher, and greatly complicate detection and interpretive efforts. Consequently, ASCE/CI 38-02 standard guidelines were developed to overcome these problems and permit systematic upgrading of utility data designation to QL C, B, and A to facilitate subsequent design, conflict resolution engineering, and utility coordination work. The ASCE/CI 38-02 guidelines require: • calibrated geophysical prospecting methods performed by qualified, experienced field personnel; • methodical field investigation and verification practices; • research and field identification of installation type, size, and material; • land survey methods to accurately tie data to project coordinates; • supplemental field and records investigation to prevent overlooked facilities; • quality assurance review that includes owner written confirmation of depicted facilities; and • a qualified registered professional engineer of record who thoroughly understands geophysical theory, has experience with all issues and pitfalls associated with mapping buried infrastructure, directly oversees the effort, and is directly accountable for all aspects of the work product. Limitations Professional subsurface utility engineering services are to be performed in accordance with generally accepted engineering principles and practices at this time. Adherence to ASCE/CI 38-02 standards and good practices by experienced utility engineering personnel typically ensures development of a very good data set; practical restrictions in budget, schedule, access and equipment, however, can limit acquisition and interpretation efforts. The Phase 1 effort retraces detectable utility alignments within the project area to obtain QL B data wherever possible, collating information from records obtained from the utility owners, and relating records with observable surface features. A possibility will always exist that abandoned, forgotten, non -detectable or undocumented utilities are not mapped using standard SUE procedures previously described. Utilities possessing characteristics mentioned below can be overlooked while following standard SUE investigative procedures: 1. Utilities without apparent records available, without apparent surface features, and not detected through standard search procedures. 2. Utilities with records which are illegible or incomplete. 3. Utilities that are inaccurately reported or inaccurately represented by the owner as lying a significant distance from the true position. UMS, Inc. Page 12 3/13/2019 Utility Engineering Scope of Work Weld County Bridge Replacement QL B Utility Designating Investigation Gilcrest, Colorado 4. Abandoned utilities lacking records and apparent surface features, and are not detected through standard search procedures. 5. Utilities buried excessively deep (as a rule of thumb, utilities located deeper than 10 feet), beyond detection limits of standard designating equipment and standard vacuum excavation equipment. 6. Non-conductive utilities buried in clay soil and lacking apparent surface features. 7. Facilities installed subsequent to the utility designating field investigation effort. 8. Individual utilities in a common trench. Designating of common trench utilities can be difficult due to EM signal bleed over and difficulties in separating EM signals. Cathodic Protection connections between individual pipelines also increases the difficulty of determining individual pipe alignments. A pragmatic effort will be made to systematically designate and depict buried utilities within the corridor to the extent practical for the authorized project budget and schedule. UMS must be kept advised throughout the design process to: 1) assess subsequent verbal accounts or record evidence on infrastructure which do not agree with or contradict the submitted data set; 2) evaluate designer evaluation and usage of the qualified and depicted utility data, especially QL C and D data; and 3) provide recommendations for further utility investigations as deemed prudent. Final utility plans are for design purposes only and reflect subsurface utility conditions at the time surveyed. Existing utility locations depicted on the plans do not supersede statutory mandates including Call 811 notification; the contractor shall call 811 two business days prior to construction and obey mandates as required by law. The Client and UMS should be notified of any discrepancies between the utility designating results and 811 notification markings, and caution shall be used by the contractor until discrepancies are resolved. Contractor shall call the utility notification service (Call 811) before excavating as required by Law. UMS, Inc. Page 13 3/13/2019 Project: WCR 44 /33A Bridge Client: Weld County Replacement e Workhour Estimate - SEll Inc. NA SEH Task No. Principal/QA/QC Project Manager Design Engineer/PE Surveyor Senior CAD Tech Project Account. Expenses/Sub contractor Costs Total I Management and SUE incorporatoin A Sub contracting, correspondence, invoice/review approval 2 1 3 B Submit control survey 0.5 1 1.5 C Review SUE drawings and report 2 2 D Incorporate SUE drawings into plan set 0.5 1 1 E Plan revisions 0.5 1 2 3.5 Subtotal - Project Management 3.5 4 1 3 1 12.5 Task Cost $655 $480 $137 $378 $118 $1,768 2 SUE services A Utility Mapping Services, Inc. (See scope attached) 15463 Subtotal - SUE Services Task Cost $15,463 $15,463 SEH LABOR SUBTOTAL SUBCONSULTANT COSTS Utility Mapping Services, Inc. $1,768 15463 Weld CO bridge replacement.xlsx Utility Mapping Services, Inc. Cost Proposal for Utility Designating Project: Weld County Bridge- CR. 44 UMS Project No: 11254 Date: March 13, 2019 Owner: Weld County Public Works Contact: Steve Kaye, P.E. Address 2000 S. Colorado Blvd, Suite 6000, Denver, CO 80222 Phone/Fax 720.540.6800 Email skaye@sehinc.com Subsurface Utility Engineering - Phase I Utility Designating: Assuming a two -person designating crew for 2.5 days and 1.5 days to complete the engineering survey. Project Task No. Project Task Description Project Manager Project Engineer Senior Engineer Principal Engineer SUE Field Ops. Mgr. SUE Field Specialist II SUE Field Specialist I Staff Engineer Clerical Total Hours 1100 Project Preparation and Management, Meetings 4.00 2.00 2.00 2.00 4.00 2.00 2.00 2.00 20.00 1200 Records Research 3.00 3.00 1300 Mobilization 4.00 4.00 2.00 10.00 1400 Field Designating 20.00 16.00 36.00 1500 Engineering Survey 12.00 12.00 1600 CADD Development 4.00 8.00 12.00 1650 Database Development 4.00 3.00 2.00 12.00 21.00 1700 QA/QC 4.00 1.00 1.00 1.00 1.00 1.00 4.00 13.00 1900 Submittal Preparation 4.00 1.00 1.00 8.00 2.00 16.00 Phase I Hours Hourly Raw Rates Total Direct Raw Rates Fully Burdened Rates Total Burdened Rates 23.00 22.00 4.00 4.00 31.00 21.00 0.00 34.00 4.00 143 $ 43.09 38.46 47.64 47.48 40.00 36.08 26.75 30.90 35.41 $991.07 846.12 190.56 189.92 1240.00 757.68 0.00 1050.60 141.64 5408 $108.80 $97.11 $120.29 $119.88 $101.00 $91.10 $67.54 $78.02 $89.41 $2,502.38 2136.39 481.15 479.53 3130.91 1913.09 0.00 2652.69 357.63 13654 Total Raw Labor Total Labor and Overhead 125.44% Fixed Fee 12.00% Labor Costs 5408 12191 1463 13654 Utility Mapping Services, Inc. 15065 W. 44th Ave. Golden, CO 80403 720.230.0780 www.umsi.us email: zwinfield@umsi.us UMS, Inc. Confidential Item Per Diem (travel days) Lodging CADD Station Survey Equipment (Trimble R8 RTK GPS) Specialty Field Vehicles 'Traffic Control (does not include flaggers) Facilities Capital Cost of Money (FCCM) Unit No. of Units Unit cost day 4.00 41.25 165.00 day 2.00 94.00 188.00 hourly 12.00 13.00 156.00 day 1.50 101.00 151.50 mileage 600.00 0.580 348.00 day 0.50 1500.00 750.00 unit 5407.59 0.0093 50.29 Total Direct Costs 1808.79 *traffic control costs are approximate; actual costs will be invoiced. THIS ESTIMATE IS VAILD FOR 60 DAYS FROM THE DATE POSTED AT THE TOP OF THIS PROPOSAL 3/13/2019 SUE Phase I Total 15,463 Page 1 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Bridge 44/33A Design Contract Extension, Contract #1086 DEPARTMENT: Public Works DATE: 3/19/2018 PERSON(S) REQUESTING: Don Dunker Q lloo Brief description of the problem/issue: Bridge 44/33A Bridge project is a Federal Grant through CDOT and is being designed by an outside consultant SEH. During the design process CDOT required more than expected environmental documentation for historical buildings adjacent to properties needed for right of way. This added a considerable amount of time to work through the issues and understand why such a requirement was necessary. Eventually CDOT realized they would need to acquire right of way and work with the same landowners for their US 85 and WCR 44 overpass project. Therefore, CDOT agreed to do the extra historical documentation for the 44/33A project at no extra cost to the County. The design contract #1086 with SEH has a one-year contract time frame and is about to expire 03/29/18. The SEH design contract will require a 12 -month extension to complete the design and acquire the right of way for construction. There will be no cost to the County for the 12 -month extension. What options exist for the Board? (include consequences, impacts, costs, etc. of options): The BOCC can extend the SEH design contract #1086 for another 12 -months. Recommendation: Public Works recommend extending the SEH design contract for another 12 -months. If recommended for approval by the BOCC, Public Works will make arrangement to get this item placed on an upcoming BOCC Meeting Agenda. The Bridge 44/33A Replacement Project is planned for construction in the fall of 2019. Sean P. Conway Julie A. Cozad Mike Freeman Barbara Kirkmeyer, Pro -Tern Steve Moreno, Chair Approve Schedule Recommendation Work Session 1-1 Other/Comments: _,3 E& 007,3 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF Public Works AND Short Elliot and Hendrickson r rd - This Agreement Extension/Renewal ("Renewal"), made and entered into J / day of/ 2018 by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, r inafter referred to as the "Department", and Short Elliot and Hendrickson„ hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. EG 0073approved on March 29th 2016. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on March 29th 2017. • The parties agree to extend the Original Agreement for an additional One year period, which will begin April 9th 2018, and will end on April 9th 2019. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. N/A 2. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: P4 it I WO (IS Printede SjgrSature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair MAY 0 7 201E ddritt/t) Jdio;ei ATTEST: Weld 'ou ty Clerk to the Board BY: - — � Deputy Cler (). the Board �, d ntiatt 1734 -/on, AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & SHORT ELLIOT HENDRICKSON INC. BRIDGE 44/33A REPLACEMENT PROJECT ' THIS AGREEMENT is made and entered into this day of /'A— ,", 2016, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "0" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Short Elliot Hendrickson Inc., a corporation, whose address is 2000 S. Colorado Blvd., Suite 6000, Colorado Center Tower One, Denver, Co. 80222-7938, 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: I. 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 B1600155. The RFP contains all of the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 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 Exhibits A. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering �into ntAgreem� ich bind County for periods longer a 66% � ) %1 4°16- .3y1.2o -a- /7� J - .2A- E6-007,5 than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contract Professional if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contract Professional the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County. If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contract Professional shall be the basis for additional compensation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that 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 $ 149,100.00, which is the bid 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 2 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 bid amount set forth in Exhibit B. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. Mileage may be reimbursed if the provisions of Exhibit A 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 with regard to 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. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the particular 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 3 discretion, shall be assigned to the project. Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, by this Agreement, assumes toward County. The Contract Professional shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contract Professional in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to 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 keep the required insurance coverage in force at all times during the term of the Agreement, or any extension 4 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 Director of General Services 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 forthe 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 coverage's 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 sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and 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. 5 Types of Insurance: The Contract Professional shall obtain, and maintain at all times 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 of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. 6 Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County'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 coverage's required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or 7 (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: John W. Simmer Attn.: Vice President, Address: 2000 S. Colorado Blvd, Suite 6000, Colorado Center Tower One Address: Denver Co. 80222 E-mail: jsimmer@sehinc.com Facsim ile:888-908-8166 With copy to: Name: Steve Kaye Position: Project Manager Address: 2000 S. Colorado Blvd, Suite 6000, Colorado Center Tower One Address: Denver Co. 80222 E-mail: skaye@sehinc.com Facsimile:888-908-8166 County: Name: Richard White, P.E. Position: Project Manager Address: 1 1 1 1 H Street Address: Greeley, CO 80632 E-mail: rdwhite@co.weld.co.us Facsimile: (970)-304-6497 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. 8 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 actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal 9 alien to perform work under this Agreement. Contract Professional shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-10I, 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. Official Engineering Publications: 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 that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Compensation. 33. Compliance with Colorado Department of Transportation Regulations and Standards I0 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 of 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. II SIGNATURE PAGE IN WITNESS WHEREOF, the parties hereto have signed this Agreement this O7?T day of , 2017. CONTRACT PROFESSIONAL: By: �I Date: 3/i0/ Id 17 N e: �v 11 P..� t s Title: Ptio/Lird I WELD CO ATTEST: Weld Co BY: lerk to a Board Deputy Cler ; o the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLODO Julie A. Cozad, Chai 12 MAR 2 9 2017 X0/6 -3 IcP—D Request for Proposals (Exhibit A) (3/14/17 - 16 pages) Engineering Services for Bridge 44/33A Replacement Project Purpose Weld County is requesting a proposal for the design engineering services required to produce bid documents for the replacement of this existing bridge. II. General Project Description Weld County has received federal grant funds for the replacement of Bridge 44/33A over the Western Mutual Ditch. The project is located on WCR 44 approximately .7 miles east of HWY 85. The County intends to replace the existing bridge, which is a 27' long by 29' wide steel structure built in 1980. The bridge has a sufficiency rating of 51.0 and is functionally obsolete. The total project budget has been estimated at approximately $750,000. III. Scope of Services General engineering services: The services will consist of detailed road and bridge design generally consisting of overall plan preparation, surveying, hydraulic evaluations, report preparation, ROW plans, and specification preparation. The requested services will also include a structure selection report, geotechnical report, drainage report, and environmental services. A. Project Requirements DBE Goals • CDOT has determined that a contract goal for DBE participation in this Contract will be met with certified DBE's who have been determined to be underutilized on professional services contracts. The DBE goal for this project has been established as follows: 5% minimum of the overall design fee shall be accomplished by DBE's. General Requirements • The consultant will be expected to provide a full range of engineering services and accept project management responsibility at all levels. The services shown below are not to be considered the final scope of work. The final scope of work will be determined between the selected consultant and the County during contract negotiations. Conceptual Design • At the conceptual design level the consultant will be required to provide conceptual design alternatives for bridge concepts (as many as three) to be included in a structure selection report. This report should include conceptual drawings and design calculations, identify all land acquisition requirements and contain a conceptual Opinion of Cost to identify any possible funding shortfalls. A Geotechnical Report is also typically prepared during this phase of the bridge design. Preliminary Design • At the preliminary design level the consultant will be required to provide detailed design plans for all components of the project. A status set of plans will be kept available to the owner for review and submittal to the appropriate agencies, utility companies, and affected property owners as needed. • The plans must locate all existing utilities and obstructions. They must be shown both horizontally and vertically and in relation to the proposed improvements. All utility conflicts must be identified and the consultant will provide coordination including site meetings with all affected utility companies. • The consultant will be required to coordinate the identification and acquisition of rights -of - ways and easements. The work will require the preparation of right-of-way/easement exhibits and plans. Weld County will perform the ROW acquisition process after the ROW Plans have been approved by CDOT. • The consultant will be required for preparing documents and conducting environmental investigations in accordance with the requirements of the current federal and state environmental regulations, including the National Environmental Protection Act of 1969 (NEPA). These documents will be prepared in standard CDOT format and presented to the applicable affected government agencies for their review and approval. • The consultant must provide detailed written monthly progress reports throughout the duration of the design. The progress reports will be part of the billing submitted monthly. • At the completion of the Preliminary Design Phase, the consultant shall provide the County with ten (10) 11"x17" sets of review plans, including a detailed Engineer's Estimate of the construction costs. At this stage, the plans should be approximately 60% complete. The consultant shall also provide the County with drawings in electronic format (pdf). • The Consultant shall prepare and attend the F.I.R. meeting and provide the support information for the meeting in accordance with CDOT procedures. Meeting minutes will be prepared by the Consultant for group distribution. Final Design • At the final design level the consultant will be required to provide detailed design plans for all aspects of the project. This includes roadway, bridge, property restoration, drainage, and erosion control. • The consultant will be required to prepare project special provisions and current CDOT standard special provisions. These technical specifications shall be prepared in the CDOT format. Near the completion of the Final Design Phase, the consultant shall provide the County with ten (10) 11"x17" sets of review plans and the specification package. At this stage the plans should be approximately 95% complete. The consultant shall also provide the County with drawings in electronic format (pdf). The consultant shall receive comments from the County and other affected agencies and incorporate these comments into the final set of bid documents. • The Consultant shall prepare and attend the F.O.R. meeting and provide the support information for the meeting in accordance with CDOT procedures. Meeting minutes will be prepared by the Consultant for group distribution. • Soon after the F.O.R. meeting the consultant shall submit the final ROW Plans which have been approved and signed by CDOT, and submit all of the final environmental clearance documents. All work shall be completed using the latest AASHTO and CDOT design and construction standards or guidelines, practices, and procedures. 2 B. Project Schedule (Anticipated) • Pre -proposal Meeting December 7, 2016 (10:00 AM) • Proposals Due at Purchasing December 21, 2016 (10:00 AM) • Estimated Contract Award January, 2017 A pre -proposal meeting will be held on December 7, 2016 (10:00 AM) at the Weld County Public Works Conference Room, located at 1111 H Street, Greeley, Colorado. The project schedule currently anticipates the following milestones: • Design complete by February, 2018 • ROW/Easement acquisition complete by August, 2018 • Advertisement for construction September, 2018 • Bridge replacement November, 2018 - April, 2019 IV. Instructions to Consultants A. Submittal Requirements Qualified consultants interested in performing the work described in this request for proposals should submit the following information to the County in any order they choose. 1. Qualifications of your firm and staff proposed to perform the work on this project. 2. A list of similar projects completed in the last five years. 3. A list of critical issues that the consultant considers to be of importance for the project. 4. Provide ideas or suggestions on how your firm can meet the proposed schedule. 5. Provide a scope of work for the proposed design and list of associated work items required to complete the work. 6. References from at least three other projects with similar requirements that have involved the staff proposed to work on this project. As part of the reference check process, the County may choose to visit one or more of the listed projects and/or request a copy of the plans and documentation completed. 7. A sample plan and profile sheet(s) of a similar project should be included in each submittal. Examples should be 11"x17". 8. A statement of the Consultant's willingness to enter into the Weld County Standard Contract Agreement included as part of the RFP. 9. Limit the total length of your proposal to a maximum of 20 pages (excluding covers). The County will reject proposals received that are longer than 20 pages in length. 10. Submit a total of five copies of your proposal, and one electronic copy (PDF) on a disk. Proposals must be delivered to the Weld County Purchasing Department, P.O. Box 758, 1150 "O" St., Greeley, CO 80632. 3 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: Michael Bedell, P.E. — Project Manager Weld County Public Works 970-356-4000, ext. 3706, mbedell@co.weld.co.us V. Selection Criteria and Method The Weld County Purchasing Professional Services Selection process describes the consultant selection criteria and method. This document is available for review in the Weld County Code, Revenue and Finance, Chapter 5, online at www.co.weld.co.us. A selection committee shall include Weld County Public Works representatives. Selection Criteria Review and Assessment Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the written proposals and interview session. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. 4 WEIGHTING FACTOR QUALIFICATION STANDARD 5.0 Scope of Proposal The proposal clearly shows an understanding of the project objectives, methodology to be used, and final results that are desired by the Department. 5.0 Critical Issues The proposal demonstrates the firm clearly understands the major issues associated with the project, and offers realistic solutions to those issues. 4.0 Project Control The firm has described their methods of controlling their design and construction cost. The firm has demonstrated an ability to insure State or Federal procedures are used where appropriate. The firm has a Quality Control process in -place to manage the quality of their product. 4.0 Locationork /rFamiliarity Project team's work location relative to the project site location. Key team members have demonstrated familiarity with Weld County and the goals of the Department. 2.0 DBE Goal The firm has provided documentation which supports their ability to meet the minimum 5% DBE goal established for this project. The designated DBE sub -consultants have proven abilities. AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY Si BRIDGE 44/33A REPLACEMENT PROJECT THIS AGREEMENT is made and entered into this day of , 2016, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and , [an individual], [a limited liability partnership] [a limited liability company] [a corporation], who whose address is , hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits 5 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 B1600155. The RFP contains all of the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 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 Exhibits A. Both of the 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, (I) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 6 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 or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement 6. Compensation/Contract Amount. Upon Contract Professional's successful completion of the services, and County's acceptance of the same, County agrees to pay an amount no greater than $ , which is the bid set forth in Exhibit . 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 bid amount set forth in Exhibit . Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. Mileage may be reimbursed if the provisions of Exhibit permit such payment at the rate set forth in Exhibit . 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 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 with regard to 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 as set forth in Exhibit 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 particular reputation and expertise of Contract Professional. Contract Professional shall not enter into any subcontractor agreements for the completion of this project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project. Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, by this Agreement, assumes toward County. The Contract Professional shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contract Professional in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to 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. 8 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 keep the required insurance coverage in force at all times 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 Director of General Services 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 coverage's 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 sufficient 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 9 of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and 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 maintain at all times 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 of 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 10 applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. 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 coverage's required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (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.: President, Address: Address: E-mail: Facsimile: With copy to: Name: Position: Address: Address: E-mail: Facsimile: County: Name: Michael Bedell, P.E. Position: Senior Engineer Address: 11 l 1 H Street Address: Greeley, CO 80632 E-mail: mbedell@co.weld.co.us Facsimile: (970)-304-6497 12 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. H24-18-201 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 actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 13 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 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. 14 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. Official Engineering Publications: 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 that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Compensation. 33. 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 of 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 and , 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. Is SIGNATURE PAGE IN WITNESS WHEREOF, the parties hereto have signed this Agreement this , 2016. CONTRACT PROFESSIONAL: By: Name: Title: Date: day of WELD COUNTY: ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Director of General Services 16 Proposal For Engineering Services (Exhibit B) (3/14/17 - 20 pages) Bridge 44/33A Replacement Project ``RFP #B1600155 I Weld County, Colorado I December 21, 2016 SEH Budding a Better World for All o' Us' December 21, 2016 Mike Bedell, P.E., Project Manager Weld County Public Works Department 1111 H Street Greeley, CO 80631 Dear Mr. Bedell: RE: RFP #B1600155. Engineering Services for Bridge 44/33A Replacement Project BRO C030-070. SA 20826 SEH No. P-137156 We are very pleased at Short Elliott Hendrickson Inc. (SEH') that you have given us the opportunity to further prove our capabilities with the Bridge 44/33A Replacement Project. We value our relationships with you, as well as our past experiences helping the County enhance its transportation infrastructure. Weld County is different from many other counties throughout the State of Colorado, because of its heavy truck traffic. which along with deterioration over time can reduce the life expectancy of your roads and bridges. These challenges need to be managed with long-term, cost-efficient solutions. We believe our proposed team best understands these challenges. and we are well positioned to deliver this project - bringing experience from more than 500 successful bridge replacement projects. We worked directly with County staff on the Bridge 26/25A and Bridge 68/59A Replacement projects. As a result, we have obtained a deep understanding of the County's infrastructure needs and standard procedures: specifically. the need to provide safe, practical, durable, cost efficient structures, in accordance with current standards, that also navigate the required CDOT standard procedures. Within this proposal, we have provided suggested solutions to the critical issues associated with this bridge. These include construction traffic control, optimal structure selection, right-of-way and site constraints, and local stakeholder coordination. Our proposed team has considerable experience working within Weld County and as an extension of County staff. Of note, Wayne Howard will serve on the project team as QA/QC manager and client services manager. Wayne's past experiences working for the County. and his firsthand knowledge of the challenges that you experience. will help solidify our team's project understanding and ability to meet your needs. Our experience, resources and close proximity to the project site enables us to provide the very best consulting services, including: TABLE OF CONTENTS Project Understanding 2 Project Methodology 2 Scope of Work 3 Critical Issues 6 Project Control 13 Work Location/Familiarity 15 DBE Goal 17 Overall Firm Qualifications 18 Sample Plan 20 Contract Agreement Our proposal is based upon the requirements, terms, and conditions of your RFP. We understand the contractual requirements and are willing to enter into the Weld County Standard Contract Agreement, as referenced in the REP. Short Elliott Hendrickson Inc. 2000 South Colorado Boulevard. Suite 6000 Colorado Center Tower One Denver. CO 80222 7938 720.540.6800 1800.490.4966 888.908.8166 tax SEH is 100% employee -owned sehinc.com Professionals who have worked successfully with Weld County staff and CDOT Region 4: we have the knowledge of CDOT's project development process and experience in coordinating projects with overseeing agencies. Staff capacity with the availability to proactively respond to changing project needs and meet the desired project schedule within project budget. A collaborative. experienced project team that has worked together on projects similar in type and scope. and is proficient in: bridge design: roadway. traffic and drainage design: survey and right-of-way services: hydraulic analyses: geotechnical services: environmental resource assessment: and construction inspection and administration, if desired. Subcontractors. Geocal Inc. (geotechnical). to meet CDOT's Disadvantaged Business Enterprise (DBE) goal of 5% of the overall design fee for the project. We appreciate being shortlisted and are excited to once again partner with you. Should you have any questions please don't hesitate to contact me at 720.540.6847 or skaye@sehinc.com. Respectfully submitted. Step en Kaye, PE. LEED AP Project Manager Paul Wells Principal -in -Charge Project Understanding Weld County (County) has received Federal Grant funding to replace Bridge WEL044.0-033.0A (Bridge 44/33A) over the Western Mutual Ditch. The replacement of Bridge 44/33A is required for the following reasons: SUBSTANDARD GUARDRAIL FUNCTIONALLY OBSOLETE LOW DECK RATING DETERIORATING CAPACITY 11 LOW SUFFICIE RATING CY METAL DECKING Based on our pre -protect research, discussion with you, as well as the RFQ and RFP, we understand the County's objectives are to: MINIMIZE OVERALL COSTS MEET CDOT CRITERIA DESIGN FOR THE FUTURE OBTAIN DITCH COMPANY BUY -IN MINIMIZE/ MANAGE RIGHT-OF-WAY IMPACTS KEEP IT SIMPLE What SEH has learned: Western Mutual Ditch Rick Ebert (Ditch Rider) Crestone Peak Resources Adam Buffington Flow values: 185 cfs No issues with existing bridge Freeboard 12 in, to 18 in. Normal flows March -October Retrieve product monthly Tanker (oil) and tandem (Maintenance Supervisor) (water) truck access Project Methodology WELL DEFINED SCOPE OF WORK Past Lessons Learned: CLEARLY DEFINE COUNTY GOALS AND EXPECTATIONS IN-DEPTH DATA RESLARi H Develop a well defined project design criteria! ROW is the critical path for schedule! Practical use of software and available ditch information for hydraulic design is key! INCORPORATE LESSONS LEARN VALUE ENGINEERING MEET OR BEAT SCHEDULE AND BUDGET GOALS SHORT ELLI0T I HENDRICKSON INC 2 Scope of ork Scope of Work Based on our experience with previous federally funded Weld County bridge replacement projects. we propose the following scope of work for the Weld County Road 44/33A Bridge Replacement project. PROJECT MANAGEMENT AND QUALITY ASSURANCE/ QUALITY CONTROL GENERAL PROJECT TASKS Attend and take minutes for project kick-off meeting. design progress meetings, provide monthly project progress reports for County project manager, general project correspondence with County and stakeholders, and attend progress meetings. PREPARE PROJECT MANAGEMENT PLAN (PMP) COORDINATE AND MONITOR SUBCONSULTANTS Prepare subcontracts. review scopes and budgets, review submittals and general correspondence to facilitate work. PROJECT FINANCIAL MANAGEMENT Prepare invoices, track budget, process subcontractor invoices and track subcontractor budgets. PERFORM ALL REQUIRED QUALITY ASSURANCE/QUALITY CONTROL Per Weld County, CDOT and internal project team standard procedures. DATA COLLECTION PHASE SURVEY/RIGHT-OF-WAY (ROW)/ UTILITY LOCATES AND POTHOLES The SEH team will perform the following survey tasks: Topographic survey of the area surrounding the current 44/33A structure to create a base map that includes adjacent irrigation ditches, headgates and other features, contours, roadway plan and profile and other significant features to aid design and to be incorporated into project drawings. Topographic survey of the current 44/33A structure, including adequate channel cross-sectional information and adjacent irrigation appurtenances to perform the hydraulic analyses required to size the 44/33A structure. • ROW delineation, including property research to show property and ROW lines for the bridge and adjacent property in the base map. • Utility locates to locate all utilities in the vicinity of the bridge that may be affected by construction and include locate information in the project base map. Utility potholes to determine the size, depth and location of the required utilities with survey of the potholes to be shown in the base map. GEOTECHNICAL The SEH team will include Geocal, Inc. as a subcontractor to perform geotechnical services. The services will include: Subsurface exploration, including 1-3 borings located in the vicinity of the proposed substructure elements. Preparation of a geotechnical report summarizing exploration and providing structure foundation recommendations. Other geotechnical services such as pavement design, as requested by the County. ENVIRONMENTAL Bridge 44/33A construction may impact biological, cultural and historical resources and require coordination with the following agencies: State Historic Preservation Office (SHPO). U.S. Army Corps of Engineers (USACE), U.S. Fish and Wildlife Service (USFWS) and Colorado Department of Parks and Wildlife (CPW). Understanding and navigating the approval processes for these agencies is critical to obtaining the required CDOT environmental clearances in support of the Categorical Exclusion. Darcy Tiglas (Tiglas Environmental) and John Hoffecker (Historic Preservation Consultants) have been selected to help navigate this process. Darcy has performed this work for Weld County Public Works for many years and has cleared over 200 bridge projects that are very similar to this bridge. WESTERN MUTUAL DITCH COORDINATION WESTERN MUTUAL DITCH: SEH has been in contact with Rick Ebert (Ditch Rider) and Frank Eckhardt (Ditch President). Mr. Eckhardt stated that the ditch board meets the second Wednesday of each month. We propose to attend the board meeting. present the protect and discuss concerns and solutions; which will likely ease the agreement process. Important items learned to date: Freeboard requirements - between 12 in. and 18 in. Required flow capacity - approximately 185 cfs (SEH will verify during design). Normal flow periods - March through October; however, ditch may have recharge during winter months. Existing ditch measuring device is located downstream near junction with Union Ditch. SHORT ELLIOTT HENDRICKSON INC. 3 • Requirement to maintain access onto ditch roads. HYDRAULIC EVALUATION HYDRAULIC ANALYSIS: Utilize available tools such as FlowMaster to calculate design flows through new structure. A HEC-RAS hydraulic model could be developed, if needed, to compare flow rates given by Western Mutual Ditch Company vs canal capacity. Since the upstream canal opening is defined by a concrete ditch check and carries through the opening of the existing structure. matching up with the concrete surfaces will give the designer a basic structure opening. Structure geometry that meets freeboard requirements. PRELIMINARY DESIGN: SSR/FIR (096-30%) PRELIMINARY BRIDGE DESIGN: • Bridge alternative assessment, including span configuration. superstructure type, substructure type as well as feasibility, constructability and cost efficiency to determine bridge alternatives (minimum three structure options). Preliminary structural analysis to determine feasibility of bridge alternatives and preliminary sizes of main substructure and superstructure elements. • Prepare cost estimates using calculated quantities and CDOT cost data for bridge alternatives that are determined feasible in the alternative assessment. PRELIMINARY ROADWAY DESIGN: • Assess the bridge alternatives and impact on the vertical and horizontal alignment of County Road 44 to check for ROW impacts and adjacent access road or driveway tie-ins • Create proposed vertical profile and horizontal alignment based on preferred bridge alternative. PRELIMINARY HYDRAULIC DESIGN: • Assess the impact of the bridge alternatives being considered on design flow requirements. Determine appropriate erosion protection for bridge and ditch banks. UTILITY COORDINATION: Contact utility owners and initiate project introductions. Schedule field meetings with effected utilities to determine solutions. Create utility owner correspondence spreadsheet. PRELIMINARY ENVIRONMENTAL DESIGN Coordinate the required documentation for resources affected by bridge construction with the required agencies. STRUCTURE SELECTION REPORT (SSR) Preparation of SSR in accordance with CDOT standards to include description of the bridge alternatives, determination of key elements/ issues associated with the bridge replacement, discussion of advantages and disadvantages of alternatives. preliminary cost comparison of alternatives. and recommendation of replacement alternative. FIELD INSPECTION REVIEW (FIR) SUBMITTAL Based on SSR recommended option, create and submit FIR plans. outline specifications and estimated construction cost for project. FIR MEETING Schedule, attend and take minutes for FIR meeting with County, CDOT and other applicable stakeholders FOR DESIGN: BRIDGE (30%-90%) Incorporate County and CDOT FIR review comments into Final Office Review (FOR) design. FOR STRUCTURE DESIGN: • Size and design all structural elements, including bridge superstructure, deck, bridge abutments, piers and foundations. If a CBC is the preferred structure then much of this effort is minimized. Prepare FOR drawings for all bridge elements showing geometry. member sizes and locations. and all details required for replacement construction. Calculate quantities for all bridge elements and bridge replacement cost estimate for all bridge elements using CDOT cost data. Perform independent check set of design and quantity calculations and an independent structure design review (Centennial Engineering) as required by CDOT standard procedures. Prepare project specifications in accordance with CDOT standard specifications for all elements required for replacement construction. FOR ROADWAY DESIGN: Incorporate final bridge configuration into final roadway design, including the vertical profile. horizontal alignment, widened structure and code -compliant guardrail transitions. Calculate quantities and prepare cost estimate for all roadway items. Prepare final roadway drawings. Confirm detour route and create traffic management plan with detour signing. 4 BRIDGE 44/33A REPLACEMENT PROJECT FOR HYDRAULIC DESIGN: Finalize hydraulic analysis based on final structure design. Design erosion protection if required. Develop Stormwater Management Plan (SWMP) for the construction of both bridges. including Best Management Practices (BMPs) that will be utilized throughout the study area for erosion and sediment control before, during and after construction of the new bridges, including final stabilization. • Create final hydraulic report. ENVIRONMENTAL FINAL DESIGN Tiglas Environmental will help obtain all final environmental permits. clearance letters and documentation for project advertisement. FOR SUBMITTAL PACKAGE Including plans. specifications and cost estimate. FOR MEETING Schedule meeting, prepare agenda and minutes with CDOT, County and stakeholders. ROW DESIGN, UTILITY COORDINATION, FINAL CLEARANCES AND UTILITY PLANS ROW PLANS Prepare ROW plans in accordance with County and CDOT standards. including obtaining title commitments, preparing legal descriptions and final ROW plan sheets. ROW COORDINATION Attend one-on-one landowner meeting. ROW ACQUISITION Our team includes subconsultant Western Land & States to perform all ROW acquisition for the project using ROW plans and legal descriptions. FINAL UTILITY CLEARANCE Utility coordination to achieve CDOT clearance. FINAL BIDDING DOCUMENTS (90% -100%) INCORPORATE ALL APPLICABLE FOR DESIGN REVIEW COMMENTS From the County, CDOT , independent design review, and other stakeholders into final documents. SUBMIT FINAL BIDDING DOCUMENT PACKAGE Including final drawings, cost estimate and specifications. SUBMIT FINAL CDOT CONFORMANCE PACKAGE. Including geotechnical report. hydraulic report, field pack, bridge rating. final calculations and independent check calculations. BIDDING/ADVERTISEMENT SERVICES ASSIST County with protect advertisement. ATTEND pre -bid office/site meeting. RESPOND to pre -bid contractor questions. DESIGN SERVICES DURING CONSTRUCTION ATTEND APPLICABLE CONSTRUCTION MEETINGS Including pre -construction and precast concrete fabrication inspection or others as requested. RESPOND TO REQUESTS For Information (RFIs) and review shop drawings. Based on the Request for Proposal (RFP) and discussions with you during the pre -proposal meeting. it is not likely that the contract will include construction administration services. Should this change, SEH has an experienced construction services team that has overseen construction in Weld County, for CDOT. and local agencies all over the State of Colorado. SEH's integrated design and construction team can provide a seamless transition from design through construction with experience working together on several projects. If the lack of availability of County staff to perform Construction related services is dictating the protect construction schedule, the County could consider using SEH staff. Delaying construction can lead to escalation of construction costs and using SEH for construction administration may allow the project to be built sooner which may reduce this cost escalation. SHORT ELLIOTr HENDRICKSON !NC 5 Critical Issues Critical Issues Appropriately identifying the critical issues of a bridge replacement project and understanding ways to solve these issues can be the difference between a successful and an unsuccessful project. Specific to your project. determining critical issues requires a precise understanding of County goals, as well as a solid understanding of the disciplines associated with this complex, multidisciplined project. The SEH team has determined the following critical issues, and provided potential solutions to these issues. In addition to and in conjunction with the critical issues explored below, we have created three Critical Issues Maps to provide more detail. We believe the critical issues for this project include: 1. Bridge Selection 2 Traffic Control 3. Right of -Way 4- Local Stakeholders 5. Budget Control Bridge Selection Creating a successful bridge design for this project demands a clear understanding of the desired Weld County bridge criteria and dimensions: bridge and structural engineering fundamental concepts: current Weld County, CDOT and American Association of State Highway and Transportation Officials (AASHTO) design codes and standards: the location of the bridge and how it is situated within the surrounding topography: and the coordination required between all the project stakeholders. The proposed SEH team carries each of these capabilities, which we believe are integral to successfully delivering the Bridge 44/33A Replacement project. BRIDGE ALTERNATIVES The existing bridge is 27 ft. long and has a significant skew of 48 degrees: therefore, designing a typical beam and deck bridge requires the beams to be longer than the actual canal width or opening. The clear span perpendicular to the canal is approximately 16 ft. This is depicted in the bridge plan. In response, we have developed two alternatives: Option 1- Slab Girder and Option 2 - Concrete Box Culvert (CBC) (cast -in -place or precast). Both are commonly used for span lengths in this range in question when minimizing structure depth is important to reduce impacts to the roadway vertical profile. BRIDGE FLAN A steel beam option may be included as an alternative in the SSR. though this is typically not as cost effective as concrete options. Based upon the information we have gathered, we feel that the advantages to Option 2 - CBC (either cast -in -place or precast) outweigh those to Option 1- Slab Girder. Shown below are some advantages for this location. CBC Option Advantages: Lower square footage cost as compared to the beam slab bridge. Preliminary square footage costs. For Option 1- Slab Girder are $244 per sq. ft. and Option 2 - Precast CBC are $140 per sq. ft. This comparison consists of superstructure and foundation costs only as the earthwork, railing and roadway work is similar for either option. Depending upon the final square footage of the bridge, Option 2 - Precast CBC could equate to a savings of over $100,000. Reduced construction timeframe - Precast CBCs are constructed in less time than slab girder bridges, which would reduce the roadway closure period and requires no special equipment to construct. Expandability for future road widening - A CBC can be easily widened in the future by simply connecting additional concrete box sections. This type of future widening would likely not require roadway closures to complete the work when if County Road 44 is widened to its ultimate arterial four -lane roadway. Reduced Design Efforts - Using a CDOT standard CBC will reduce the design efforts from those required for a slah girder bridge. Common CBC design parameters and sizes can be found in the M&S Standard drawings. The CBC can be cast -in -place or precast, requires minimal foundation design and simplifies the overall process: therefore. reducing design costs and design duration. Readily Available Materials - Long lead time is normally not required for precast CBCs. SHORT ELLIOTT HENDRICKSON INC. 6 Reduce Maintenance - CBCs require less maintenance and cleaning efforts. therefore, are normally a preferred alternative structure by agency owners as well as ditch or canal owners. CBC Option Cons: The reduced (effective) bridge opening may change the classification from a major to a minor bridge on the NBIS: therefore, no future inspections will be performed by CDOT contracted inspectors. It should be noted that the immediate structure approximately one-third of a mile downstream is also a smaller CBC under County Road 35. BRIDGE WIDTH ICIrt f1 • MIA INTERIM TYPICAL CROSS SECTION lily 10111 w b— I Y Ir IZ Lam l Tomes Is lt v gram IT Trwlta bard Lair • AaC J tCle•s • UMA - •RatA • ANC aloe H Cr�M7olradr (new 1) ULTIMATE TYPICAL (-Ross sECr1PN Ao.Lry Leo •Ater by Pmlc rims The current bridge section consists of a 25 ft. roadway width and a 29ft. 7 in. out -to -out width. As shown in the Weld Fr County Engineering and Construction Criteria, the interim rural arterial section is 12 ft. lanes and 6 ft. shoulders as shown in the typical section, which would be a roadway width of 36 ft. The bridge deck width will require additional width(3 ft.) to accommodate the required CDOT standard bridge rail. The design bridge width will be determined in collaboration with the County's budget and future expansion plans. BRIDGE SUBSTRUCTURE According to the most recent bridge inspection and load rating, the existing substructure consists of 8 in. driven H -piles with concrete encasement which make up the abutments. This is a very common deep foundation as usually built by Weld County Forces. Oftentimes, canals do not pose a significant scouring risk and allow for options other than a deep foundation. For this site, the channel is concrete lined as a ditch check or artificial dam is directly upstream, which could cause scour as the water flows over the check boards once they are installed. The existing channel under the bridge is also concrete lined, preventing any scouring or erosion. For either proposed option, it should be assumed that the concrete lining be maintained under the crossing. For Option 1- Slab Girder Bridge. the foundation could be a shallow spread footing or driven H -piles. For Option 2 — CBC. the foundation is inherent in the walls and base slab of the box shape, which transfer loads to the subgrade. The base slab will also serve as a concrete lining. A geotechnical investigation will be performed to determine the characteristics of the soil near the bridge and provide foundation recommendations. 90.-0• 45'0" Ultimata Precast CBC Sedfvts (TYp.) 53'-t0•t 45'-0• (36%0' Perpendicular la Roadway) Roadway t8k5' Precast CAC Sections 6'-0• (TYP.) CBC Longitudinal section (taken at canal centerline. Interim condition shown) 39.0. Out to Out Deck 1,-a- 36'.0' (w Roadway v -e• Cub 6'-0• 1T-0' 12.0' Gd Cub (Shldr.) Bddye Rail (Typ.) (Lane) ZO% (Lane) rk Bridge and Irk Roadway I 2.0% (Shldr.) 6• Concrete Topping Slab Girder Typical Section Presvessed Concrete Slab Girder (Total 7) L 7 BRIDGE 44/33A REPLACEMENT PROJECT SOLUTION: As discussed above, it seems apparent on the surface that Option 2 - CBC would be in the lead for the preferred replacement structure. The structure selection process will confirm many of these preliminary assumptions and gather more information that will give the SEH Team a better understanding of the overall project. RIGHT-OF-WAY Right-of-way issues can significantly impact bridge widening/replacement project schedules and budgets. Right- of-way acquisition cart be a costly. time-consuming process that requires CDOT clearance approval before the project can be advertised. SOLUTION: With recent changes to the COOT right-of- way review and clearance process which can add multiple months to the normal review and clearance time period, it is critical to identify and manage schedule to avoid delays. TRAFFIC CONTROL Traffic control during construction will be challenging as Weld County Road 44 is classified as a major arterial with a high ADT and truck percentage. The following table shows potential methods for handling traffic control and considerations, advantages and disadvantages for this project location. Additionally, Critical Issues Map 2 -Suggested Detours and Map 3 -Shoo fly are provided for additional detail. Traffic Control Method Key Considerations POS NEG Off -Site Detour — Close bridge and route traffic to alternate routes Can be quickly implemented X Most cost effective solut'on X Shorter construction period x Imposes out -of -direction travel X Increased traffic on alternate routes X Truck tornng conflicts X On -Site Detour (Shoofly) Construct alternate crossing north or south of existing bridge Least Impact to traveling public X Large temporary easement X Requires ditch company approval for impacts X Limits construction working space x Most costly option X Phased Bridge Construction - Build new bridge in sections such that traffic can be shifted on existing bridge section while new section are being constructed Requires an existing structure sufficrenJy wide to permit safe two lane traffic and Seca' at on from construction activities. x SOLUTION: Selecting a method for traffic control is one of the most important aspects of this project, because it will have a significant effect on project costs construction duration and stakeholder impacts. At this stage we believe full closure with off -site detour is the preferred option. however, because of it's importance, this decision requires significant thought and collaboration between the County. the design team, and other project stakeholders before an alternative is selected. LOCAL STAKEHOLDERS Western Mutual Ditch Company It is important to recognize the role that the local ditch company plays with bridge projects. Ditch boards have the ability to make demands that may seem unreasonable or costly and interfere with progress. Therefore, recognizing their need for buy -in early in the process is very important to overall project success. SOLUTION: The SEH Team has already begun this effort. We have contacted the company ditch rider, Rick Ebert. as well as ditch company president, Frank Eckhardt, for information that will help with stakeholder approval. They were both very helpful and willing to share details that they consider important such as: flow rates (CFS values). flow periods, existing issues. and recommendations. Mr. Eckhardt noted that they would prefer someone attend their monthly board meeting to present the proposed bridge and get feedback that may be helpful for both parties. The SEH Team, more specifically, Wayne Howard would offer to attend the meeting and present the project. Getting stakeholders involved and including their concerns into the final design will facilitate their acceptance during legal agreement execution. Crestone Peak Resources The SEH Team has also spoken to the owner of the local oil and gas tank battery located on the NW corner of the bridge site. Adam Buffington. Maintenance Supervisor, has informed us that Crestone PR, previously Encana, requires access to the tanks for oil and water retrieval at least once per month. The type of trucks used consist of 18 wheeler and tandem trucks to retrieve the products stored in the tanks. SOLUTION: Depending upon the selected traffic control. a project special provision can be created requiring the contractor to coordinate their work with Crestone PR as to allow access during the time required. Utilities There appears to be underground utilities along Weld County Road 44 on both sides of the bridge. There is also overhead electric along the north side of County Road 44. With either Option selected there is a chance that these utilities may be affected. Additionally, utility locations must be clearly understood so that deep or shallow foundation do not damage adjacent underground utilities or impact overhead utilities. Should SHORT ELLIOTT HENDRICKSON INC. 8 impacts be avoidable, early identification will permit the impacted utility to relocate facility ahead of causing construction conflicts. SOLUTION: Identifying. locating, potholing and surveying both underground and overhead utilities in the data collection stage of the project allows for adequate coordination with utility owners and design efforts that mitigate the impact of bridge construction on the affected utilities. This also leads to better protect construction documents, which reduces the chance for surprises and delays during construction. Adjacent Landowner Widening the roadway and bridge could push project limits closer to the existing 60 ft. Weld County ROW lines. Access roads. landscaping and driveway tie-ins can be affected by the protect construction limits. These potential impacts are shown in more detail in Critical Issues Map 1. SOLUTION: Understanding how site characteristics affect the limits of the project is a critical part of providing a design that minimizes and/or eliminates right-of-way or easement acquisitions. Based upon which bridge option is selected and which construction traffic control is desired. the goal is to develop a ROW plan early in the process so that discussions with landowners and other impacted stakeholders can begin. Our experiences show that local stakeholders play a significant role is the success of a project. Since right-of-way acquisition is part of the requested services, we have teamed with Phil Mazur, Western States Land Services, who is highly familiar with providing land acquisitions that complies with COOT and federal oversight and who also understands the expectations that Weld County has in treating its citizens with respect and fairness. BUDGET CONTROL The overall project funding received by the CDOT grant could be challenging to cover 100% of project funding, so providing cost effective solutions in both design, construction, and scheduling is important to maximize the available funds. We understand that project costs are an important consideration for the County and we offer the following solutions. • Design Cost Savings SOLUTION: Utilizing a CDOT standard CBC, will likely reduce design costs because it is a standard design. • Construction Cost Savings SOLUTION: The structure selection process and value engineering will play an important role in finding a replacement structure that minimizes the overall project budget including stakeholder impacts. Schedule Cost Savings SOLUTION: If the project could be constructed in fiscal year 2017, it could reduce the yearly price increases generally seen in construction materials and labor. As mentioned earlier, the ROW/Easement acquisition process would need to begin very early to allow sufficient time to accomplish but it could be worth the savings. Yearly Cost Increases for materials and labor could equate to 3%-5% or more. Should Weld County desire to begin construction sooner than 2018 but be limited by inspection resources. SEH is well prepared to perform these services on behalf of Weld County. We have successfully provided construction inspection for Weld County in the past and have a local CDOT certified inspector that lives within the Greeley area that would be available as well as an engineer certified to do structural precast concrete inspection. The savings recognized by not experiencing the yearly cost increase would cover the majority of these services. The ROW acquisition would need to cleared to allow for an earlier start date. Budget Control Summary - SEH has written this proposal with cost savings in mind. We have discussed multiple ways to provide a very cost effective project and solutions for issues that could impact the over budget. We are always looking for ways to save clients funding and we feel that there can be some creative ways to reach for an earlier start date should the County desire. Past experiences tell us there is always uncertainly with other agencies having oversight and control over schedules but we have been very successful navigating those obstacles in the past. 9 BRIDGE. 44/33A REPLACEMENT PROJECT Parcel 105723100004 C-, C,, C-3 r Q Ca CC, • I . NOSicfV0 90000T£ZLSOI IazJed i i SHORT t1I10i �IENORICKSONINC 10 _n C. J� O_O 1 C rt. y O G Y > 1 - L=. • n 1 - O v C C 9 m 0 ▪ 14 i tY t oC Y _ ✓ T io n v 0 ct C r C ., c x O 3 s _ c __ X.-.' a 7n T u J f 7" C L t UVOt! 03AVd avoaa3nvd t O008 a3AVdun-r avc;t a].wd\n SHOW ELLJOI1 HENDRICKSON INC 11 0 0 Coe, M Q cc a-, 0 VD cry cv U roposed section at crossing Phase 1 Construction SHORT ELL i01 I HiNORICKSON INC 12 I I I Project Control SEH employs a variety of internal, strategic techniques to ensure accuracy and compliance in all areas of our work. Our ongoing professional development includes training for project managers and general staff in areas such as budget management, plan checking and construction administration. SEH's internal QA/QC policies, in addition to the CDOT submittal procedures - which require independent calculations to be performed on major structures - ensures a process that minimizes errors and omissions. The following sections explore and illustrate our dedicated approach to controls for the Weld County Bridge 44/33A Replacement project. COST CONTROL DESIGN COST CONTROL SEH is committed to completing all tasks and services within the agreed upon project budget. SEH Regional Practice Center Leader, Paul Wells, instills this philosophy in all SEH project managers within his practice and closely monitors all activities to ensure compliance. We believe collaboration between Weld County and SEH, to determine a clear and accurate scope, is integral to controlling design costs. This collaboration assures all required scope elements are included - while superfluous scope items, which increase design costs, are not included. In addition. SEH's experience navigating Local Agency projects with federal funding and CDOT oversight - from design through construction - enables our team to understand and scope all elements that are required for the project to remain in compliance with CDOT procedures. SEH Project Manager, Steve Kaye, will be your primary point of contact for the Weld County Bridge 44/33A Replacement project. Steve will coordinate the project budget to include all required scope elements, factor in all project disciplines and subcontractors, and make certain our proposed team meets the County's precise goals. Steve will analyze project status on a frequent, consistent basis to compare percent complete against work performed. In addition, monthly invoices will be accompanied by a project progress report, including tasks performed for the invoice period and upcoming tasks. Steve's previous experience working with County project managers. Richard White and Mike Bedell, in areas including project scoping and budgeting, will help streamline the scoping/budgeting process for the Weld County Bridge 44/33A Replacement project. CONSTRUCTION COST CONTROL As project manager, Steve will provide a cost estimate at each major submittal milestone, and periodically upon request by Weld County. Construction cost estimates, specifically at the final plan stage of development, will ensure that there are no surprises. The structure selection process, which is part of standard COOT procedures. is in essence a value engineering exercise and helps to control project construction costs. This process is performed during the preliminary stages of the project. considers several feasible options for bridge replacement, and includes a cost comparison of each option considered. This allows for the most cost-effective, yet feasible. option to be selected for final design. Further our experience with the structure selection process on numerous Local Agency projects allows us to consider the most feasible bridge replacement options, determine accurate cost estimates. and provide the most cost-efficient solutions to Weld County. We understand that there is an allotted budget for this project: if at any point the construction cost estimate appears to be beyond the available budget. we will work with our project engineers and the County to explore all solutions available to make certain we get the project back within budget. QUALITY CONTROL SEH has a formal, organization -wide QA/QC program incorporated into a set of published guidelines that are used by each project manager to develop a unique, disciplined plan for each project. Our QA/QC program is based on three key principles: 1. Matching the owner's (Weld County) needs with appropriately qualified personnel. 2. Demanding that a project -appropriate QC plan is developed and followed. 3. Rigorously following through in all areas. The applicable elements of the QA/QC program are incorporated into a project management plan (PMP) that is created for and tailored to each individual project. As project manager. Steve will be responsible for creating a PMP for this project: the PMP will also include a quality management section, specifying how the major elements of the project will be reviewed. For this project, Wayne Howard will serve as QA/QC manager. Wayne's extensive background working for Weld County and working on CDOT roadway and bridge projects will ensure our team is meeting your highest of expectations. SHORT ELLIOTT HENDRICKSON INC 13 Wayne will also serve as Client Services Manager with the primary goal being to ensure that the overall protect and services meet or exceeds the County's expectations and goals. SEH's QC methods include detail checking, over -the - shoulder reviews, formal and informal reviews, independent technical reviews, design coordination reviews, bid -ability reviews and constructability reviews at multiple points in the design process to ensure reports, project plans, specifications and cost estimates are top-quality and in compliance with Weld County and CDOT standards. The PMP dictates which methods of QC will be used on which project elements, with the goal that the level of review is commensurate with the importance of the activity. This assures that the method of review is both appropriate and cost effective. SEH is also familiar with COOT standards, procedures and guidelines, which include quality management techniques - including an independent check set of calculations. This process requires a completely independent set of calculations to be performed on the main elements of major bridge structures to make certain safe, code- compliant designs are produced. SCHEDULE CONTROL As project manager, Steve will be responsible for overseeing schedule control for the Weld County Bridge 44/33A Replacement project. Steve will work with County Project Manager, Mike Bedell, to ensure that the duration of project activities are well defined and clearly understood. Upon project notice to proceed, and with collaboration between all project disciplines. Steve will establish a detailed project schedule to lay out the sequence, duration and interdependencies of all major tasks. Steve will also work with the County to create a desirable. yet realistic, design schedule to meet the County's goals for advertisement and construction notice to proceed dates. Project schedule updates will be provided upon request. At SEH. we use Microsoft Project scheduling software to develop, track and manage critical project tasks. Steve will actively monitor project progress by task on a bi-monthly basis. Variances from the schedule will be flagged, and Steve will employ the necessary measures to redirect tasks back on schedule. DESIGN SCHEDULE We understand the County's anticipated schedule. as shown in the RIP. does not reflect the typical time needed to complete the bridge design process but is more reflective of the right-of-way review periods now being implemented by CDOT. The estimated project schedule is provided below and reflects the anticipated process for the CDOT right-of-way clearances and project right-of-way acquisition. Project Manager Steve Kaye will develop a detailed design schedule factoring all disciplines. procedures and clearances/approvals as one of his first tasks in this role. Tasks and Deliverables 1. Protect Management and QA/QC 2017 2018-2019 Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan 2018 - Apnl 2019 2. Data Collection 3. Preliminary Design SSR/FIR 4. ROW/Easement Plan Development i 5. FOR Design/Independent Design Review 6. Right of Way Plan Review (ROWPR) CDOT Clearances/ROW Acquisition , If Required 7. Final Bidding Documents through July 2018 I 8. Bidding/Advertisement Services 9. Design Services During Construction (Duration of Construction) • Aug 2018 (1 month) Sep 2018 Nov 2018 Nov 2018 Apr 2019 14 BRIDGE 44/33A REPLACEMENT PROJECT :ork Location/familiarity DBE Goal Work Location/familiarity SEH has 29 offices companywide. In our Western Region, we have offices in Denver, Lakewood and Pueblo. Colorado. along with an office in Cheyenne, Wyoming. We anticipate that the majority of the work on the Weld County Bridge 44/33A Replacement project will be completed from our Denver office but. if required, staff from any of our office locations are available to the County. Our Denver office is less than an hour drive from the project site. meaning we can respond quickly and efficiently to any project concerns or questions that may arise during design and/or construction. It should be noted that Wayne Howard is located less than 15 miles from the project site and is very familiar with Weld County and the local area. We anticipate scheduling and attending progress meetings at the County's office or by (video) conference call. We also use technology to enhance our service to our clients, including tools such as video and telephone conferencing. GoToMeeting and FTP sites. The SEH team is familiar both in working with the County and working with other agencies within the region. A list of recent projects performed by SEH within the region is provided below and a more detailed description of recent projects performed by SEH on behalf of the County is provided on following pages. 4th Ave Culvert Replacement - City of Greeley Reference: Eric Weis, PE, CFM, Stormwater Engineer, 970.350.9856, eric.weis@greeleygov.com Key Staff Members: Steve Kaye, Vince Dorzweiler, Kevin Alamada, Mike Perez, Craig Wilkening, Dan Sundeen. Jon Larson, Scott Klinker. Geocal 95th Ave. Bridge Pier Repair - City of Greeley Reference: Pat Hill, Pavement Management Coordinator, 970-350-9540, pat.hill@greeleygov.com Key Staff Members: Steve Kaye, Vince Dorzweiler, Kevin Alamada, Dan Sundeen, Craig Wilkening WCR 13 over Cache La Poudre River Bridge Deck Rehabilitation - Town of Windsor Reference: Doug Roth, PE, Civil Engineer, 970.674.2435, droth@windsorgov.com Key Staff Members: Steve Kaye, Vince Dorzweiler, Kevin Alamada, Dan Sundeen CDOT Region 4 Independent Design Reviews Reference: Katrina M. Kloberdanz, PE, Local Agency and Traffic Design Resident Engineer 970.350.2211, Katrina.Kloberdanz@state.co.us Key Staff Members: Paul Wells, Steve Kaye, Dan Sundeen BNSF Railroad over SH 7 - CDOT Region 4 Reference: Dan Marcucci, Resident Engineer - Region 4, 303.546.5658. daniel.marcucci@state. co.us Key Staff Members: Steve Kaye, Vince Dorzweiler, Dan Sundeen SHORT ELLIOTT HENDRICKSON INC. 15 VVCB 26/258 Replacefflent WELD COUNTY, COLO. Reference Don Dunker County Engineer Weld County Public Works Department 970.304.6496 ddunker@weldgov.com SEH provided design engineering services to Weld County for the replacement of a bridge carrying Weld County Road 26 over the Platte Valley Canal, operated by FRICO. The project received federal funds and was administered by CDOT. The project includes the replacement of a single -span, 37 ft. long bridge and approximately 300 ft. of approach paving. The western limits of the project are Union Pacific Railroad tracks. The bridge structure to be replaced is structurally deficient and shows signs of significant deterioration. The proposed replacement structure will provide increased durability and reduced maintenance costs over the lifetime of the structure. The existing superstructure consists of steel beams with a metal deck and the substructure consists of metal cribbing and steel pile abutments and wingwalls. The proposed structure will have a reinforced concrete deck, prestressed concrete beams and a reinforced concrete abutment with steel piles. Services provided by SEH include: project management: subcontractor management: geometric survey: ROW delineation; utility location and survey: conceptual, preliminary and final engineering of bridge structure, approach roadway and railing, hydraulic analysis for canal under structure; and adherence to CDOT. FRICO and Union Pacific Railroad Standards. WC B 61/68A Engineering and Perfflitting Services WELD COUNTY, COLO. Reference Richard White Civil Engineer III Public Works Department 970.304.6496 x3742 rdwhite@co.weld.co.us SEH was responsible for providing permitting and hydrologic and hydraulic engineering services for the replacement of a bridge carrying Weld County Road 61 over Crow Creek. This work was performed in coordination with the bridge replacement of a bridge downstream carrying County Road 68 also over Crow Creek. Hydrologic and hydraulic analysis and modeling was performed for a segment of the channel through both bridges to determine design flow discharges and the required hydraulic opening and low chord of the structure to comply with Weld County Drainage Criteria. Aerial survey was performed to create an accurate hydraulic modeling use HEC-RAS. Permitting was performed as part of the project to comply with applicable Federal and State codes to minimize impacts to the surrounding environment. The bridge was built by Weld County. Services provided by SEH: project management. aerial survey, water resource engineering 16 BRIDGE 44/33A REPLACEMENT PROJECT VVCB 68/59A Replacefflent WELD COUNTY, COLO. Reference Michael Bedell, PE Senior Engineer Weld County Public Works Department 970.304.6496 mbedell@weldgov.com SEH is currently providing design engineering services to Weld County for the replacement of a bridge carrying Weld County Road 68 over Crow Creek. The project will be receiving federal funds and will be administered by CDOT. The project includes replacement of a three span, reinforced concrete beam bridge that is load posted and has a substandard hydraulic opening. The replacement structure will meet current County bridge and hydraulic requirements with a durable, cost-efficient replacement bridge. The project consists of replacing a load restricted, three - span concrete bridge, with a durable replacement structure that meets the County's current load carrying and hydraulic capacity requirements. Services provided by SEH include: project management, aerial survey, right-of-way delineation, conceptual, preliminary, and final bridge and roadway engineering, water resource engineering and adherence to County and CDOT design criteria. D B E Goal The SEH project team is committed to meeting the project's Disadvantaged Business Enterprise (DBE) goal, which was set at 5% by CDOT. Our team includes Geocal Inc. for geotechnical services which has DBE status for CDOT projects. SEH has worked with Geocal Inc. on many similar projects and typically works with this firm on projects that do not have DBE requirements. SHORT ELLIOTT HENDRICKSON INC 17 Overall firm Qualifications Overall Firm QualificatioDs Short Elliott Hendrickson / Short Elliott Hendrickson Inc. (SEW') is a 100% employee -owned company providing engineering, architectural, j planning and environmental services to public and private clients throughout the country. The collective purpose of our more than 800 employee -owners is focused on Building a Better World for All of Use. "Building a better world" SE H embodies our commitment to improving quality of life through safer roads, bridges, parks and trails: renewable energy and sustainable design; and cleaner air, drinking water, rivers, and lakes. "For all of us" means we design customized solutions for our clients including the residents and businesses in the communities we serve, employees in the companies we serve and citizens of the world. Since 1927. we've helped clients overcome challenges through strategically tailored services. Specific to Colorado, SEH has helped local cities. counties and towns build their infrastructure: track project funding; meet compliance requirements; and plan their communities' futures. Ultimately. our deep Colorado roots - including the City of Greeley, Weld County and the greater Denver -metro area - have enabled strong, lasting relationships with the agencies and entities that we serve. The Western Region's bridge design group has built its practice on Local Agency bridge replacements throughout the State of Colorado. Geocal, Inc. (DBE) `GEOCRL, Inc. Geeeciencee i Engineering Established in 1989, Geocal is a professional services engineering firm providing expertise in geotechnical engineering, construction materials testing and observation, environmental investigations and remediation oversight and laboratory analysis. With offices in Loveland. Centennial and Colorado Springs, Geocal maintains a staff of engineers, environmental scientists, professional geologists. construction quality control specialists and support staff who have an uncompromising commitment and dedication to quality and service. Geocal's geotechnical engineers are skilled, experienced and knowledgeable about the Rocky Mountain Region. They have conducted cutting edge research into sedimentary bedrock capacities for various types of loading conditions and have successfully used a variety of foundation and wall types compatible with the site conditions. Tiglas Ecological Services (TES) TiglasEcological Services is a multi -faceted environmental consulting firm specializing in ecological studies. wsiiirtenikrt Based in Loveland, Colorado, TES conducts all types of wetland work, including delineations. imircaor permitting, mitigation, monitoring and creation. TES also conducts biological surveys and i,.c habitat evaluations for federal, state and agency sensitive flora and fauna species, including the Preble's meadow jumping mouse, burrowing owl and Ute ladies' -tresses orchid. Other specialties include NEPA and alternatives analysis, reclamation/rehabilitation and general vegetation community and wildlife habitat characterization. TES has held the Weld County environmental contract for the Department of Public Work for over 20 years, and has cleared environmental permitting for over 250 protects at Weld. TES supports a number of client industries including municipal. county. private and public development, mining, military, utilities and power, and infrastructure construction across the U.S. Western States Land Services, Inc. Created in 1981 and headquartered in Loveland, Colorado, Western States Land Services. Inc. offers real estate acquisition and relocation services for public entities located almost exclusively along the Colorado Front Range. Their experience includes testimony in most Front Range County courts, including Weld County. regarding good faith negotiations. Western States is a prequalified and approved real estate consultant with COOT for both acquisition and relocation services on projects performed by local public agencies such as Weld County for federally assisted projects. Over the past 15 years, they have provided assistance to the County on various federal aid projects and have established a close working relationship with both the County and CDOT Region 4 in this regard Centennial Engineering, Inc. ‘CENTENNIAL Centennial Engineering, Inc. provides transportation related consulting engineering ENGINEERING. INC. for streets, highways. intersections and interchanges. Centennial's structural team has to its credit major bridge, highway, roadway and railroad structures, as well as small stream and river crossings. Their design experience includes freeway interchanges. pedestrian crossings. soundwalls, retaining walls and drainage culverts. SHORT ELL:0T- HENDRICKSON INC 18 PROJECT TEAM We have carefully selected our team for the Weld County 44/33A Bridge Replacement Project. bringing experience working together with both the County and CDOT Region 4 on similar projects. Steve Kaye - Project Manager Steve is a structural engineer with more than 16 years of experience, including design and inspection of bridges. tunnels. culverts, transportation structures, light and heavy rail infrastructure, and train platforms. Role: Steve will serve as project manager and the County's primary contact person. responsible for overall project management, coordination and scheduling. Wayne Howard - QA/QC, Client Services Wayne has 25 years of experience in bridge inspection, roadway and bridge design. development review, construction management and QA/QC. He has managed multi -jurisdictional projects for municipal, federal, state and local governments. Role: Wayne will provide QA/QC services as well as general oversight in collaboration with Steve. Paul Wells — Principal -in -Charge Paul has more than 21 years of experience in the transportation industry, including transportation, roadway, highway and intersection design, as well as plan preparation from concept through final PS&E. Paul is also highly knowledgeable of the CDOT design process and has worked on multiple Local Agency projects. Role: Paul will work closely with Wayne and Steve to help ensure project success. Vince Dorzweiler — Senior Task Engineer Vince is a project engineer with eight years of structural engineering experience, regularly providing design, field inspection and construction observation/administration, as well as quantity calculations and shop drawing approvals. Role: Vince will provide bridge design engineering services and will also provide precast concrete fabrication inspection, if required. L Dave Krell - Senior Task Engineer Dave is a structural engineer and project manager with over 17 years of experience, including Local Agency bridges. Dave has also served as project manager on a variety of structural projects. Role: Dave will provide bridge design services and project management support. Dan Sundeen — CADD Design Dan is a CADD technician with over 25 years of roadway and structural design experience. His design drafting experience includes bridges. box culverts, retaining walls and dynamic message signs (DMS) for many CDOT and Local Agency projects. Role: Dan will provide CADD design support. 19 BRIDGE 44/33A REPLACEMENT PROJECT Mike Perez - Task Leader/CDOT Coordination Mike is a project manager and engineer with over 13 years of transportation experience throughout Colorado. He has worked on the development of conceptual, preliminary and final PS&E for Local Agency and CDOT roadway projects. Role: Mike will provide roadway engineering services and CDOT coordination. Jon Larson — Traffic Engineering Services Jon has over 14 years of experience on an array of traffic projects. including intersection geometry designs, impact studies, operations and safety analyses, signal and access management designs, and detour route determination. Role: Jon will be responsible for traffic design including traffic phasing for bridge construction or detour route recommendations. Craig Wilkening — Hydraulics Craig is a protessional engineer and certified floodplain manager with 28 years of water resources experience. His work history includes a variety of project sizes from single -span bridge replacements to projects involving major basin and river systems. Role: Craig will be responsible for developing hydraulic recommendations, performing scour analysis and preparing the hydraulic report. Scott Klinker - Survey and Right -of -Way Scott is a senior survey crew chief highly experienced in projects requiring CDOT standard compliance and providing right-of-way plan sets and legal descriptions for right-of-way and easement acquisitions. Role: Scott will conduct necessary topographic, property and utility surveys for this project. Ron Vasquez, Geocal, Inc. - Geotechnical Ron has over 37 years of geotechnical experience for transportation related projects. Role: Ron will be responsible for geotechnical site investigation and reports, bridge foundation recommendations and pavement design. Darcy Tiglas - Environmental (TES) Darcy is an environmental consultant with over 25 years of biological resources experience. Role: Darcy will undertake all environmental work and permitting within the project scope Phil Mazur, Western States Land Services, Inc. - Right -of - Way Acquisition Phil has over 30 years of experience providing real estate, right-of-way and relocation consulting services, and has worked extensively with Weld County and CDOT Region 4. Role: Phil will be responsible for any/all right-of-way acquisition and coordination needs. Mark Post — Centennial Engineering Mark has provided civil and structural engineering services for 25 years This work includes feasibility studies, preliminary and final design. inspection. value engineering. and construction engineering Role: Mark will be responsible for performing the CDOT required Independent Structural Design Review. a d a E to -a — =a J5 aE 4 ti cE C — yC La I L I [ —I - rwuTecs F, g j Project No./Code (41 GENERAL LAYOUT Fffi O U Weld County Public WOOS Deportment 3: ;it 0000 111 7! MUNI POMO 03¢ vna structure, safe transportation systems, clean water. environment. Building a Better World forA g of Us conic tct in the best interests of our clients and the world arot SEH Building a Better World for All of Us February 27, 2017 (Exhibit B) (Scope/Fee) (3/14/17 - 18 pages) Mr. Richard White, Project Manager Weld County Administrative Building 1150 O. Street Greeley, CO 80631 Dear Mr. White: We are pleased to provide this letter scope and fee estimate to provide Professional Services between Weld County, Owner, (County), and Short Elliott Hendickson Inc. (SEH) for the 44/33A Bridge Replacement Project (Project). The scope provided is based on SEH's understanding of the project as outlined in the RFP document Engineering Services For Bridge 44/33A Replacement Project RFP #81600155 and correspondence between and SEH and the County. The project will be federally funded and must go through the required CDOT design process. Scope of Services: Our scope of services to replace the bridge carrying Weld County Road 44/33A over the Western Mutual Ditch will include the following tasks: 1.Project Management 2.Survey 3.Geotechnical - Geocal (Exhibit A) 4. Permitting — Tiglas Environmental (Exhibit B) 5.Stakeholder Coordination - Ditch Services, Utility Services, Oil and Gas Services 6.Preliminary Structure Design (SSR and FIR) 7.Final Structure Design (FOR) 8.Final Bidding Documents 9. Independent Design Review —Centennial Engineering (Exhibit C) 10. ROW Services - Plans and Acquisition Western States (Exhibit D) 11. Engineering Services During Construction A detailed description of each of the scope items follows: Engineers I Architects I Planners I Scientists Short Elliott Hendrickson Inc., 2000 South Colorado Boulevard, Suite 6000, Colorado Center Tower One, Denver, CO 80222-7938 SEH is 100% employee -owned I sehinc.com I 720.540.6800 I 800.490.4966 I 888.908.8166 fax Weld County 44/33A Bridge Replacement Proposal February 27, 2017 1. Project Management a. Project Meetings — SEH will participate in project meetings with the County and/or Stakeholders as required. We assume there will be 3 meetings at the County office including the DSR/Kickoff and two additional meeting. (FIR and FOR meetings are included in corresponding tasks below). Additional communication will be performed as required and will be done via conference call. b. Project/Financial Management — SEH will perform project/financial management tasks including general project coordination and correspondence, tracking of the project budget, preparing project invoices with status reports, and updating the project design schedule for project meetings. c. Subconsultant Management — SEH will perform subconsultant management services including, executing subconsultant contracts, correspondence, approving invoices, reviewing/tracking work and budget progress. d. Design Criteria Memorandum — SEH will create a design criteria memorandum prior to the DSR meeting. 2. Survey a. Perform topographic survey of existing site conditions, existing structure and appurtenances to create base map that will be incorporated into project CAD files in AutoCAD format. b. Create surveyed cross sections of existing ditch 200' upstream and downstream of proposed crossing to support hydraulic evaluation. Also included will be survey of the concrete box culverts immediately upstream and downstream of the current bridge. c. ROW delineation - SEH will perform a ROW delineation with property research to include in our project base file. d. Utility Locates — SEH will use a utility locating vendor to provide the location of locatable utilities and include in project base file. e. Utility Potholes — SEH will include (6) pot holes, 2 pot holes for 3 different utilities to determine the size, depth, and location of the intended utilities with survey of the potholes to be shown in the project base file. 3. Geotechnical Services—Geocal Inc. will be used as a subconsultant to perform geotechnical services. A scope and fee proposal for these services is attached to this document as Exhibit A. 4. Permitting—Tiglas Environmental will be used as a subconsultant to perform permitting services. A scope and fee proposal for these services is attached to this document as Exhibit B. 5. Stakeholder Coordination Services a. Ditch Company related services i. Review and incorporate ditch company design criteria and requirements into project design. ii. Attend one ditch board meeting to present project. Hi. Provide supplemental exhibits as required for County's ditch crossing agreement. This item assumes there will be one submittal of exhibits of not more than 3 separate exhibits. County will be responsible for the legal agreement and required coordination. iv. Respond to ditch company review comments. (Assume 2 sets of reviews, one at FIR level and one at FOR level) b. Utility related services Page 2 Weld County 44/33A Bridge Replacement Proposal February 27, 2017 i. Create Utility plan drawings showing location in plan and section of utilities, utility owner and contact information. ii. Create Utility coordination spreadsheet. iii. Meet with utility owners on the project site (Assume 3 utility owner meetings). iv. Obtain final utility clearances required by CDOT procedures. c. Crestone Peak (Oil & Gas) services i. Attend one meeting with Crestone Peak representative on site to discuss project. ii. Incorporate applicable design/review comments into project design. 6. Preliminary Design (SSR and FIR) a. Hydraulic Evaluation — Determine required design flow from Ditch Company and perform the required analysis (using HY-8) to confirm minimum hydraulic opening. Create a hydraulic design report summarizing design in conformance with CDOT and County requirements. b. Conceptual structure design (SSR) — SEH will assess structure alternatives for the crossing replacement including structure type, materials, and constructability of a minimum of three options. A Structure Selection Report (SSR) will be created to summarize the advantages and disadvantages of the alternatives, include a cost comparison between the alternatives, and provide a recommended option. c. FIR Design — Progress the SSR-recommended bridge alternative to FIR design level including structure, roadway, and hydraulic design. d. FIR plans, estimate and meeting - SEH will schedule, attend, and take meeting minutes for an FIR meeting with the County and CDOT. We will prepare FIR plans and a cost estimate in accordance with CDOT requirements. e. QA/QC — SEH will perform QA/QC reviews on all preliminary design work performed. 7. Final Design (FOR) a. Incorporate all applicable FIR comments from County, CDOT and stakeholders. b. Final Structure Design —SEH will perform final design engineering and analysis to prepare construction plans, a cost estimate with quantity calculations, and specifications. c. FOR Plans, Specifications, Estimate, and meeting — SEH will schedule, attend and take meeting minutes for an FOR meeting with the County and CDOT. We will prepare FOR plans, specifications, and cost estimate in accordance with CDOT requirements. d. QA/QC — SEH will perform QA/QC reviews on all final design work performed. 8. Final Bid Documents a. Incorporate all FOR comments from County, CDOT and Stakeholders into final bid documents. b. Prepare final documents for CDOT clearance in accordance with CDOT Technical Memorandum Final Submittal Check List c. Prepare final bid documents (Plans, Specifications, and Estimate) for project construction advertisement. 9. Independent Design Review —Centennial Engineering will be used as a subconsultant to perform an Independent Structure Design Review in accordance with CDOT requirements. A scope and fee proposal for these services is attached to this document as Exhibit C. 10. ROW Services Page 3 Weld County 44/33A Bridge Replacement Proposal February 27, 2017 a. Prepare ROW plans and legal descriptions in conformance with CDOT and Weld County requirements assuming only ROW required to build the CBC will be acquired. b. Acquire project's ROW using Western States Land Services (Subconsultant). A scope and fee proposal for these services is attached to this document as Exhibit D. c. Provide third party appraisals for ROW acquisition process (2 appraisals assumed). 11. Engineering Services During Bidding and Construction a. Attend two (2) meetings (pre -bid meeting and pre -construction) at County offices to respond to questions. b. SEH will respond to up to four (4) Contractor bidding related questions. c. SEH will respond to Contractor questions, review RFIs, and review shop drawings during bidding and construction. SEH will provide up to five (5) responses to contractor questions or RFIs and review up to six (6) shop drawing submittals. Deliverables: SEH will submit to the County 1. Project Management Deliverables — Design Schedule, monthly invoices and progress reports, meeting agendas and minutes. 2. Geotechnical Report with pavement design. 3. Hydraulic Design Report. 4. Structural Selection Report (SSR) 5. Permitting documents required for CDOT environmental clearances 6. FIR documents including plans, summary of quantities, and engineer's cost estimate 7. FOR documents including plans, specifications, summary of quantities and engineer's cost estimate. 8. Final bid plans, specifications and engineer's cost estimate. 9. Final Detail Letter from Independent Structural Design Reviewer 10. CDOT ROW plans and legal descriptions The County will review each submittal and provide comments that will be incorporated into each subsequent submittal. SEH will prepare each submittal to be in accordance with County and CDOT standards and requirements. A potential list of final drawings may include: 1. Title Sheet 2. Standard Plans List 3. Roadway Typical Sections 4. General Notes 5. Tabulations 6. Plan and Profile 7. Survey Control 8. Survey tabulation sheet 9. Stormwater Management Plan/Erosion Control Plans Page 4 Weld County 44/33A Bridge Replacement Proposal February 27, 2017 10. Detour Route and Traffic Control Signage 11. Bridge - General Information and SOQ 12. Bridge — General Layout 13. Bridge — Engineering Geology 14. Bridge — Hydraulic Information 15. Bridge — Construction Layout 16. Bridge— Wingwall 1,2 Details 17. Bridge — Wingwall 3,4 Details 18. Bridge —Bridge Rail Details 1 19. Bridge — Bridge Rail Details 2 20. Bridge — Excavation/Backfill 21. Roadway Cross Sections Engineering Services Fee: The estimated fee for services outlined in this proposal is $149,100 for this project and includes labor and other direct costs. A breakdown of this fee is provided in Exhibit E. This includes $8,000 for Other Professional Services (OPS). Assumptions: This proposal assumes that the existing structure can be replaced with a CDOT M&S Standard concrete box culvert (CBC), which was included in our proposal and discussed as a preferred replacement structure with the County. If the CBC cannot be used as a replacement this scope and fee proposal will have to be revised to account for the additional design and construction phase work required for a beam/slab bridge replacement. This proposal assumes that construction will begin in the fall of 2018. This proposal assumes that full closure of County Road 44 at the bridge site and a detour route using County Road 42 to the south will be used. As a result, no on -site shoofly or phasing of bridge construction is assumed. Additional Services: We will furnish such Additional Services as you may request. Payment for additional services shall be based on the time required to perform the services and the billable rates for the principals and employees engaged directly on the project, plus charges for expenses and equipment. SEH would be happy to provide additional services once authorized by the County. If an item is not explicitly included in this scope, it is explicitly excluded. Services specifically not included in this scope are included but not limited to: 1. Additional meetings, beyond the five meetings mentioned above. 2. Non -technical, bid related specifications. Page 5 Weld County 44/33A Bridge Replacement Proposal February 27, 2017 3. Attendance of ROWPR meeting, because CDOT has not required a ROWPR on recent similar projects. 4. Meetings with land owners for ROW acquisition that are not included In Western States ROW acquisition scope. 5. Construction inspection and construction site observation visits. 6. County/State permits not included in scope Task 4 for permitting. Schedule: We will start our services promptly after receipt of your authorization and will create a project schedule as one of the first tasks of the project. The schedule will endeavor to identify all the critical elements of the project to get to advertisement and will be submitted to the County for review. This project schedule is subject to all other stakeholders meeting their respective deadlines. If there are delays In the Project that are beyond our control, you agree to grant additional time to complete the services. Sincerely, SHORT ELLIOTT HENDRICKSON INC. aul Wells, PE Principal c 'uwd4rycWNgpewdd eow 33. ,ease .IncSgwv 44,0a %cope leer don Accepted by: Project Manager Weld County Public Works Department 14, Steve Kaye, PE Project Manager By: Date: Authorized Client Signature Page 6 GEOCAL GEOSCIENCES 6. ENGINEERING February 13, 2017 Steve Kaye, P.E. SEH, Inc. 2000 South Colorado Boulevard, Suite 6000 Denver, CO 80222 — 7938 Exhibit A RE: Revised Proposal for Geotechnical Engineering and Pavement Design Services Weld County Road 44, Bridge 44/33A Replacement over First Creek Arapahoe County, Colorado Dear Steve: This letter contains our proposed scope of work and costs to provide geotechnical engineering services for the proposed Weld County Bridge 44/33A replacement project, Weld County, Colorado. We understand that the replacement structure will be either a single span bridge or a box culvert, and that the roadway profile for the approaches may be elevated slightly. Scope of Work Based on the information provided, we propose the following scope of services: Two (2) exploratory borings will be drilled at the following locations: 1 boring to 70 feet deep — near the SE corner of the existing abutment 1 boring to 5 feet deep — 250 feet west of the existing bridge west abutment The borings will be advanced with hollow -stem augers, and the final depths drilled will be a function of the materials encountered. The borings will be backfilled and the pavement patched in accordance with Weld County requirements. Traffic control will be used during our field work and prior to drilling, a traffic control plan and permit application will be submitted to Weld County for approval. Additionally, a hand -auger will be used in the dry channel bottom at approximately four (4) locations, two upstream and two downstream of the culvert, to determine the depth of sedimentation in the channel bottom. The final depths drilled will be a function of the materials encountered. The holes will be backfilled with auger cuttings and sealed using a bentonitic grout. * Soil (and bedrock if encountered) will be sampled using California and split spoon samplers following procedures similar to ASTM D1586. Disturbed bulk samples will be collected from the borings within the upper few feet for pavement design, and we will make note of any discolored, odorous, or otherwise uncommon soils encountered. We have assumed that your office will provide either accurate contours of the site or surveyed locations/elevations of the exploratory borings. Based on previous work in the area, bedrock is expected to be deep and likely beyond economical use to support deep foundations. On other sites in the area, a deep friction pipe pile foundation has been ' Holes will be advanced to a minimum of 1 foot into compactible soil that is acceptable for structure subgrade. 7290 South Fraser Street I Centennial, Colorado 80112-4286 I phone: 303-337-0338 I web: geocal.us Mr. Steve Kaye, P.E. SEH, Inc. Weld County Bridge 44133A Replacement Project Revised February 13, 2017 Page 2 of 2 used to support structures. In some cases a shallow foundation is feasible if loading is light or if site preparation can be done to improve the bearing capacity. A laboratory testing program will be conducted to evaluate the classification, strength, compressibility or swell characteristics, and water soluble sulfate corrosion potential for the soils encountered. The number of tests shown on the attached Table 1 is an estimate. Table 1 also contains a cost for tests related to buried metal corrosion. However those tests can be omitted if such information is not needed. The results of the field and laboratory programs will be used to evaluate geotechnical parameters for bridge and wing wall foundations and pavement design recommendations. We understand that a slight increase in the roadway profile elevation may be included in the design. A draft report will be submitted for review and to contain at least the following: 1. Proposed construction summary; 2. Site Conditions and geology; 3. Field investigation procedures; 4. Laboratory testing and results; 5. Recommendations for foundation design, earthwork grading and drainage; 6. Pavement design recommendations using AASHTO 93 methodology; Borings locations, logs and test results will be provided on figures. The field, laboratory and report preparation will be conducted under the supervision of a Colorado Registered Professional Engineer. Schedule and Fee We will initiate the field activity within approximately 6 business days of written notice to proceed and the initial sequence of activity will be permitting, staking the boring in the field, and clearing utilities. We anticipate having the field work done within about 3 weeks of NTP, and a draft report (for review) should be available within about 6 weeks of NTP. Specific times may vary somewhat if weather conditions prevent access. However we will keep you informed of our progress and any available information. Our fee to conduct the geotechnical study described above will not exceed $9,370.50 as summarized on the attached Table 1. We have assumed that no fees will be charged for Right of Way access and that bonding is not required. If you have any questions or if we can be of further service, please feel free to give me a call at (303) 337-0338. Thank you for considering the use of our services on this project. Sincerely, GEOCAL Ronald J. Vasquez, P.E. Principal Engineer Attachments: Table 1- Cost Estimate for Geotechnical Engineering RJV/P17.1746.005 Table 1 - Cost Estimate for Geotechnical Engineering Weld County Bridge 44/33A Weld County, Colorado GEOCAL: (Revised 2/13/17) P17.1746.005 (SEH): Drill 2 exploratory borings, for bridge foundation and approach pavement design. Geocal Field Engineering & Drill Supervision from Centennial and drill rig to mobilize from Fort Collins, traffic control to mobize from Greeley. Item Unit Quantity Unit Price Amount Field Engineering (Pre -Drill) Obtain Weld County and Western Mutual Ditch ArrPCs Permits Hour 4 $ 95.00 $ 380.00 Stake boring locations; clear UNCC ticketing (arranged ticketing through drill contractor). RT travel (3.0 hrs for one person), includes predrill coordination, Centennial office to Site 70 miles Hour 4 $ 95.00 $ 380.00 General pre -drill coordination (drill planning, contact driller, etc). Hour 0 $ 95.00 $ - Mileage (1-RT) - _.- Mile 140 $ 0.50 $ 70.00 Drilling Supervision &Directly Related Pre -trip supply load, post -drill cleanup, stage and review logs/samples, backlit' gravel material Hour 0.5 $ 95.00 $ 47.50 Project RT travel (1 RT) Hour 3 $ 95.00 $ 285.00 Drill site includes logs, clean-up and site recon Hour 10 $ 95.00 • $ 950.00 Mileage (140 mi RT for 1 RTs) Mile 140 $ 0.50 $ 70.00 Sub -Contracted Drilling Costs (at cost) Mob/demob travel Hour 4 $ 200 00 $ 800.00 Utility clearance Lump Sum 1 $ 200.00 $ 200.00 Support Truck Day 1 $ 200.00 $ 200.00 Drill Operations including mob/demob: Solid -stem auger drill 1 boring to 5 feet and Hollow -stem auger drill 1 boring to 70 feet, with truck mounted rig. Shallow Boring to be drilled in the paved ROW; deep boring to be drilled off - road at SE corner of existing bridge abutment Hour 8 $ 160,00 $ 1,280.00 F 'Hand Auger approximately 4 test holes to determine sediment depth in channel bottom Hour 2 $ 160.00 $ 320.00 Seal ditch floor using bentonitic grout Sacks 2 $ __- 15.00 $ 30.00 'Sub -Contracted Traffic Control (at cost) Site specific traffic control plan (per Weld County) Each 1 $ 75.00 $ 75.00 Mob/demob Each 1 $ 240.00 $ 240.00 Traffic control o rations including crews 8 pe equipment RT travel (from Greeley), set up and break down, onsite operations and signs and cones rental _... - `--- Hour 2 $ 140.00. $ 280.00 Signs and Cone Rental Each 1 $ 210.00 $ 210.00 Laboratory Testing --- --- Swell Consolidation Each 2 $ 100.00 $ 200.00 Gradation Each 3 $ 90.00 $ 270.00 Liquid & Plastic Limits Each 3 $ 85.00 $ 255.00 Moisture/Density Relationship (Proctor) Each 0 $ 95.00 $ - Unconfned Compressive Strength Each 0 $ 95.00 $ - Rvalue Each 1 $ 350.00 $ 350.00 Water Soluble Sulfate Each 3 $ 50.00 $ 150.00 pH, Resistivity, Chlonde (water soluble) Each 2 $ 150.00 $ 300.00 Analysis & Report Preparation Graphics/cad logs/location map, lab data Hour 4 $ 78.00 $ 312.00 Field Engineer site description, geology Hour 2 $ 95.00 $ 190.00 Project Engineer - data, analysis, pavement design, - - - - _ foundation and retaining wall recommendations, draft/final report) Hour 9 $ 126.00 $ 1134.00 Project Manager/Senior Engineer - report preparation Hour 1 $ - 162.00 $ 162.00 --. l_... -.. _. --.. -. Principal Engineer - review, technical input Hour 1 ', $ 230.00 $ 230.00 Geotechnical Total: $ 9,370.50 Notes & Assumptions: Notes 8 Assumptions: Weld County is the only applicable ROW permitting authority; county related project with no permit fees to be assessed. Borings are to be backfilled and patched immediately after drilling following Weld County guidelines. Boring locations will be staked for survey by others. Exhibit B DARCY A. TIGLAS 5015 Swainsona Drive Loveland, Colorado 80537 970-635-9183 (O) 970-222-2151 (C) January 17, 2017 Mr. Steve Kaye SEH 2000 South Colorado Blvd., Suite 6000 Denver, Colorado 80222 RE: Proposal for Ecological and Historic Services for a Bridge Replacement at Weld County Bridge 44/33A near Peckham, Colorado Dear Mr. Kaye: This proposal outlines the scope of work and costs for ecological and historic services for a bridge replacement project at Weld County Bridge 44/33A near Peckham, Colorado. Ms. Darcy Tiglas and Mr. John Hoffecker will prepare documents in accordance with the requirements of the current federal and state regulations including the National Environmental Policy Act of 1969 (NEPA). For NEPA documentation, it is expected that the project will likely qualify as a Non -Programmatic Categorical Exclusion. Work to support the Categorical Exclusion will include preparation and submittal of all required documents. The tasks outlined below present the scope of work, the person responsible for the task, and the cost to complete the task. • Hazardous Waste (ISA) — Ms. Tiglas will conduct an initial site assessment to determine if any hazardous materials may exist in the project area. This includes an ASTM records search. Cost $1,250.00. • Wetland Determination (survey) — Ms. Tiglas will conduct an initial wetlands assessment. If it is determined that wetlands exist within the project area, a wetland delineation shall be conducted using the guidelines outlined in the 2010 Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Great Plains Region (Version 2). Wetland boundaries will be surveyed into the project plan sheets by Weld County or by an independent surveyor hired by SEH, and temporary and/or permanent impacts determined. It is anticipated that the wetlands are jurisdictional, thus project activities will be subject to Section 404 permitting through the US Army Corps of Engineers (Corps). For permanent impacts of 500 square feet or temporary impacts of 1000 square feet or more, including wetlands not regulated by the Corps, a Wetland Finding Report will be required that includes a detailed mitigation plan. For permanent impacts of 1/10 of an acre or more, a FacWet, functional assessment will also be conducted and results included in the Wetland Finding Report. Any mitigation needed, will be at a 1:1 ratio. Cost: $2,500.00. • Threatened or Endangered Species (T&E) — Ms. Tiglas will review and conduct an initial threatened or endangered species assessment (USFWS IPaC) for all Federal and State listed T&E species that could potentially occur in or be affected by the project in Weld County. This should include the five species that occur downstream of the project site along the South Platte River. If it is determined that habitat or potential habitat for any listed species occurs, formal consultation following Section 7 with USFWS should occur as well as consultation with CPW for state listed species. Cost: $2,000.00. Historical Resources_— To comply with Section 106 of the National Historic Preservation Act, Mr. Hoffecker will conduct a file search through History Colorado's COMPASS cultural resources database. if the project has will directly or indirectly impact properties 50 or more years old, Mr. Hoffecker will conduct intensive -level field survey to document and evaluate the significance of historical resources per the National Register of Historic Places eligibility criteria. If appropriate, Mr. Hoffecker will prepare inventory forms and draft determination of eligibility and effects letter to facilitate consultation with the State Historic Preservation Officer (SHPO). Mr. Hoffecker meets the Secretary of the Interior's Professional Qualifications Standard for historians and/or architectural historians and will be responsible for this work. Mr. Jason Marmor, the Staff Historian for Region 4, will approve the APE and will initiate consultation with SHPO, if needed. If the project should result in a finding of no adverse effect to a historic resource under Section 106, Mr. Hoffecker will also provide the preparation of a draft 4(f) de minimus letter for FHWA review and approval. If the project should result in an adverse effect to a historic resource under Section 106, Mr. Hoffecker will prepare an individual evaluation for FHWA review and approval. Cost: $4,300.00. Section 404 Permit - A 404 -wetland permit will be required for this project. Ms. Tiglas will prepare a permit request document with attachments and will make sure that all conditions of the permit are adhered to, including preparation of a mitigation plan. SEH and Weld County will provide, at a minimum, preliminary plan sets of the proposed action to support the permit request submittal. Cost: $1,200.00. • Migratory Birds — Ms. Tiglas will conduct the appropriate surveys and assessments for all migratory birds that could potentially occur within the project area and be affected by the project. Impacts that could affect migratory birds at the project site can include the removal of trees, work on the bridge structure itself or adjacent structures, and the clearing and grubbing of vegetation. Additionally, CPW Recommended Buffers Zones and Seasonal Restrictions for Colorado Raptors will be followed and SEH will add the applicable comments and restrictions, if any, to the final plan set. Cost: $1,500.00. Meetings and Consultation- Ms. Tiglas and Mr. Hoffecker will attend the FIR and FOR meetings, if needed, to support SEH with the preparation of the project plan set and the notes that accompany the plan set as well as be available for consultation with CDOT personnel, and other agencies involved in the project, including the U.S. Fish and Wildlife Service, U.S. Army Corps of Engineers, Colorado Parks and Wildlife, and the State Historic Preservation Office, if needed. Cost $900.00. It is anticipated that all documents will be reviewed by CDOT before considered final. Section 106 documents will be prepared for CDOT. CDOT will then submit to the State Historic Preservation Office. It is anticipated that the NEPA requirements listed below will be performed by CDOT: • Air quality analysis • Noise analysis and abatement evaluation • Archeology assessments and surveys • Paleontology assessments and surveys • 6(f) and non -historic 4(f) • Noxious Weeds The cost estimates listed by task above include the tasks outlined above and drafting, review, and other direct costs. If you have any questions, or require additional information, please feel free to call me at 970-635-9183 or 970-222-2151. Sincerely, Darcy A. Tiglas, Biologist t� Tiglas Ecological Services CENTENNIAL ENGINEERING. INC. Exhibit C January 17, 2017 Steve Kaye, PE, LEED AP Senior Structural Engineer Short Elliott Hendrickson, Inc. 2000 S. Colorado Blvd. Suite 6000 Denver, CO 80222 RE: Proposal for Services Bridge 44/33A Independent Design Review Mr. Kaye: Centennial Engineering, Inc. (CEI) is pleased to submit a proposal to provide independent design review services for the replacement of Weld County Road 44 over the Western Mutual Ditch. We understand Weld County desires supplemental review of the preliminary (FIR) design documents (structure selection report, geotechnical report, environmental reports, etc.); review of final (FOR) design documents (PS&E); and review of final (detail letter) submittal (correspondence, calculations, rating, bid documents, electronic files, etc.); especially for conformance with the CDOT Bridge Design Manual, Region 4 Staff Bridge requirements, and as required for Local Agency Federal -Aid Projects. Scope of Work CEI will coordinate as needed with Weld County Engineering and, if directed to do so, CDOT Region 4 Staff Bridge, as required to establish the necessary documentation for Standard Certification, Project PS&E Approval, and Final Detail submittal, as related to the structural portion of design submittals. Fee Based on a typical Local Agency Federal -Aid project submittal review effort, it is estimated that 25 hours will be adequate to complete this review. At our current billing rate of $145/hr, the proposed fee for the work is not to exceed $3,625. Thank you for the opportunity to submit this proposal. If you have questions or comments regarding our proposal or need additional information from us, please contact me anytime on my cell phone (720) 841-7084, or via e-mail at mpost@ceiO2.com. Sincerely, Mark P. Post, P.E. Principal MPP:mp P.O. Box 3595 • Boulder, Colorado 80307-3595 • 720-841-7084 • Fax 303-279-1888 WESTERN STATES Exhibit D 1 Land Services, Inc. February 13, 2017 Steve Kaye, PE, LEED AP Senior Structural Engineer SEH 2000 S. Colorado Blvd. Suite 6000 Denver, CO 80222 Acquisition and Relocation Specialists 505 North Denver Avenue Loveland, Colorado 80537 (970) 687-7602 • Metro (303) 938-1414 Re: Scope and Cost Proposal — Right of Way Acquisition WCR 44 Bridge Project Dear Steve, Pursuant to your recent request this letter is to set forth a scope of services for our work and establish a cost to perform same for the above referenced project. PROJECT DESCRIPTION Weld County is preparing to replace an existing bridge at the location referenced above. Weld County is receiving Federal Aid administrated through the Colorado Department of Transportation (CDOT) and therefore the right of way acquisition necessary for this Project must adhere to the Federal Uniform Relocation Assistance and Real Properties Acquisition Policies Act of 1970, as Amended (Public Law 91-646). Information provided to Western States indicates that the right of way will include 2 fee simple acquisitions along both sides of WCR 44 in proximity to the existing Western Mutual Ditch to accommodate the bridge Project. It is our understanding that the County intends to use its own funds to acquire the necessary real estate interests and therefore Administrative Settlements approved by CDOT will not be necessary. Although it is necessary to comply with the provisions of the Federal "Uniform Act." we anticipate that there will be no physical relocations associated with the Project. It is our understanding that SEH and the County will provide all surveying and engineering services necessary to accommodate the right of way acquisition process, including field staking as necessary. Page 2 of 4 SCOPE OF SERVICES Our services will conform to the Conditions of Services attached hereto. In order to conduct the acquisitions for this Project, according to standards provided by Weld County, and the Uniform Act, Western States will perform the following: 1. Right of Way Plans Coordination Western States will interface with the County staff, engineer, surveyor and CDOT as necessary to ensure that approved right of way plans have been established prior to initiation of the acquisition activities. In that regard, as necessary, we will provide additional coordination efforts with the Project title provider and, if necessary, appraiser. Along with the approved right of way plans, we will track the completion of appropriate legal descriptions to be used for the acquisitions. 2. Title Research and Commitments Western States anticipates that SEH/Weld County will provide for title research and commitments through a local title company. At the request of SEH and the County Western States will coordinate with the title company as necessary. For smaller acquisitions, it may be acceptable to obtain an Ownership and Encumbrance Report only and this will be reviewed with SEH/County on a case -by -case basis. As the title work is completed, Western States will coordinate with the title company to ensure that all appropriate parties are provided with the necessary title work in order to complete the right of way plans and initiate the acquisition process. 3. Appraisal Reports & Waiver Valuations The right to obtain an appraisal will be provided to the property owners, pursuant to CDOT standards. In the event it is determined independent appraisals are needed, it is our understanding that it will be necessary to utilize the services of a contract appraiser from the pre -approved CDOT appraiser's list. For any such appraisals, it will be necessary to obtain an appraisal review from a CDOT pre -approved Review Appraiser. If a parcel does not exceed $10,000.00, then Western States can prepare a Waiver Valuation/Value Finding in a standard CDOT format. Upon completion of the right of way plans and the final determination of necessary property acquisitions, Western States will coordinate with SEH/County as to the preparation of appraisals or waiver valuations, as necessary and coordinate the approval of same with CDOT. In the event that any parcel is $10,000.00-$25,000.00 an appropriate Release of Appraisal requirement will he requested. 4. Notice of Interest letters and associated documentation Western States will develop a proposed format for the formal Notice of Interest letter and accompanying documentation for initiation of the formal negotiation process. These letters will be modified as necessary dependent upon the estimated value of the specific right of way parcels to be acquired and the need to acquire the of way parcels by negotiation or donation. Western States will review the format for these documents with SEH/County as necessary to ensure that all documentation is compliant with County and Uniform Act standards prior to presentation to the subject property owners. i; SEHNCI4944 . WCR 44 BRIDGE'WCR 44 Bridge Proposal 2-13-I 7.doc Page 3 of 4 5. Offers and Negotiations At such time as any necessary valuations are completed and approved by CDOT, Western States will prepare Offer letters using documentation approved by Weld County and CDOT. Western States will conduct negotiations in an effort to reach a mutually agreeable settlement with the subject property owners and subject to the County's and CDOT's standards and procedures. The aforementioned Offer shall include presentation of Agreements and associated attachments in a form approved by the County and CDOT. Upon acceptance of any such Agreements by the subject property owner(s), the executed documents will be returned to the County's Senior Right of Way agent for processing along with an executed IRS form W-9. 6. Taxes, Liens and Encumbrances Once the title commitments referenced above have been completed, Western States will review with all necessary parties the need to obtain clearance of title to any of the subject properties. To the extent reasonable and practical, Western States will work with the property owners and Title Company to attempt to obtain clear title. Depending on the complexity of the liens and requirements of the lien holders, it may not be feasible or necessary to obtain releases of all financial encumbrances and the details of these will be reviewed on an individual basis with the appropriate project participants in order to determine a proper course of action. 7. Closings Upon completion of the necessary Agreements, Western States will work with the project participants and Title Company to effect closings of the right of way acquisitions. For smaller easement acquisitions (Waiver Valuations) it is expected that formal closings will not be necessary through a title company and Western States can obtain a standard Closing Statement and Receipt from the property owner(s) at time of payment. 8. Eminent Domain In the event an impasse is reached in the negotiations for the right of way required for the Project, pursuant to County and CDOT negotiations requirements, Western States will prepare and submit a Final Offer to the property owner(s). In the event the property owner fails to agree to the terms of the Final Offer within 15 days, a completed file will be forwarded to the County's Senior Right of Way Agent for consideration of proceedings under eminent domain. The file will include a chronological list of all contacts, whether written or verbal and include copies of all documents previously delivered to the owner. As necessary, the appropriate representatives of Western States Land Services, inc. involved in the specific negotiations will be available to attend immediate possession hearings necessary to grant possession of the necessary property to the County. ESTIMATED COSTS OF SERVICES In order to conduct the services identified above, we have compiled the following estimate. It should be noted that this estimate is predicated in large part on a cooperative relationship with the subject property owners and the project co -consultants and participants. A primary consideration for Western States in estimating its potential work efforts includes the number of individual property ownerships with which it must negotiate. For this Project, we anticipate that there will be Z:SEH`,C14944 - WCR 44 BRIDGE' WCR 44 Bridge Proposal 2-I3-17.doc Page 4 of 4 2 property ownerships for the bridge at WCR 44 with which Western States will engage in negotiations. Western States intends to utilize staff from its Loveland office to accomplish this work. The following is our brief estimate of potential costs for this project based on the release of all acquisition parcels at the same time: Supervisor (24 hours x $80 per hour) Agent (108 hours x $75 per hour) Clerical Assistance (20 x $45 per hour) SUBTOTAL TIME $1,920.00 $8,100.00 $900.00 $10,920.00 Expenses (mileage, photo copies, postage, telecom, etc.) $720.00 TOTAL FOR BASIC RIGHT OF WAY ACQUISITON SERVICES (pre condemnation) $11,640.00 Based on the proposed design for this project, we expect that it will be necessary to obtain up to 2 separate appraisal reports and reviews. Estimated costs for subcontracted appraisal services are estimated as follows: Narrative Condemnation Appraisal $6,000/each Appraisal Review $2,000/each As with all of our work for Weld County, we note that the fees estimated above are not a fixed bid and SEH and the County will be charged only for the actual time and expenses incurred during the conduct of our services. If we complete our work and settlement prior to reaching the cost estimated herein, then the County would not be liable for paying the entire quoted price. We will not exceed the budget established above without prior written consent of SEH/County. In the event condemnation proceedings are necessary or the County prolongs negotiations due to unforeseen difficulties or additional requests, then the costs for Western States associated with those additional efforts may require an amendment to this Cost Proposal and will be charged at the rates as shown on the attached Fee Schedule. We are ready to begin work on this Project as soon as you provide us notice to proceed and a purchase order. This bid is valid through the end of 2017. Rates are subject to change if this bid is not accepted by the end of 2017. Should you have any questions regarding the information contained herein, please do not hesitate to contact me at your earliest convenience Sincerely, WESTERN STATES LAND SERVICES, INC. Phil B. Mazur SR\WA — President PM/ CC: SEH CONTRACTS FILE Attachments: Fee Schedule Conditions of Services Z:\SEH\C I 49#4 - WCR 44 BRIDGE\WCR 44 Bridge Proposal 2 -I3 -I 7.doc Exhibit E Prefect WER 44633A Micky a.l.cenena Wald Comfy Work hour Estimate -SEX INC. Rrat 270 Suwon.. Manacenen. 50607 S1358 59 SURVEY roponaphonuntY Sunny and Upnrear.....5.9reem 9.n NH, Lace. 22 20 Imo 18 1275 50 WO. 33950 54.1 39595 `EEC nevoel 59371 .37i .371 S9 37I sTY[ENttoER SERVCES J4ay4a161 6999900 150 Tsa Coil 51.0 3340 57. Si 343 SI5C 14. �MEIMYYESSWISR r FR A CMm iswl Fn 0.99 Inaba FINAL OESION1F SI 5403 a as 5.17 655 Wm. -..N -ix 5403 62385 54 933 $8 244 FNK8o pCUMIITS imonaste vii men,, can and indeperynn Mqn aa.arammama Me Pinny $679 St 874 550. IIDPPENUENT CEEM REM,. COn S3 625 .525 a atom savc% I i ° i +=q..uw-...ramie in.a vmY.mm+d.�w wannsnwtxx. ONO nil O. x SENY14eS IFTEHoESION 190 mmxmme9flae �_.__. wmwom LIMY Axa..-Im [man. 5) suunieenmawvs 61.2 S2.5 9180 ICI ow pig, S PR. DIMON OR as 1 - u x x OEM Mew SS m RR raw wanb LAMM 511.107. 38.000 NAMINitiiknaT COST. ievcal 59, 53629 =nw SUBCONSATANT TOTAL iNignaLegn MILEAGE .0 DIRECT COMS SUBTOTAL PROJECT TOTAL ;019310111 Si r. A�_C9R L! CERTIFICATE OF LIABILITY INSURANCE DATE MUNDO/YYTY) 3/16/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER H. Robert Anderson and Associates, Inc. 8201 Norman Center Drive Suite 220 Bloomington 184 55437 CONTACT Jeanne Danmeier NAME: PROWeau (952)893-1933 k may. (952)893-1e19 E-MAIL ADDRESS: NAIL I INSURER(B) AFFORDING COVERAGE INSURER A:xi. Specialty Insurance Co. 37885 INSURED Short -Elliott -Hendrickson, Incorporated 3535 Vadnais Center Drive St. Paul NN 55110 INSURER 5: INSURER C : INSURER D: POURER E: MUMS F' FICATE NUMBER2016 - 2017 1 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. W5R LIR TYPE OF INSURANCE ADOL Irmo SUBS YYVD POLICY NUMBER POUCY EFF fYYATDATYYI POLICY EXP MISSIDffYYTI Luna , + COMMERCIAL GENERAL LIABILITY I EACH OCCURRENCE S DAMAGE TO RENTED PREMISES lEa occurrence) 3 CLAILMS-MADE OCCUR mED EXP (Any one person) 3 PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEM. AGGREGATE LIMIT APPLIES PER: LOC PRODUCTS - COLPIOP AGO $ 3 AUTOMOBILE _ LIABILITY ANY AUTO ALL OWIED AUTOS — HE AUTOS AUTONON-0S WNED COMBINED SINGLE UNIT (Ea occident) $ BODILY INJURY (Pat pram) $ eoo v INJURY (Pr =Meet) $ PROPERTY DAMAGE (PM 1 3 $ UMBRELLA LLIB EXCESS LIAR OCCUR CLA5IS-MADE EACH OCCURRENCE $ AGGREGATE 3 $ L °ED I I RETEI ON $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY I ANY PROPRIETOWPARTNERA(ECUT1VE OFFICE MEMBER EXCLUDED? (Me:Watery y In NH) ry�e dIPUO Qli3CRIPTIOM OF OPEJiAT10N�4 beWw Y ) N N! A I STATUTE I 1 ° EL EACH ACCIDENT 3 EL DISEASE - EA EMPLOYEES EL. DISEASE- POLICY LIMIT $ A Professional Liability DPA9907190 10/1/2016 10/1/1017 Each Claim] $5,000,000 Each PollcyYear Aevegote $10,000,000 DESCRIPTION OF OPERATIONS I LOCAT1ON8 I VEHICLES (ACORD 101, AtlIaonal Reenrke Schedule, they be attached If more space la required) Ref Bridge 44/33A Replacement Project If required by a written, executed contract with the client, subject to all policy terms and conditions, waiver of subrogation under the above described professional liability policy applies against clients of the insured. This certificate or memorandum of insurance does not affirmatively or negatively amend, extend, or alter the coverage afforded by the insurance policy. CERTIFICATE HOLDER CANCELLATION Weld County 1150 "Oa Street Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POUCY PROVISIONS. AUTNORI D REPRESENTATIVE r'�tfavca.elL� A. ACORD 25 (2014101) IN8025 (201401) C 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 73905 ® AC RICERTIFICATE OF LIABILITY INSURANCE DATEIMMIDD IT n 7 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lines - 952-242-3100 Wells Fargo Insurance Services USA, Inc. 400 Highway 169 South St. Louis Park, MN 55426 CONTACT EAmy Bond NAMCommercial PHONE FAX IANC.4P952-242-3141 CX No): E-MAIL o.com Am .Bond2 wellsfar ADDRESS: Amy.Bond2@wellsfargo.com INSURER(s) AFFORDING COVERAGE NAICA INSURER A: Continental Insurance Company 35289 INSURED Short -Elliott -Hendrickson, Inc. 3535 Vadnais Center Drive St. Paul, MN 55110 INSURER B: Continental Casualty Company 20443 INSURER C: Valley Forge Insurance Company 20508 INSURER O: INSURER E : INSURER F: CERTIFICATE NUMBER: 11566314 REVISION NUMBER: See below THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTRINSD TYPE OF INSURANCE ADDL SUER WVD POLICY NUMBER POLICY EFF (MM/DDIYYYYI POLICY EXP (MMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X X 6043204066 10/1/2016 10/1/2017 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 50 0000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 15,000 PERSONAL &ACV INJURY S 1,000,000 GENERAL AGGREGATE $ 2.000,000 GEN'L AGGREGATE LIMIT APPLIES JEC1 _ PER: LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO x _ SCHEDULED AUTOS NON -OWNED AUTOS ONLY X X 6043204083 10/01/16 10/01/17 COMBINED SINGLE LIMIT (Ea awidenl) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ B X UMBRELLALIAB EXCESS LIAR X OCCUR CLAIMS -MADE X X 6011730036 10/01/16 10/01/17 EACH OCCURRENCE $ &,000.000 AGGREGATE $ 8.000,000 $ DED X 1 RETENTION$ 10,000 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE YIN OFFCERIMEMBEREXCLUDED7 I N (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA X 6043204116 10/01/16 10/01/17 X STATUTEI PER H ER EL. EACH ACCIDENT $ 1000000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE- POLICY LIMIT $ 1,000.000 DESCRIPTION OF OPERATIONS / LOCATIONS/ VEHICLES (ACORD WI. Additional Remarks Schedule, may be attached If more space Is required) The County of Weld Is named as additional insured as it relates to general, auto liability & umbrella policies. A waiver of subrogation is granted as it relates to general liability, auto liability, umbrella liability and workers comp in accordance with the terms and conditions of the policies. The above coverage is primary and noncontributory where required by written contract. The County of Weld is provided 30 days notice of cancellation in accordance with the terms and conditions of the general liability, automobile liability, umbrella liability and workers compensation policies. CERTIFICATE HOLDER CANCELLATION The County of Weld 1150 "O" Street Greeley, Colorado, 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 9f - The ACORD name and logo are registered marks of ACORD © 1988.2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) MEMORANDUM Date: March 15, 2017 To: Marcia Walters, Purchasing From: Richard White, Project Manager RE: ENGINEERING SERVICES/BRIDGE 44/33A REPLACEMENT - RFQ Bid Request No. B1600155 Eight vendors submitted qualifications in response to the RFQ posted as Bid Request No. B1600155. The firms are as follows: JUB Engineers, Lamp Rynearson, Matrix Design, Wilson, S.E.H., JVA, HKS, Drexel Barrell. The members of the Selection Committee shortlisted four of the eight firms who submitted their qualifications. The committee asked for proposals from the following firms: • Wilson & Company, Denver Office • Lamp Rynearson & Associates, Fort Collins Office • Short Elliott Hendrickson Inc., Denver Office • JUB Engineers, Fort Collins Office S.E.H. was notified that they had been selected as the best qualified Engineering Design Consulting Firm and were asked to submit a Scope/fee Proposal. A final fee amount of $149,100.00 has been negotiated with S.E.H. The design fee amount is 19.8% of the total project budget. The BOCC approved a pass -around dated 3/6/17 (see Attached) authorizing staff to move forward with award of this contract. CDOT approved award of this contract on 3/13/17. 31DO go(cp-3S DO EGooi3 Weld County Bridge 44/33A Request for Qualification Summary Date: 7/27/15 In ZLamp F. M Z O U RFQ Summary Committee Members MB DD KM ER DT Total Scoring JUB Engineers 6 3 3 1 3 16 Rynearson 5 1 4 1 6 17 Matrix Design 8 4 8 5 3 28 Wilson 1 5 2 5 1 14 S.E.H. 2 2 1 3 2 10 JVA 7 8 7 8 7 37 HKS 3 6 6 5 8 28 Drexell Barrell 4 7 5 4 5 25 Low score is best 3 4 6 2 1 8 6 5 Shortlisted Weld County Bridge 44/33A Request for Proposals Summary Date: 1/06/17 v7 RFP Summary Committee Members MB DD KM ER DT Total Scoring Z Q ti M Z Engineers 2 3 4 3 2 14 lamp Rynearson 3 2 1 2 4 12 O Wilson 4 4 3 4 3 18 S.E.H. 1 1 1 1 1 5 Low score is best 3 2 4 1 Final Standing WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: mwaltersco.weld.co.us E-mail: reverett( co.weld.co.us Phone: (970) 400-4222 or 4223 Fax: (970) 336-7226 DATE OF BID: NOVEMBER 3, 2016 REQUEST FOR: ENGINEERING SERVICES/BRIDGE 44/33A REPLACEMENT - RFQ DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B1600155 PRESENT DATE: NOVEMBER 7, 2016 APPROVAL DATE: WILL CONTACT CTB WHEN COMPANY IS CHOSEN VENDORS JUB ENGINEERS INC 4745 BOARDWALK DR BLDG D SUITE 200 FT COLLINS CO 80525 LAMP RYNEARSON & ASSOCIATES 4715 INNOVATION DR FT COLLINS CO 80525 MATRIX DESIGN GROUP 1601 BLAKE ST SUITE 200 DENVER CO 80202 WILSON & COMPANY 1675 BROADWAY SUITE 200 DENVER CO 80202 *PUBLIC WORKS AND TEAM WILL EVALUATE THE RFQS SHORT ELLIOTT HENDRICKSON INC 615 9TH ST NORTH VIRGINIA MN 55792-3761 JVA INC 1319 SPRUCE ST BOULDER CO 80302 HARRIS KOCHER SMITH 1120 LINCOLN ST SUITE 1000 DENVER CO 80203 DREXEL BARRELL & CO 710 11TH AVE SUITE L-45 GREELEY CO 80631 2016-3420 ��Obi3
Hello