Loading...
HomeMy WebLinkAbout20194534.tiff (Jjrec+ -X0 318- .Y� 161 MEMORANDUM Date: October 14, 2019 2_ coU-N'TY ' i To: Esther Gesick, CTB From: Clay Kimmi, Project Manager, Public Works RE: OnBase Contract ID#3181 —Replacement Bridge Design Services for BR64-39A, B1900113 Attached is 1 original copy of the contract signed by the consultant. Please place the attached agreement on the BOCC Consent Agenda. Upon the BOCC signature, please return one original to me so I can forward it to the Consultant. The BOCC approved the award of this contract to Felsburg, Holt and Ulveg, Inc. on October 7, 2019. The Consultant has signed the contract and has provided the required insurance listing Weld County as an additional insured party. I will plan on attending the BOCC hearing to answer any questions the BOCC may have regarding this contract. /Ll)( ) 201945346 aonsen+ aaratek., -1 C. CO� <c 9 c AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY AND FELSBURG, HOLT,& ULVEG FOR BRIDGE 64/39A REPLACEMENT PROJECT THIS AGREEMENT is made and entered into this (p day of Oct()bey , 2019, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O Street. Greeley. Colorado 80631 hereinafter referred to as `County," and Felsburg, Holt & Ulveg, Inc. whose address is 6300 Syracuse Way. Suite 600. Centennial, CO 8011 1, hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability. qualifications" and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time. skill, expertise, and experience necessary to provide the services as set forth below; NOW,THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B. each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B. define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Proposal (REP) as set forth in B1900113. The RFP contains all the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional agrees to procure the materials. equipment and/or products necessary for the project and agrees to diligently provide all services, labor. personnel and materials necessary to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional care. skill, training, diligence and judgment provided by highly competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contract Professional's completion of the responsibilities described in Exhibit A. Both parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement. County shall notify Contract Professional if it wishes to renew this Contract. Page 1 of 11 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contract Professional the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County. If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement. together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT- INCOMPLETE." Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contract Professional shall be the basis for additional compensation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. If written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement. 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 $394,030.00, which is the cost set forth in Exhibit B. Contract Professional acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contract Professional under the Page 2 of 11 terms of this Agreement for any amount in excess of the sum of the cost amount set forth in Exhibit B. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. Mileage may be reimbursed if the provisions of Exhibit B permit such payment at the rate set forth in Exhibit B. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contract Professional, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities about workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law and provide proof thereof when requested to do so by County. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the reputation and expertise of Contract Professional. Contract Professional shall not enter into any subcontractor agreements for the completion of this project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project. Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor. to be bound to Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, by this Agreement, assumes toward Page 3 of 11 County. The Contract Professional shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contract Professional in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted separately from the main bid submittal. clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., about public records, and cannot guarantee the confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional agrees not to sell, assign, distribute. or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contract Professional agrees to advise its employees, agents,and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contract Professional shall submit to County originals of all test results. reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contract Professional, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations,goods or services provided pursuant to this request.Contract Professionals shall always keep the required insurance coverage in force during the term of the Agreement,or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A-VIII" or better. Each policy shall contain a valid provision or endorsement stating"Should any of the above-described policies by canceled or should any coverage be reduced before the expiration date thereof,the issuing company shall send written notice to the Weld County by certified mail, return receipt requested. Such written notice Page 4 of 11 shall be sent thirty(30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self-insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self-insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self-insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are enough to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and always maintain during the term of any Agreement,insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. Page 5 of 11 This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non-owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract. resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims-made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss $1,000,000 Aggregate $2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, arid shall keep in force at all times during the term of the Agreement as the same may he 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. Page 6of11 Subcontractors: All subcontractors, independent Contract Professionals, sub-vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub-vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub-vendors suppliers or other entities upon request by the County. 14. Non-Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (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: Felsburg, Holt & Ulveg Attn.: Kendra Gabbert, P.E. 6300 Syracuse Way Suite 600 Centennial, CO 80111 Page 7 of 11 E-mail: kendra.gabbert@fhueng.com Phone: 303-721-1440 County: Clay Kirnmi, P.E. Senior Engineer 1111 H Street Greeley, CO 80632 E-mail: ( kmur i u3.vtield.c o.UU5 Phone: 970-381-7977 18. Compliance with Law. Contract Professional shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non-Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest- C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall riot employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or Page 8 of 11 other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third-Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E-Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E-Verify Program or State of Colorado program procedures to undertake pre-employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all of the other requirements of the State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable feu a(teal and (ousclueni ial damages. Page 9 of 11 Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law. (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 29. Compliance with Davis-Bacon Wage Rates. N/A 30. Attorney Fees/Legal Costs. In the event of a dispute between County and Contract Professional, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 31. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 32. Compliance with Colorado Department of Transportation Regulations and Standards Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and Contract Professional agrees to meet or exceed all standards set by these publications. Contract Professional further acknowledger and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all the Contract Amount. 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. Page 10 of 11 • WITNESS HEREOF, the parties hereto have signed this Agreement this /(O�day of , 2019. CONTRACT PROFESSIONAL: FE LSt>J RCS 1-ko L1 By: Date: (t)/(6/16\ Name: PiNc`c Title: QR K3C-k P L- WELD CO TY: ATTEST: BOARD OF COUNTY COMMISSIONERS Weld .un� Clerk to e Boar ��d WELD COUNTY, COLO DO BY 1, .1'�� Ili Deputy -rk o the :C ' \,44.. eL��i?ar.ara Kirkmeyer, Ch r OCT 16 019 o2o 46) Page 11 of 11 „ . de, Request for Proposals # B1900113 _,_ _ -,-;„,_:.. ..)_._ ' , \,3v14iiii: 1-7, ' , •., S'�s .. .SAY 0.:„.- . _ ≤ Q U i 1- i Iti '4 ' 1 it° :2 .! .t.,:ti : iv , ENGINEERING SERVICES FOR z RIDGES 1914615A, 54/13A , AND 64/39A I . Purpose Weld County is requesting proposals for the design engineering services required to produce bid documents for the replacement of these three existing bridges . As part of the proposal , consultant shall include a cost/fee estimate with associated hours for all professional services . II . General Project Description Weld County is planning to replace these three bridges , utilizing design services provided by engineering consultants and construction services provided by general contractors . Consultants shall submit a separate proposal associated with each bridge and a separate contract will be awarded for each bridge . It is possible that separate consultants may be awarded contracts for each bridge , and it is also possible that a single consultant will be awarded contracts for more than one bridge or all of them . Total project budget estimates are as follows : • Bridge 19/46 . 5A = $2 . 1 million . O Bridge 54/ 13A = $5 . 9 million . Bridge 64/39A = 51 . 9 million . Ill . Scope of Services The services will consist of detailed road and bridge design generally consisting of overall plans preparation , surveying , hydraulic evaluations , report preparation , FEMA CLOMR and LOMR . floodplain modeling , floodplain development permitting , shop drawing review , responding to contractor RFI inquiries , ROW plans , ROW acquisition , utilities and irrigation ditch coordination , railroad coordination and permitting ( if applicable ) , and specification preparation . The requested services will also include a complete structure selection report, geotechnical report ( preliminary and final ) , drainage report ( preliminary and final ) , and environmental services . . Project Requirements General Requirements O The consultant will be expected to provide a full range of engineering services and accept project management responsibility at all levels . The submitted estimate of cost and work hours shall be based on the work items described herein . O The Weld County Purchasing Professional Services Selection ( Best-Value ) 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 ww\ww co . %/yield co . us [Weld County Code Section 5-4- 150 C] . The selection committee will include County staff from the Public Works and Purchasing Departments . Conceptual Design ® At the conceptual design phase , the consultant will be required to provide conceptual design alternatives for bridge concepts ( as least three ) to be included in a structure selection report . This report should include conceptual drawings and design calculations , identify all land acquisition requirements and contain a conceptual opinion of Cost to 1 ieentify any possible funding shortfalls . A preliminary Geotechnical Report is also required to be prepared during this phase of the bridge design . Preliminary Design • At the preliminary design phase (60 % complete) the consultant will be required to provide detailed design plans for all components of the project . A status set of plans will be kept available to the County for review and submittal to the appropriate agencies , utility companies , and affected property owners as needed . The plans must locate all existing utilities , agricultural irrigation pipelines and structures , and obstructions to a minimum Quality Level B (S . U . E . requirements) , for Bridges 19/46 . 5A and 54/ 13A . These services have already been arranged for . Bridge 64/39A. They must be shown both horizontally and vertically and in relation to the proposed improvements . All utility conflicts must be identified , and the consultant will provide coordination including site meetings with all affected utility and irrigation companies . The S . U . E . shall include a minimum of 20 potholes for Bridge 19/46 . 5A and a minimum of 30 potholes for Bridge 54/ 13A . Pothole costs shall De based on unit costs for each pothole . Pothole costs based on hourly rates will not be accepted . Failure to include unit costs for each pothole may result in the proposal being rejected by the County . • The consultant will be required to apply for and receive a Flood Hazard Development Permit ( F1-0P ) from the County Planning Department . Additionally , the consultant shall submit all floodplain modeling to FEMA as a CLOMP. and Loll R . The consultant shall include the appropriate applications fees as required for each bridge design in their proposal . The consultant shall also include time and costs for an as-built survey after construction , stamped and signed by a Colorado Licensed Professional Land Surveyor ( PLS ) . • The consultant shall provide coordination with the railroad ( if applicable) and shall obtain any necessary permits that may be required by the railroad , for Bridge 54/13A . • The consultant will be required to coordinate the identification and acquisition of rights-of- ways and easements . The work will require the preparation of right-of-way/easement exhibits and plans for Bridges 19/46 . 5A and 54/13A . These services have already been arranged for Bridge 64/39A . • The consultant will prepare documents and conduct environmental investigations in accordance with the requirements of the current federal and state environmental regulations , including the National Environmental Protection Act of 1969 ( NEPA) . The consultant shall utilize environmental services provided by Tiglas Ecological Services to complete these tasks for Bridges 19/46 . 5A and 54/ 13A . These services have already been arranged for on Bridge 64/39k The consultant shall assume the standard CDOT environmental process will be followed . O 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 . O At the completion of the Preliminary Design Phase , the consultant shall provide the County with five (5) 115( 17 " sets of review plans , including a detailed Engineer's Estimate of the construction costs . At this stage , the plans should be approximately 60% complete . The consultant shall provide hand calculations for the t6p 30 cost items for each Set of bid documents . The consultant shall also provide the County with drawings in electronic format ( pdf) . The Consultant shall prepare and attend the F . 1 . R . meeting and province support information for the meeting . Meeting minutes will be prepared by the Consultant .. Final Design • At the final design phase , the consultant will be required to provide detailed design plans for all aspects of the project . This includes roadway , bridge , property restoration , utilities relocation , drainage , agricultural irrigation pipelines and structures and erosion control 2 ( initial and post construction ) . Erosion control plans shall include interim conditions with bid items for the interim conditions . The consultant shall also provide detailed hand calculations for all bid items for each set of bid documents . • The consultant shall provide finalized reports listed in the conceptual and preliminary design phases , for the final design phase , and for the final bid documents . • The consultant shall provide railroad coordination and permitting services ( if applicable ) for the Bridge 54113A design . • The consultant will be required to prepare project special provisions and current CDOT standard special provisions . Near the completion of the Final Design Phase , the consultant shall provide the County with five ( 5 ) 11 ' x17 " sets of review plans and the specification package . At this stage the plans should be approximately 95 % complete . The consultant shall also provide the County with drawings in electronic format ( pdf) . The consultant shall receive comments from the County and incorporate these comments into the final set of bid documents . • The Consultant shall prepare and attend the F . O . R . meeting and provide the support information for the meeting . Meeting minutes will be prepared by the Consultant . • Soon after the F . O . R . meeting the consultant shall submit the final ROW Plans as well as any applicable environmental clearance documents . • All design work shall be completed using the latest AASHTO and CDOT design and construction standards or guidelines , practices , and procedures . • Bid quantities shall be carefully checked by the consultant . and quantity calculations shall be submitted to the County for review . If the County experiences additional costs during construction which are directly associated with errors and omissions (consultant negligence ) resulting in change orders and/or costs greater than the original bid contract amount , the Consultant will be held liable . B. Project Schedules ( Ant€ cipated ) • Pre- proposal Meeting ( mandatory ) August 30 . 2019 ( 1 : 00 PM ) • Proposals Due at Purchasing September 13 . 2019 ( 10 : 00 AM ) • Interviews Conducted ( if necessary ) September 27 . 2019 • Design Contracts Awarded October 2019 The project schedules currently anticipate the following design phase milestones : • Bridge 19/46 . 5A design complete by January 2021 • Bridge 54/ 13A design complete by January 2021 • Bridge 64/39A design complete by August 2020 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 . Provide a proposed cost and work hours required to complete the scope of work . Consultants shall include a $ 30 , 000 lump sum item in their cost proposal associated with any Other Professional Services ( OPS ) which may be required (Weld County must pre-approve the use of this line item ) during the project for each bridge design . Consultants shall include an item in their cost proposal with 80 hours of design engineer time to review shop drawings , and for other incidental work tasks which will likely occur during construction for each bridge design . 6 . References from at least three other projects with similar requirements that have involved the staff proposed to work on this project . The County may choose to visit one or more of the listed projects and/or request a copy of the plans and documentation completed . 7 . A sample plan and profile sheet( s ) of a similar project should be included in each submittal . Examples should be 11 "x17 " . 8 . A statement of the Consultant' s willingness to enter into the Weld County Standard Contract Agreement included as part of the RFP . 9 . Limit the total length of your proposal to a maximum of 20 pages . The County will reject proposals received that are longer than 20 pages in length . The front and back cover do not count as pages and neither do the section dividers unless the dividers have photos or text on them , then they will be included in the pages count . 10 . Submit a total of five copies of your proposal . and one electronic copy ( PDF) on a disk . Proposals must be delivered to the Weld County Purchasing Department, P. O . Box 758, 1150 " O " St. , Greeley , CO 80632 . Weld County reserves the right to reject any and/or all proposals , to further negotiate with the successful consultant and to waive informalities and minor irregularities in proposals received , and to accept any portion of the proposal if deemed to be in the best interest of Weld County to do so . The total cost of preparation and submission shall be borne by the consultant . All information submitted in response to this request for proposal is public after the Notice of Award has been issued . The consultant should not include as part of the proposal any information which they believe to be a trade secret or other privileged or confidential data . If the consultant wishes to include such material , then the material should be supplied under separate cover and identified as confidential . Entire proposals marked confidential will not be honored . Weld County will endeavor to keep that information confidential , separate and apart from the proposal subject to the provisions of the Colorado Open Records Act or order of court . B . Contacts Questions related to the submittal requirements and procedures should be directed to : Bridges 19/46 . 5A and 54/ 13k Michael Bedell , P . E . — Senior Engineer 970- 356-4000 , ext . 3706 , mbedeil@cco . weld . co . us Bridge 64/39A : Clay Kimmi , P . E . -- Senior Engineer 970- 350-4000 . ext . 3741 , ckinnni © co . weld co . us 4 PART -- SELECTION PROCESS V. Selection Criteria and Method Professional firms will be evaluated on the following criteria . These criteria will be the basis for review of the written proposals and interview session . The rating scale shall be from 1 to 5 ., with 1 being a poor rating , 3 being an average rating , and 5 being an outstanding rating . WEIGHTING QUALIFICATION STANDARD FACTOR 5 . 0 Sco e of Pro asal The proposal clearly shows an understanding of the project p p objectives , methodology to be used , and results that are desired by the Department. The proposal demonstrates the firm clearly understands the 5 . 0 Critical Issues major issues associated with the project and offers realistic solutions to those issues . The firm has described their methods of controlling their design and construction cost. The firm has demonstrated an 4 . 0 Project Control 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. Work Project team ' s work location relative to the project site location . 4 . 0 Location/Familiarity Key team members have demonstrated familiarity with Weld • County and the goals of the Department. . . ' Is the proposed cost, work hours . and tasks presented 15 . 0 Cost and Work Hours reasonable and consistent with the project goals ? The lowest cost that includes all tasks necessary to successfully complete the pro *ect scores the highest . zCz - PARTS a.'- ter ! � [Q� _ z - . .. _ .. - _. _ -.. .. .. . .. .. >..<.<:y ><-. •... .. .a.. -. <.w ✓>. a.6Cc ...• L >•..l_a.•- .,_.a. L.II •G. .. a . AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY AND CONSULTANT FOR BRIDGE REPLACEMENT PROJECT THIS AGREEMENT is made and entered into this day of , 2019, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley. Colorado 80631 hereinafter referred to as "County." and , [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 A and B . each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference . County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B , define the performance obligations of Contract Professional and Contract Professional ' s willingness and ability to meet those requirements. Exhibit A consists of County' s Request for Proposal (RFP) as set forth in B1900113 . The RFP contains all the specific requirements of County . Exhibit B consists of Contract Professional ' s Response to County ' s Request for Proposal . The Response confirms Contract Professional ' s obligations under this Agreement. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by reference . Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B . Contract Professional shall faithfully perform the work in accordance with the standards of professional care. skill , training, diligence and _judgment provided by highly competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County ' s decision to withhold payment or to terminate this Agreement. 6 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contract Professional ' s completion of the responsibilities described in Exhibit A . Both parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty ( 30 ) days preceding the anniversary date of this Agreement. County shall notify Contract Professional if it wishes to renew this Contract. 4. Termination . County has the right to terminate this Agreement. with or without cause on thirty (30 ) days written notice . Furthermore, this Agreement may be terminatec 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 he 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 both No additional services or work by Contract Professional g by parties. performed shall be the basis for additional compensation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services. whether there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. If written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional ' s rights with • respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement . Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement. 7 6 . Compensation/Contract Amount. Upon Contract Professional ' s successful completion of the services, and. County ' s acceptance of the same, County agrees to pay an amount no greater than $ , which is the cost set forth in Exhibit B . Contract Professional acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the sum of the cost amount set forth in Exhibit B . Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional ' s risk and without authorization under this Agreement . County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional shall forthwith return such payment( s ) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County . Mileage may be reimbursed if the provisions of Exhibit B permit such payment at the rate set forth in. Exhibit B . Contract Professional shall not be paid any other expenses unless set forth in this Agreement. Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25 . title 30 of the Colorado Revised Statutes, the Local Government Budget Law ( C . R. S . 29- 1 - 101 et. seq . ) and the TABOR Amendment ( Colorado Constitution, Article X, Sec . 20) 7. Independent Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professionals officers, agents or employees will not become employees of County. nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contract Professional shall perform its duties hereunder as an independent Contract Professional . Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contract Professional, its employees and agents are not entitled to unemployment insurance or workers ' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees . Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party . Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities about workers ' compensation and unemployment compensation insurance matters : (a) provide and keep in force workers ' compensation and unemployment compensation insurance in the amounts required by law, and provide proof thereof when requested to do so by County . 8 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the reputation and expertise of Contract Professional . Contract Professional shall not enter into any subcontractor agreements for the completion of this project without County ' s prior written consent, which may be withheld in County ' s sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project. Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contract Professional by r 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 . .. S . 24-72-201 , et seq . , about public records, and cannot guarantee the confidentiality of all documents. Contract Professional agrees to keep confidential all of County ' s confidential information . Contract Professional agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contract Professional agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement . 11 . Warranty. Contract Professional warrants that the services performed under this Agreement will. be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards. and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. Upon completion of the work , Contract Professional shall submit to County originals of all test results, reports. etc . , generated during completion of this work. Acceptance by County of reports and incidental material( s) furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contract Professional , and County' s action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach . Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County ' s rights under this Agreement or under the law generally . 9 13. Insurance and Indemnification . Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work , the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall always keep the required insurance coverage in force during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A. M . Best Company as ``A-VIII" or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above-described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County by certified mail , return receipt requested . Such written notice shall be sent thirty (30 ) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten ( 10 ) days prior. If any policy is in excess of a deductible or self-insured retention, County must be notified by the Contract Professional . Contract Professional shall be responsible for the payment of any deductible or self-insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self-insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability o f Professional . The County in no way warrants that the minimum limits contained herein are enough to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional , its agents, representatives, employees, or subcontractors . The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages . The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration., or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County . The Contract Professional stipulates that it has met the insurance requirements identified herein . The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall , without additional compensation, promptly remedy and correct any errors, omissions. or other deficiencies . INDEMNITY : The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury , loss damage, liability. suits, actions, or willful acts or omissions of Contract Professional , or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree . The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person. persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures ; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker' s Compensation Act, or other law, ordinance, order, or decree . This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract.. the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and 10 volunteers for losses arising from the work performed by the Contract Professional for the County . A failure to comply with this provision shall result in County' s right to immediately terminate this Agreement. Types of Insurance : The Contract Professional shall obtain , and always maintain during the term of any Agreement, insurance in the following kinds and amounts : Workers ' Compensation Insurance as required by state statute, and Employer' s Liability Insurance covering all the Contract Professional ' s employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County . This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers " Compensation Act. , AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form . Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract . $ 1 ,000,000 each occurrence ; $ 1 ,000,000 general aggregate ; $ 1 ,000«000 Personal Advertising injury Automobile Liability : Contract Professional shall maintain limits of $ 1 ,000,000 for bodily injury per person , $ 1 ,000,000 for bodily injury for each accident, and $ 1 .000.000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired. and non-owned vehicles used in the performance of this Contract . Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions. including design errors. if applicable. for damage sustained by reason of or in the course of operations under this Contract resulting from professional services . In the event that the professional liability insurance required by this Contract is written on a claims-made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed . Minimum Limits : Per Loss $ 1 .000 ,000 Aggregate $ 2 . 000.000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal . 11 Proof of Insurance : County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County' s Risk. Administrator in his sole discretion. Additional Insureds : For general liability. excess/umbrella liability, pollution legal liability. liquor liability, and inland marine , Contract Professional ' s insurer shall name County as an additional insured . Waiver of Subrogation : For all coverages. Contract Professional ' s insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub-vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional . Contract Professional shall include all such subcontractors, independent Contract Professionals. sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages . Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub-vendors suppliers or other entities upon request by the County. 1. 4 . on -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 contracts or ( c ) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party : or 12 (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party . Either party may change its notice address(es ) by written notice to the other. Notification Information : Contract Professional : Attn. : Address : Address : E-mail : Phone : County : Name : Michael Bedell , P . E . OR Clay Kimmi Position : Senior Engineer Senior Engineer Address : 1111 H Street 1111 H Street Address : Greeley , CO 80632 Greeley , CO 80632 E-mail : mhed * 1 ( 1 co . \\ eid . co . LIS ckim nrc co . weld.c:o . us Phone : 970-301 -0780 970-381 -7977 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.I .S. §§24- 18-201 et seq . and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contract Professional ' s services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County ' s sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional ' s 13 family shall serve on a County Board , committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional ' s operations. or authorizes funding to Contract Professional . . 23. Severability. If any term or condition of this Agreement shall be held to be invalid . illegal , or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights. benefits, protections or other provisions. of the Colorado Governmental Immunity Act § §24- 10- 1 01 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 he 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 eld 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 he 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 - 1 7 . 5 - 1 02( 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 l -Verify Program or State of Colorado program procedures to undertake pre-employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three ( 3 ) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three ( 3 ) days of receiving notice . Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an 14 investigation, undertaken pursuant to C . R. S . 08 - 17. 5 - 102(5 ), by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all of the other requirements of the State of Colorado program . If Contract Professional fails to comply with any requirement of this provision or of C .R. S . § 8- 17 . 5- 101 et seq . . County, may terminate this Agreement for breach , and if so terminated, Contract Professional shall be liable for actual and consequential. damages . Except where exempted by federal law and except as provided in C . R. S . § 24-76 . 5 - 103 (3 ). if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen ( 18 ) years of age or older is lawfully present in the United States pursuant to C . R. S . § 24-76 . 5 - 103 (4), if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor. it hereby swears or affirms under penalty of perjury that it : (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law. (b) shall produce one of the forms of identification required by C .R. S .. § 24-76. 5 - 101 . et seq . , and (c ) shall produce one of the forms of identification required by C . R. S . § 24-76 . 5 - 103 prior to the effective date of the contract. 29. Compliance with Davis-Bacon Wage Rates. N/A 30. Attorney Fees/Legal. Costs. In the event of a dispute between County and Contract Professional , concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf 31 . Binding Arbitration Prohibited : Weld County does not agree to binding arbitration by any extra- judicial body body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 32 . Compliance with Colorado Department of Transportation Regulations and Standards Contract Professional acknowledges and agrees that the Colorado Department of Transportation " Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and Contract Professional agrees to meet or exceed all standards set by these publications . Contract Professional further acknowledger and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all the Contract Amount . Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B , is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements. oral or written, and any other communications between the parties relating to the subject matter of this Agreement . I5 IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of , 2019 . CONTRACT PROFESSIONAL : By : Date : Name : Title : WELD COUNTY : ATTEST : B0AR✓ OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY , COLORADO BY : Deputy Clerk to the Board Barbara Kirkmeyer, Chair APPROVED AS TO FUNDING : APPROVED AS TO SUBSTANCE: Controller Elected Official or Department Head APPROVED AS TO FORM : Director of General Services County Attorney 16 • ••'� _ :1 i:.'. It 4.'R+ �• •$ 1"111. €' a ' ,a ;a: =•FK K'a`tz.-.1-114‘..-1.- -,s •yam•.-' rr} IS _a -4.+ i', vti __ - - a2. 4 I.. ',a ra .,l ems` ,`,qt..:.'.Z�.v t �2• � r ¢ , - .. - 1.-•;-,::::,-.1.':-•'::-: 't• ;+"`.'fa' n'i i ! ''SS' "� ?,7A•o- ,:" ...t 5, tirt27 gnat• •ti:.�l =1 :w. .0SZt bE t3-t*--::,tt" •irvrt�y"`,��rptV• < a ))- -- = two,J'.•�0TE••? •Pd. n'G 'w;.. Z u :^ "['i.,a,2 yY-u, cY \ - '�' Ks • l.e• s,{a e#•[ f PLT�/•. - -a.'1!,Y. .�r a 1 3s5 i° <• �y r T :$,a I,._'C_ r. cn- f -"`.a<M � -v' "1"il,�'A 4 s 'x? x .3 '.'fir.. - ,),.r a' n •,c" 2 M x53' __ t _ `k-f :b . y: ��a. + �� •° •t Y!' t,•_ S% _ n-- ¢' ,+�rt<..' - -7Y M �15�T t' "nc'} • x '. _ • -Y..... �: s:,"-y a. -'_•i. : "" „ „ .. - _ •0Y 1 �•2 -4asY}n -7 M '"it-2i}. •G - .. ,<•. y -<9'.a ��w.WS. .fit• , �` 1 •I _ ` . e • - �✓, lu �`}�'��2••y>. �,�x.r"+� .' j: tia•`,' ,�t • i,. .s•J�T• iy •y r, ,U�t;;vy��M 'y"£i � �: 1. �' J.N'[ s rif 1.R' ,k r_sat nt ; v ���..ry��CCC y* , L^- ' R' r��• c • [ . w•s b 3.��y'" Ys. "•.".' i "�•N '1• 1. ,�i t2' • 4 rr1.t ,.. ♦^ I' tk y• S ",&a&-z. r < ' .f'Ya I k •• aJa I • 6 . . . n %. • %1a < t' I r y t W . Iu "11 i 1 ¢ ( .x {1 1 '/ "c".t ;• vy ` y ')^yw• ' .' `� I •'•r ','q. ati • T . . � � P ¢ .• � .1 T( < ''s• " gp �` •••.� a� roi• m._ '.d •° e . �) ),J� • I .• . o xS"t'. tat `��4.,�� •a4• �. a?a ' 4-411r t , s. . MP.: N t a . a :.fir Ya• • r' l 40',M�'•'. • •(�r K °^ti r=^a,' „•�.y S<."" Is ( ,: j ',""` . w. � ��•% - �j 4'�•'S +1�Y`I¢axtaa• ry aF."e;rt ,7M:(;:l< tt�rr�,'¢ s fly ':' + T .< 4 t :. ^' M1}•. , a• .`);'7• •6 .( ! I �'� v _. t r .... ¢ + F......7 ;f. / / dF s "v+c ! iL,'<k' �. fit' i'A -ss e� L r e w l3 'fin`' aR. . t...,. j t# ^•. r<' +... .+ • . SS.' F F 1 Oi:: .+ n` 1 a y t .'�• kll - 4 i I 2 • F .OP y�•'' �i., .�5 'g. g< - %.i.�°e•1 ., 4:e' f'`ir y xt• An"9 u r.,: , a LS ��P �)w•LLC : 'SF*y'^54e'-y.'3en" ,.I7.xo` �• ,.' )i {�T ..M1`"%• { �` s •�>( 6 + J • r. 'Y J.�w� 1 + "• of�.M. d S r r �C�,^ S,-"a '� J ty`r q••w '� . M- �x �° 7 5 Mme/ �;,.�'4 • Y,F - �, jx� y •.s rl.'Szzlj+^<<iH34 ,'k' S_ ,7p'( 'I �H_. lk�t •„� '�E S� tLTj '+�• '� 7-=� ,dy' 'wi"�. E9"' � •_ / d. ,-;-,W;Ssa r ` e • .t,. ) . "•tirtati4 Syr Lx«..,,e.«.>r.+awe:.+.<Wwa,<.>.. 4svvlN..a•rw ........ :1 � �` 'iK•"L I7 tvA'nl i 1Fk al ulf't-N.f• �^" CC •_ _ ti1l� ,•.�" dd''A'IY�,dR' v �r�—" �`% - _ - ii_�e fs $ ; - t. . �F-`y. yf .▪ II(V▪ t Ih Slumsl‘f ) ?LJ ? • • - -. - - i 41 -_ -r�'xa`� �s.- AXb� -t' . _• • : _ _ •.e k .. ` .. r « . tw . .yr, .t?_ , (yx [ It .42�- }sx'ts+t £ ¢,�Y"R"'. >> < Sw2} 3i ✓aa3 ,' Yz f " 3_ 11 v t 'K ,;• QM w • '?^ . 5 ,x}' ,."s J�,. l ,' t 'wr •e. I{.•`� ' _,._ ''1J` sF . �; t( AaJ ter¢ J'�T' i43T' �HF�� `•'+�'e,yv,' n .,,3.tU`�'ks�, ,> '.�, I F.t - >9 . I itt91c!gy .ok <_ t e', ▪ •• {s /.. . r• 1T: 5¢, s .. s x. .,. r: 't _ 'YYr("aM1 �' ^3 �. • iM1r�4�"x k �' ' +ari <2:r,+rrn:.., . Jri1�' _ -ra- .dA. I:f.Ff:•t„•I, : . ..r• fy. _: . .. ,,. 1 ;ry.roo .'•.. °� :r.� .,✓7,'F. .;., , A u,'x .. Cw.., LY%': s a,y f .. . ,�!s�t . .. .. .<•'- .0 d . 5 7.�,.,. , !1141 :'3 ,.r.,III ^'. C• A ¢s`SA% . %• 53•✓gl ra O a •f � •jv. - - —�'.( •y�`. t< 'i3 k '1°. — ad;' 1M vA '( Ite !i•,4r. d'J .in. 4 ^I ( ,'s' ,La • . . .5'.:' hat e."r •qq'• . " •k•I'a.}r, . IP . I' 1 ,2,i'224•'...;•:.2,.....''1; :4: "-:_i x`.g. T• . v .C ae vF"` :. Ts'. ` '°t 'rnTtCr y� 1{ •L s5 s. � .3;iii :: 1" r, •a•”5".•1/4. _dw T.y t. ,i.. i.<'FU}`�y�), p$$'�{3'.� 4,,a...14,(41.1 '"):,�Y{. d ' „,„ ,.. '.� ys: . �.•;v9Y" ;V:r . a .:� `x • tt '• .? •J • , T_ 1 �1.' ar 9 Fl•'i)'t vS"'}{G . c ^:j 1.:_ ,`�' -�,_: 'g°(A,. 'tit*: wF_ _ _ 1, :>$ '- .5" t'!•y,�F pqtt'• W.. rt a �' ". � .,¢ r..- • T'2 r r • �.a'ti , r `. 1.r t ,a•yr ( vl yis ✓ F ;^y 1• ? f:, • Yr,• _..,Jz..Nr _J C �nSV Y. 'TO _ . • ''`S'1. .i.P�l „I • r „o. c•t '), g Y070-:-40.41%14',.'.•:' e A ^t t S • ▪�. ..I � �•;( �.p 1 l'• <' , Y y. LF'.Sehi'1. ra. . VC, A a • 2i: � w ter.!+. 'r[, •r Nut l ,�},� -...t- '�' . .H' .• L,r :;ra %F �• gj)kJ.�'h!_NI •1 Gt Rfi' ` la _ • . . .. .' . $�' m ;.1„;•,..,•••:,..„,_•._:•.•:.•: •.:•".. . J y � .. .... 1 Sj1�■}� "(�( tea+ M .. ',_ ,1]y44 ,�r IlL1 • • 44 14. • t,• x ,.. k "'a .y �c I}`c�fk"3ili I; . '63+ t. .• R.-.' ) • ` � tI • -v; - • ... t•• r E r C = c K _ - ... Y.1 -•1 a .. .:.r w .1. - .. :� _ ?A - I1I _ _ - A .. • Y V yy x l •• 1' 4 . pEr .:1.::Fa ( • • .y?.,Tv°�..C""t'rd`s 2• gf.yt }t, a. ` e}, F .. _— ,%.3Y4 '',,t4,... Y )9-£i•'I / 4; •ri,. Y,." / ' II ' - ..s L.,> a ';,. i.": _ _• _ _ l'..!'..-;:.41:1;11;112.):v,.. - p r • • • • .. • • • i^ �r N,:. 2 {': -.� M Y, i_ [iJ. .1'•ryi J �`% f '1;}. A _ ( • .c• r'• 1. /, '{i' x l� S, S P a y M1 q`a.YJ1 S -• " ' ..• .. - - - - _ . , - ..••• ,:.. ..,, :..J _ .. , - < .. I • 1. _ .. - �'{ 1 - . - - :1 ..✓_.. .a .. tv J. h.. ..r.n,.a.1�.�- ._y,.,-. r,..-.._,a-... ..•.....> ..,r..y.n.-...-..w -ey> _ w .. .. • ......+V -t.......1e-rtroMA,.�"n,.....,..._ ,<........ -. . - .. ^. - - - - - - - - , (w ,_ z•.rv>.m,:•t91Ke'.x.0.... <. . , < <rw,-'!4< 'I s v .l . .l �_ J.9.r 'C 1 {•4' - S..', +.- ..r ,tt - J''.; i t-•Y£c� a ' - � _ _-..... ....... .-••-' t-••n.n..T:. •;.".........�.•e..�.�_.......... ..c.sm4A)mc «... . M^ _...�.-.- .. _•uar...aAr-.• .:•{-•..e•..�ne-.?R «A R - •..tiif,•L" ' (Sd Ise• :f 4'i;dr.r ti:. Sr. .. t k—) e1•<w .•n•.a1i. Imo• kY lee' + � n .rs A $�.. i t s Yw1r•' f w•..J' 1 -, ... . . . - r• . - .. ... f f ._. Lei • , S C ; l _ _.. :An:�^sx; ' �. ..a•<ne•,a..__...•c... +r.!-n......�._" "_. ...- -r � fAil ll li�. •r i _.11. . 1 ! j) yid. .+^• , t Yi ittoc.n j*eiitu4, r°°. . 7 . : 0 L T 4" 9 T fi�r , _ E • rc r t s^ BU R G SOJN tiasx .,z 4� ft :i na ULLEVIG connecting & enhancing communities September 13 , 2019 Clay Kimmi , PE Senior Engineer Weld County Purchasing Department 1150 0 Street Greeley, CO 80632 RE : Engineering Services for Bridge 64/39A Mr. Kimmi and Members of the Selection Committee: Weld County has been a leader in Colorado on infrastructure investments, with a focus on quality and efficiency for their taxpayers. Felsburg Holt & Ullevig ( FHU) has been a long- stancing partner with you and share the same focus and goals on our projects . The replacement of Bridge 64/39A will be a key improvement on Weld County Road 64 (O Street) which will serve both improved hydraulic conveyance as well position the structure to accommodate the ultimate roadway width . — - ---_- Kendra Gabbert will be FHU 's Project Manager, and brings over 12 years of experience as a Hydraulics Lead and Project Manager. She has been responsible for many projects that include drainage design for bridge projects , including the award--winning WCR 49 Design- Build project and is the perfect fit to ensure Weld County's expectations are met. Our commitment to you includes: The Right Team : We have purposely built this team of experts to address the project challenges and bring similar project experience to bear. These trusted experts ensure the project will be completed efficiently and within budget, with unmatched quality. Our subconsultants are not only experienced working with Weld County, they have long standing relationships with us as well . This cohesive unit of professionals are primed to deliver on this challenging bridge replacement project. A Proven History: FEU brings a strong history of delivering structure and civil engineering solutions and success working with Weld County. From WCR 13 improvements to WCR 49 reconstruction , FHU has been a trusted consultant to deliver creative , economical , and high-quality solutions with structure replacements , hydrology/hydraulic analyses , and detailed construction phasing that minimized impacts to the traveling public . This is the perfect suite of proven success to ensure this project is a triumph for the County. Quality First: Our reputation is built on providing accurate and complete design plans, specifications and quantities . FHU has been focused on transportation design projects like this in Colorado for 35 years and brings a quality procram which is purpose built for ensuring clients are bicding a quality proc uct. Our success with alternative delivery further speaks to contractor's trust in our products . After careful review of the Professional Services Agreement included in the REP. Felsburg Holt and Ullevig is willing to enter into the agreement with no suggested modifications . We appreciate this opportunity to offer our team 's services and look forward to continuing our valued working relationship with the County. Kendra Gabbert is the main point of contact for this project and can be reached at 6300 S . Syracuse Way, Suite 600 , Centennial , 80111 ; phone 303 .7211440, fax: 3C3 .72 '1 . 0832 , email at kendra . gabbert:cfhueng . corn . Sincerely, FELSBURG OLT & ULLEVIG ee tat c („/.7, AtAral � ..�- Kendra Gabbert , PE , CFM Patrick Stein , PE Project Manager Principal-in -Charge t . \4 • : t • . . . . . ,. - - .. is. . ., . . . . .... 7. • . . . ,,,,t,.. • ir, . . . . . . . . . A . , . . . .. . • . . , . . . . . • . . . .. alai . , • . . . . _ . , . .. . .. , . . , : , . • " ., . . , • • . . ,. . .. . . .. , . s, • • , . . , r • n f: t. f' l``, i y:. • . 1. , 1 } • ' a ( I. , .. F.: , - 0 . =Wit n :.. ...:. : . ... .. .r.: .. i ..n» .." ".\ . "N' p•Y^""'n _'pYH4�. .:.4ahr•-a� rT 1r M.� wy .. ai. .rt ., :...d. .a ,.....,..va. .. i.O M ... .. C .e. . .. : r`!i Yh3-� k� 'Y'^ 'i . .. }>...... �...� ..".""?......s'"4 A. .. .wraM .NM , #^ _ ... . . .. + fa YA.. l.. n .,. ..w av x,. ,_._ w.., . .., ,..i.� ... e ... ,.. a r.r.. v-x ^ ...i�.. . � 'll ...._. ».. .; x\ P'5^t' .. .. .""j r4^n.... ... . � ASG'HC x.A.,�. r .. .,� .. 4... M •� ; ey •w !.• l," _ y�j 4 ..„? 4: Y �./ k #> �`�� II• t ta��' •r- , j�y� s ir'u4. Y 7r 1 "ik# 7f'' , cwt° ` '.a T ,. :;•,,•.--,,.. -, Y ,,,... S , t tc R~ i ?'r. I!� T FFF ppp -� •. sy.�y ..e - av: a `�iu '' s� :.R • e.: p, � .� ^ ?x I snits 1�•a!aim,�_ M rq'/ Y-' ?i ac .<41:4 r8< I [:' 3a' >14. • n +�a• 'R +f7 �` .4 it �7C`f " i , Gte rr 4 ... , 2 �•, 'o r '•<1 �. s� i 1,� sy i • f at el With • • e. " I. k' .I q ae:< t >`fr'Vv. Ft 1:1 r 1 .. i F , `.C. l' 1� II, Y tam," ,<„ ., - wx i f y [ ; *. ;E "h. 9 t .14,— h _2:J '� I; r ::v, ! K J. . 3 (n > t ..4,"^-;;I. 1d1. _ a ra it C l.. T r r ���r .7 f.� iM kn ° . :,t, ' ` • ! + -,- D < -,! �:- ! m} k ' ,< .. `+ t J` r` .. .r4 a•'a >ti, _ ,.� r� ' t - , _ - j •f < y"',. `mil `l "•` AAr t f �x " t f .t "Fxf 7 r ! ` r, 3 , .y` :i 9 a 'v` 'S 4. g "3. .! a', A w 1244 a c Ib''F ,��' : .: 4 4 • M i. .,, ' J e i y S . J .r N v l ''.5.-ea +� . ' n r a.- • LY tl lit�� :.s sue, 1 #• r ! YM f Y, w `� .k.`q�, "'''� I r, � w !8 �' 2 , � :' .• ,�..� q >'i ,'it _ t -. j p . __ - t— a 11. y 'x- at .>, �" �$ .;2?. •� <a itt4 ., 7.; ran --4w y r T s j '� i �j `�, R-v- I q � W, <E � t - f •♦ '3 P _ ,p "rt. >E-k " '`£^° :< / Sr' �,. -t d .'' +•i `i. f e ,rr.?. i 4 4v iA Y.4 -y YriJ� r" J:2::. ZS •t ) .ryY:.::(,L "J4�%� . `..P4. •�, '8� - •ti �.^ 'hs. 'K V p M t y,. .h •sr.: r +,..•�1,, ..,a�,: ;r ' Oars _ I �> Yt r a, 'k 4`-AI4.4I, 1 ' ° a . .'fM +k'ft Ly </' " f - +F•. ' , 3_ , :, n ffi Z`7". e.�'. t z " '�' ..t Z • ti.: { :1....ay�- Is .� n S. t:: ' t .� ;,r'' fY �� Y >> _ t. rV • -'0�.•� -� III a � � - �<• `^' ;,w, r _ /: c �::::r ,1:r it _ �kll'r ; ice s� is i, 'k,_ � / fa �✓M! ! Q .Ga�:y 1 s""i" w,. z M.w.T w.w !e. � _ 'T • � ��M? � � ^/�• �`� A � r Y " �� - y 9� II ' is "> ��� $� > .f �py0i x r., _ .r/ii 4:Y: atcD.,• r • ♦i '3' i- [ ..ti z ft i { ;i - ! T 1^t Y F14 :rt"9W : •• . VP�£'�._ - «':;vim / d _ Y �!- ,r ';A i 3'' - t&s T.:i Y . • -y •,:: gg. ...:1;1/4.11:t . -- �, _ � R r R 3 mar Y .,� '{.:. s L ' " ��T _ r - ' Cr ;s ;I s �'r`` t " -.. -S: 1 tac �' a .s Y T T�1'-:4y,E . • _ .. e . [.� i `t :a a,• • , '' c.,v`•alR q ' 1 r-- Y! , •W' My ^ f s1 :4 `/ . pr0-�� I, a Y S { T a ,Y° � _ .,::,z j. a a.►>" r. - y .��'f_yF .w..ay-� � r' `+: `" r 4 .�' k YD.2j,r Nt• f •� '.1 wau,. Y V. £ r 2N ,« o f n a1; ' >.y "_,rt _ ys L. v �� .� ...� di. >il.,^. •'^Y�3�i.6' � m t +u`4s .al .. .�-�f3� '... i _�, iL.�,Y. C S-' 4:'^ °�s:' >x >, e r F Y V 'Aff0 g �r { ti 5 :x x I� . I w Si I rri r. - .. 4.> JC *4•)t��' --` rl 1f's'- 'i. - _ u' h V< 0. . � ,I', /y- :., yga- :a, ae- •1" YT 4 p , 4. , 'r' l W • J<,T. ? .� .. , ��lr:;\. w ? 9 4 .R , SCOPE F PROPOSAL OUR APPROACH FOR THE BRIDGE 64 / 39A EPLACEM T P s ST S " R E P O E , T FOR li_VEfizi?, COUNTYAls COLORADODEPARTMENT O T TIf 1 ° r . WE HAVE C .. E i UN RSTAND T THE COUN PROCESS I ORE S E . INE K I �t O E. EEili.itEI T THAN TfiE OT PR C ., . wE ARE EA � L � W TH u u`T ` . STANDARD SUBMITTAL STEPS OF Y F" R C F. O.B.. AND FINAL A ON D E PROJECT, INCLUDING �° E ILFI �4G A STRUCTURE SELECTION REPORT ADO FOLLOWING OT S GUIDELINES AND STANDARDS . Bridge 64/39A needs to be replaced to accommodate impacts from the 64/41 intersection redesign . We understand that the replacerent structure will be raised and may need to be wider for these changes. The scope detail below shows our assumptions and approach for t h e project. ..•._r... • w. .__. ._ __._._.__.w__ __. _____ __.....___._ __._r.__,.. . .. . - ___________ __._.-__IFTT roter)RDINArtniv! 4 N 11 kin Ptt r-A itrir PAO i N. ! „ ... .., I. 7 s '• - s 1-5 1 LI -, - -- f, f - . -' 5 T - a . - ' - .. PFNERA ' oFtn The Felsburg bolt & Ullevig (FHU) team plans to work closely with County staff to maintain the project goals and schedule. Our scope includes a kickoff meeting , a review meeting after the conceptual , preliminary and final design submittals, and 10 monthly design progress meetings with the County. Monthly progress meetings are assumed to be held at the Public Works Building. FHU will provide meeting minutes following the preliminary and final design meetings. Additional coordination will occur during the design phases with conference calls and emails to create frequent check ins on the status of design elements and how they affect each other. FHU will keep the Weld County design team informed on the critical design elements necessary for the floodplain analysis and structure design. FHU will also keep the weld County design team up-to- date on the bridge design and bridge drainage design to ensure these design elements are integrated into the intersection design . CONCEPTL. IAL DESI N Upon Notice to Proceed , data collection will kick off with floodplain investigations. This schedule critical item will set the size of the structure opening and allow alternative bridge types to be studied considering the impact to roadway profile, right-of-way, project cost, and environmental impact. Topographic survey and the geotechnical engineering study will also be conducted at this stage. STRUCTURE SELECTION REPORT A Structure Selection Report (SSR) evaluating at least three structure types will be produced for County review and will include a concept level opinion of probable construction cost for each bridge type. A draft geotechnical report prepared by Kumar & • Associates (KA) will be submitted at the same time as the SSR . It is assumed that a Concept Review meeting will be held to discuss the recommendations outlined in the SSR . FLOODPLAIN INVESTIGATION AND ANALYSIS FHU knows the importance of initiating and developing the floodplain investigation and analysis during conceptual design . The most time intensive parts of the floodplain analysis include gathering the existing data , determining the appropriate tie-in locations , and developing the existing conditions model . The existing conditions model is the base model that will be altered to analyze the structure alternatives, so a comprehensive existing model is critical to completing the SSR . The Eaton Draw has a regulatory Zone AE floodplain with a floodway established . This means a detailed study has been done and the design flow will be taken from this study. It is assumed a detailed hydrologic study will not be provided for this project. .. . , .. .. . . _ .. .._ .. ., .. 1 .. >t, . �. o. .ost. ,:•F s: ..>P'. .....,,• .a. - x7.< ,4t '.x£ N• %zz .nom. ,�:dart s na 4 ,,1!. r_..a . iS':>.. +Kyb3e.: ?'Ji4.I.—�-.••^, ..thfz.�?�.r>05 .9k..E`<,>_. T Nfk_L:..•.-_�'S�¢.•F.. x/r.v. ay.l'. X,^n '.:. d.a.: �liv •A<,vrWr �.�Y' "!'k -.<4R.v'... '�s`S.3.Wde.'�x,•: .+ ?,. }�..5•�.. ._td.'t.�2.m. �.?NShM+ .„ r.JBti!ti'Y.1utl�+� ≥ +f .<'."..an 'c<` Ne. ♦.. ..qrF � > !'� .•M.r`'.<C. z� ) �F n ." WELD CO ENGINEERING SERVICESFOR BRIDGE /3 Z'.. . f While obtaining the project survey, FHU will coordinate with Weld County and FEMA if necessary, to ensure we have the effective hydraulic model for the Eaton Draw. We will update the effective model with available topographic information to create an initial HEC-RAS model and confirm the location of insurable structures in the floodplain . We will then coordinate with Weld County to incorporate the in-progress intersection design in conjunction with the structure alternatives . This will be a critical step to monitor floodplain impacts at the insurable structures. It is understood that the existing bridge will need to be raised to accommodate the intersection improvements. Based on the Weld County Flood Insurance Study flood profile for Eaton Draw, the existing bridge does pass the 100-year although it probably does not meet freeboard requirements. Coordination will occur at this stage between Weld County and the FHU team to set the roadway profile at the bridge to accommodate freeboard . If this causes negative impacts the insurable structures in the floodplain , this will be discussed with Weld County to determine if a variance from the freeboard requirement is appropriate. PRIUMINARY DESIGN The preliminary design phase will include additional floodplain modeling , and hydrologic and hydraulic drainage analysis at the bridge. Plans and design will be developed to a 60% design level with County input. E .G GPLAI /DRAINAGE The preferred structure floodplain analysis will be finalized and the Conditional Letter of Map Revision (CLOMP) package will be assembled . The CLOMR package requires detailed analysis and documentation of the floodplain changes from the regulatory mapped conditions to the proposed conditions after the project is built. FHU has extensive experience with this process . This analysis and documentation will extend outside the project boundaries to meet FEMA's criteria for tying into the effective floodplain . The CLOMR package will be finalized after the FIR meeting to ensure any comments affecting the floodplain modeling have been incorporated . It's critical to the CLOMP submittal schedule to minimize design changes in the floodplain after preliminary design. Scour will be analyzed during preliminary design to determine revetment limits under the bridge. The intersection design and roadway profile will determine a starting point for stormwater quality locations and the bridge drainage will be analyzed with this in mind . Coordination between Weld County and FHU will determine how the roadway drainage from the bridge and bridge approaches will be incorporated into the larger drainage and stormwater quality improvements for the intersection project. BRIDGE DESIGN Preliminary Bridge design will include detailed superstructure and substructure design , and detailed plan development for all major structural components. This work will focus on sufficient design and detail to facilitate the start of the independent design check directly following the 60% submittal . PRELIMINARY PLAN PACKAGE Preliminary design plans will be developed to a 60% design level . The preliminary design package will include a preliminary design level opinion of probable cost, a preliminary drainage report, and a preliminary CLOMP package. Following the F. I . R . meeting , the CLOMR package will be finalized to prepare for submittal to FEMA. The Endangered Species Act ( ESA) compliance documentation will be required to submit the CLOMR package to FEMA. FINAL. DESIGN The final design phase will incorporate comments received during the Preliminary Review meeting . The bridge design will be advanced using the latest AASHTO and CDOT design and construction standards or guidelines, practices , and procedures. BRIDGE DESIGN During final design , calculations and plan details will be finalized for all structural components. The independent design check will be completed , and any comments resolved . This phase will also include calculating and checking detailed quantities , developing any necessary project special specifications , and completing a bridge rating . ANAL PLAN PACKAGE Final design plans will be developed to a 95% design level. The final design package will include a final design level opinion of probable cost. Additionally, project specifications will be provided with the final design submittal . A final geotechnical engineering report and a final drainage report will be developed .sustearts .. • .r- ..- .-. • . . . r -. d ,... c` ... >... __. . > ... X. > a .. - ... n _ .. / o r+> K, snA. S. !4C:n "�..<Yti }L•e . >:r2'[ ✓- YM,. Y . yy/y�yyMµWy :. o. .: ..,,! r r .i- .w . .:. . . ..-. ....n .YNYY..!>... s�°Tawnbvsn'l..:i.2t...-..: ....n�.f'3.t' F... ..,. .l t. ,F �rhCf:` ✓.`4J. r.1. .. .. REDS . .�.._.... .... .TC IM[W. ; h.M.M,r ...r et .. • nF. lri A)6.tl ..i.._. cr e.. . ✓+ �S . 'uw/iT > • • 7 c 1' . SERVICES FOR BRIDGE 64/ WELD COUNTY: ENGINEERING � I!� � 9A. ; ; 3 CLOMP; APPROVAL AND F NA . PERMITTING It is assumed that the CLOMP will be submitted to FEMA at the start of final design and it will take the allotted 90 days to review the CLOMP and that there will be one round of comments on the CLOMP . After receiving comments , FHU will meet with the FEMA reviewer to minimize the risk of further comments. After the CLOMP is resubmitted , it is assumed FEMA will take the allotted 90 days for their second round of review. These assumptions are based on our past experience with FEMA reviews . When the CLOMP has been approved by FEMA, the floodplain development permit through the Weld County Planning Department will j obtainec . ADVERTISEMENT PLAN PACKAGE Any comments on the final design package will be incorporated into advertisement plans , reports , cost estimates , and specifications . AUDITIONAL ITEMS SUPPORT SERVICES DURING ADVERTISEMENT FHU will attend the pm- bid meeting and assist the County with responding to bidder questions . CONSTRUCTION SUPPORT SERVICES Eighty hours of laoor for shop-drawing review per CDOT Specification 105. 02 and responding to contractor requests for information (RFIs) are included in our scope of services. Working drawings as defined by CDOT Specification 105 . 02 will not be reviewed . FHU is one of the few engineering consultants with in- house girder fabrication QA capabilities . This will be performed by FHU 's Nathan Green who has the requisite PD Level ll certification required by CDCT Staff Bridge as outlined in their Fabrication Inspection Manual ( November 3 , 2016). Certifications can be provided upon request. ..OR SUBMITTAL After construction in the floodplain has been completed , as- built information will be obtained for the bridge, roadway, and grading changes. This information will be used to update the proposed conditions model from the CLOMP and a LOMR package will be createc . The LOMP package will be submitted to FEMA for review. We are assuminc FEMA will take the allotted 90 days to review the LOMR and therewill be one round of comments. THIRD PARTY TRU T U A REVIEW Muller Engineering Company will be retained to conduct a review of the bridge submittal on behalf of the County. Review by a Professional Engineer ( PE) will be conducted at three design stages: conceptual , Dreliminary, and final . This service will include review of a structure selection report, bridge design plans , and the load rating package to determine if the bridge design is in general conformance with applicable standards according to Weld County, CDOT and AASHTO Guicelines . Muller will submit a comment resolution form following each review. A signed letter from the PE who performed the review will be submitted to Weld County immediately following concurrence of all comments . Geotechnical reports and drainage reports will be reviewed only for proper application of recommendations related to the bridge design . Review of design calculations , independent design calculations , quantity calculations , roadway and/or drainage design reviews are excluded from this scope. Construction inspection and meeting attendance are excluded from this scope. OTHER PROFESSIONAL SERVICES Other professional services are included in our scope of services for the fee of $30 , 000. F r! It is assumed that the following services are excluded from this scope of proposal : ifrit Environmental services ri Utility locates , coordination and S . J. E . requirements for a Quality Level 3 including agricultural irrigation pipelines and structures E. Right -of-Way plans and acquisition These exclusions are based on the assumption that the proposed bridce will fit within the ROW required for the intersection improvements Scope 01 Services an ' GCi.tmt PC.I } C � +t� t FrF � i _. i: Yi _ 1l . _ `.ziS ; �. _Y :.i ; iE ',_ , r l a . 'v _ � aiC) � * ,_ �. . v • ;.i �1t „r3 x � ti L ., . . -.,z.,.. : .r..a: ,r -r..R`�.-s. -.2�ea « ra 3,gTv, ta • . .:. .... . .. w. .. +. .. ... .:-. `44 �. .,e ...em.. -ctw. r>.yi. a U'.. '.Fn2i: -- W- ,Y•i ; 5 1 6. .la :r3'nPc R,. ...fir,. . .sa. :. ']. sN n . oa' r._r� <t r::.W.a+ .•u ..+t. ...t...r> z .,•c..-,.x-« *t:.. ...:.. .sue .w... :•oru- _.n+ .>. .. .... r x... :t ,• . :.a ..,3�^ . . .s, n ��v.�r -- :�v. .,,..`l.+ 77.7 S`r�'nom" .ws.—.,..,•.:-:;.. .. � •j .. ■■ '. �: � ,, .� , ,� '. - - S10.404.04 "p je ia. tiIjM 5y� '�'y � �.-j� �e� �y' WELD COUNTY: E - I . SE VI� B� Wag 4 s ' •'•fsl�l;(ei ti wa�,.i 4 1 .e t. r l.X 5 `.ti t,a jr4 1:;.•1!R9 .1't xi •A �k. •. Iw : t ` ♦. u. }• - • l `I' r'c.• as ,.r�A -y,. '!' 1t -r• • 04*- v �-1,-,' •d'•'T4 "i/A^':9— 0.}e: ••,•:: , r..-•.urt.j• t 11d • •. .'� , , • .N�•�_ �b' .l,. ,f•pt •lb IY. I� I ,�.~ • + '•1t.'}, .f , 'I • 1 }•tr >Y •� a,h `_•i h.,\r� f • - 'A• �� !, • rf ;�': 4••.?�• ,1'• • t l ,C • A. ! ' r' •' . •�`-. ••a �a °4 S>•_ •••04 - .'5' �, i • :•• ](. • i£r, ..': ..: -. is Veit .. i'• , ., w ‘..4 ,9 .. s¢. ,s S fa' alts.. aS41' '•i_. ', >••v S .� .�., �• - ,,,,,,,..-. .A. ,: •• ••• Y .:! f .s Y_ •1• ,A. J li.. �isY� c nwW rr. • ,Y,�,�P[ 7�, ,) t _A. •- • "� 1'rwJ o rt kat,y-ref., .f r (4-4$.4-, 5.,:,„r•• •. -Y 1 :� • a 0.•••;,,,,' V •♦ 'y,, j r „� . , - x' , �:f:,: •' ' t',. e_ ".4J. -:R- I'•`1 �, • "La. .•. ! 4t ' f L " ` " : - P . f .. - �. !/ ..,. �, :4'1 xti " - G L•s ,{� Y' VS" ' • 4 •..� y•'• ,1 >d: y[ *•♦•.' 1.. .•� .. T' t r ) h ♦v. ..a... b s =.:: b • 7 •d,? 1. • 1f�`•�7 " t. •» F+ •h r l •,T. 4 its a . . 1, I• !1!' t ♦ �.. .. / , .. � r♦ f i ,.vy_ . .-t A^a,-lam a�.� �.•, , iY :. • 1°'• 1 M. •,•� d -x•... nt yam` ,` .f +. r. a . " ♦ _.,- •• �'• tie df%G f? : e � /� %. •- .(• • eI /.'. }� t �r4.' }, /. • • �. .. _ • < �, h�•n.i / ' a ;e+ ,, - '�• ` .��' • �f l 11.. I •��I• Y- ,•V ' 1 ♦r.• i: ✓ •ye •• f• \w t mil} t I -y. Yy, ._II �] 'Ps, �I ��if",.�.' !•'• • •• a . j: �" t. } 71 3 _ •� .y �J '; _ f-- _ ' ,.';.,t 'Y r,r a.... S � � �. � -• -mac rp •� 0. /'t a' r f T 'k \ ••l - i. '_ • .a;:�a•",. �• 4�:.• jff a a ��/.r. ■ i S • • i + • 1 % j '� i:- .• • •> e . f a:3�c �i« •.-... '�.M w. - . _ tk� �ysaw_'fY _ $ • ��`� '�• _ a s •�•'• (: ✓4 • ,. '‘••. I-ti O lie .114: 1 •1' _ - .... :e yf -6 s� , Y •..Jt• ••...V''4 ` `�Nt • .. • ,i/ ` "" 7b 1 I •� 'J'L . («�+.`I .w, tip. r•. 'tR+ 0.64 s , , .ia ` �' � . ja i ) _ I : ' _ a: :7 . !S., ....�! ._ •4 £ Y.�-. v _f • ` �•+. r , •z• a •, Fr 2 •'l :i . . ♦ ?� �( — . ` ., v — v 7.f'a ! > • e {,_ •.�� fs,�ip4t v ti i • • •. ar II •'ts Zl' � f- I. jj ii ')'� �� a� f _ .•'a. .'1.� _t.'4 '.% %\ •.j • T _r - L •ir. - "(RI •• J. •. • • *Milk .4. • } . . to.s • KJ� •1•i i. '^ •-•m ,�r, '.w ,F'�.> }. • �. •••r• tl..v,� ..�_ fY • • it. .s..•1 . 1. ". itt•::VW *• ` " 0 ALL • t 1` tiY• J • �i r .Y�'f /r a ,e { e. j.. — , -Mt Z t : • . _ • a' v• r •I' • - s'f', .w, 0.t. V t' ,. :,€•h,,: '.1 .0.• `s, • ::,z r it •x!! ��,!.a •. i t. 'r . ''`s \1.. �`t` '�� •,' �a Ct a74i+ w ••Y _ •;s� •�•' ~•� i• • .i • •�•:A•/. • •1 .„--.� t • �i �, 11 4 (y�'eY,.+%, l ../4t. (� ••• •• i . •7 ;' f 1rr7,[� 1 i' ...�,_ e�� :s ! �'`�b" Y ,•I,,r" •y Tye . •;' _f . t • • f• . Y Lam- i� TJ! s` ;as 1 # f. .+ • tt'' . 1. 'rtn .iCi e r �e. .� I r t ttts�f .♦ ♦ , An' 41.S..,,a \�. .�- /• T.,�Y,.vt • t • ♦ ••� ".. J i'F � v4•-f,3.�3c _ •• 1•' \may Y. • .ti• 'r / 1, `le 1_';• -• v ` s. 1 �]• + •r 5�_ • A.. .".-a _ jS.,i ' d?' S 7eYe,+, 4 < JZr .�... 1•' r rW . r`•• ` •',to t�iri.+q. '���*y `f. �; / , t: " • �T . ♦ i• • a:1 1 •••••44/ •�: . 1:a - • ` 1 A • inF• le 41 2 .,• • •I 4.1. e\ -, ,1 4 ` 1.0 ' 011'•°' ..�- :• . . _ i -� I r .,' �i t. �. i f• `''�'1 •.f'.- -v q�, t .e - •. _ :'a =, 1• •., .- . • . J� ` t � t1 •' . il .d. 1 f ilk' > l'C a r ,). r• f r ' L:{4. / 4.�• _ irk • ,�y7 �y ,(,t,� q '"J'� �, It • •`mot; ; �. tt �,1„ >1 ti. r Jf y•-'•' tt:, + }M' �,. 1. s�. t v 1:.. •• ,� T:: As , •� •(7 f .1 \' . r .C • � Y • YJ=�^+,d. e. lr,; >� � 'Y�,pY b. .,�. � .. •• .� � H f � r '�'' :.r •f 1�; 'r• ..,, ,.- � :>•t 't� � .w,' 1�1 ,1 :1 ,• •' L eit ... ! ,. 'e' r •-•, .., } ,,y1• . . :.... . .. . . .. .,.., .. '. .. • ._. . . , •i ('�. 1 4. 0 ti i .. UL•E OUR TEAM IS COMMITTED TO MEETING THE SCHEDULE FOR THE ENGINEERING SERVICES FOR BRIDGE 64/39A IN WELD COUNTY 11W DILIGENTLY MONITORS OUR PROJECT 'S PROGRESS TO ANTICIPATE CRITICAL ISSUES AND TO MITIGATE THEM , ENSURING THIS PROJECT MEETS THE COUNTY S JANUARY 2020 DESIGN COMPLETION MILESTONE 2019 2020 Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sept Oct Nov Notice To Proceed [..(.5 iliTh Monthly Progress Meeting 0 CD , `t ( 'r�1 ( , Key Meetings IMYY Kiclti� Mtr•c�t nt� 1 1 'c}ff • • •t C '•i1 . ept �.t •) ° Di •,1aii • • • p ° 1.1it • r11 • in ) l �Y k • ri t : neli pi Rev . ( v>; M4 t13 , • rt t' ROW Prc1 :I R+a: 4•v ME c ', nq Rev : eti!Y Me':t :tic Survey Geotechnical Engineering •tr ,u5 . f lT�'�3� Y"` l c= Y Y 9 9 , l� T. 454 k ,- = ; Ptelimtncry Report Conceptual Design M � tslf1, 1,`�4�` Tbl. p Yia, ayg�>t, � � �gr; ery �rUI)Cliit Conceptual DC'S CI 1 Preliminary Design 1 S riff , = . a 1� �° 'f'.• '' .iyy,, ' '/",,,�cc' JIJi) t1' It PrC' YitTt r� .tr�% Dt..ci�t11 'A1h,7 1 y7X�r 9 'bS�"� Y a , C L Q M R :��� i s� i sw �/� ;. 9 ® j}1Y/;�j MP �`� �s ® +� qtr cm CLOMP � y�r �' v V v';C v.s• c+--.,J.. ?Y! r i q�. ��;1 �ti•YIrjltyti�3 D; CLOM ROD OD _ fl •1 .� .li-•k• ♦ ! Ik TM �.; -fa .•u . . - ._• , .... — `-•_ _. _ _ , . . —a- `� lit' Y• : •t a �_ A I) j � tFr �• 1 fJ) yI Final Design & Specifications "`� F arc.. ,• _l ' m , h' ., _ ^___ Design Advertisement Documents y47 •W • • �NV; a " ' � Ad DC>t u i !' t1tc („5,,,•,,:,zti ;k,-A;, • m , . r. ' R ti�3 Ci y! t r r B r o Anticipated Construction Start * Utility, Environmental and Roadway coordiantion begin at Notice to Proceed and continue through design to maintain the schedule for the CLOMR Submittal Construction support ongoing through 2021 LOMR approval anticipated in 2022 Y ANAL SCHEDULE. WILL BE DE1 LhMINLU WWWi I H WELD COUNTY TO $1NCLUUE INPUT TOR ROADWAY DESIGN AND ENVIRONMENTAL SERVICES . SUBMITTAL DATES SHOWN ABOVE MAY CHANGE trim ,rn .. a ni >i. .r.ro eesii.rei[ skaS ernir.■t.�ririw rumr.[. ..r%iiti: rrrrirr � r� �iriru.�. .i ..' �..�.r� _ rr� �� �■■�■rrarrrs�r���rta��rr�ea�n�w �w�s■irr�r.e �.r�■�e. - .. ' WELD COUNTY: ENGINEERING SERVICES FOR BRIDGE 64/39A I I 0 ) .: i f R. . I. 1A,. { . . A- •- 11CH . (•✓ : A I _ 11 . . IF Y1". 1{` :1: 0 , . . { - • • S IND ''''/' : . -' .... Op t i 'r , !"? - i c. II t _ - o • tc- J . ift :� - _.c. .,-_....'c... -....:•�' .. .-s»_� ..'.c.. y..( >3.� - e.�.1,: - . . 1^" �� -:.ate'.;. .. .:: �� _:.::;....�.. _ .�..: •�. _ ..: _ _ .. - . ...� - .- ... . .. �- .. .. 'iP . . ... .. . . .. _. .- .. .. _.,. -_ _- _ -. --vim' - . . _. �- -^,^^,,'^^_., .rremaw MRif-Yr1,MFIMTrVV 1, r•';‘,1,•••• s • .12•••,- „� 1 I.w,:+S'rr. hxr Jv •., �-a-vf S, - r ) i ar v.-- ...., a - �o - s F••, r • ` - _ n Aq v - ,f�'. !�:r 2' '} '; 'J T` r_ , ,�. �I ly '�'.� I „1 �3 .. . r' yU�'la•` ri'�1�. e .' 'eT r•qy-.� >c ".it'ri n �. � • ((S� ♦ �, J 3 .. t; r •, I .?,} s r 'u F• 'Y"a"- vl:- b •-!• G , r` '.tq:• 5 i?�r r f x Tr $1' ay.. • I' ti.. r�y?, ; .1Y, 1w !. Y� ;-J�', 'r A 'n,; L- >`'• { a s - ♦ _r. w .: Si< i .t1 a- i> ♦ �, ,• ,- I,K r. P 'a. tl^ :f. vF!• ••¢ -' y,r . I,• 17 A 4 `�' r "l �-'' JI �J t' �'• •a} S IQ. 1 R" 'Y' �?V • 2 t •1' .;i., `#'Y •:i. I. J. v .1i .1' • r�'. w ' -r,.�'- 0 ' 4 , + • a n� 7 fl• 'yt>>_ '7 r T P[ 1� c..t� .r, i „ it :.III 4�y,� IIYyy, r '� _I .. , r •t'• T :� R Vr•'�,P`'S' 'R ,.,.+ F g ,.y t • ,It- F� + .�. -> ',iK, ,Y ' '!i' . -c• +Ir[' y stjr •, (+i 7t +tr y ?Ai: • R r '}�• 1 n•.gw'�, `,, ;IFG'u war w ', 1., ik• ♦ +�� . :rr', .7 •1 b cap w' _ '' F. ` , - ' ic,, R w. v !• n~ V� 'i,• '�aa 'I C "..•�F 'h ( "�: ',�d. �2..r •n p ,� • ELK•' t +, . :a r o ' - '� r.W r n :`'.•'r ,� r a• tj' �. :.: �`-`lu'uG N}• +.s m .�L( `f�.� �i' Y i. 6 , _ w••• 1. , . r. .. � • }m�+"• 3,,,,, Pe 5'„ n i '3` `• .; .3.‘,1•9%.1„1- Sd acSti... .. 13 .I a \ ti a'. •y r;• ta,• 2:‘-.4.", r al ' r .. w'+ .^' ` '�Cae .� )i ti as„ x s Al • fr ,b N ) 4• `t'k ',7 F i �.' '•1 a , '•( ll . y / ' i '� • 5� tat "! j Y' es�• w y� Y re I SS s ,�- �< { _ r.,� sd _ •r r�} . 'S "• • `'�;�I"" w +'J `;''' ,; 111 `Y�• , . IY"•' biL M •,�✓ M&� r . ."."4414.111:'.* t t 'a ,\' _i"xCl.. _ -�,,Y.�\-.4a. __ ss, _ 7, ,Irir. , ,•w , ' ,Z' �f. _ "� � . 'R4 r� > . 1i�2 1"i .g�j ' far • r f'rX •�f., 'f r.. r • f h "0.4 • ? I a I N. •� . •. r: v e '3a> 'oL , r • yr; a � • M• w} „G rr� P .• 1 it‘ r ( „ VI - '•l f ' �} • yy, ,] ♦,, , h•a i�Y�J���1��,,��^ T��y�I(�•'f rr t 1rY'TjfA•l51 �+'� -is TFr d'Y • r li1-". • � _ •' ,_ ,?. 'AO; "� >�y ,�j �( - . _ ♦��t4 so w ) �JI 3 . J`'{ rp, 2 "All'yfl-ar f O• • •- •,k ar-S _. a-,', _. -,,.,1 .' .-..- rf IS • > Z _„ S' ' + rsw i?P �'f+ r _ , ' w i� • • ft!,::- • �{ }y -;. 1, of a Y - r.." �a••�^ <. ` I� ;f,C, M•, • 'jK•,r •• • I" ,G•1 3 4 R »� li' r3fo1 I -` r,'..+}�' • '�f .E � ' rl a -:44.-}�M' r� - - Y J t> ,i '• - '! .f"'. r"'`� �T I •+' Fi .r lr • _. H. Y.. I S, "�:'" . ✓ f` t' .f y, •r '. ♦, _ • f y�i� I `Y. .N I >► 1 I �v� .,ai ,p1• • 1 • t • t• tr1 y •sf I.1�'r ~ p�IrR .a Y � �� r• -Y• . x {'' �711'G Y . II ! ' W f ' JP's. l• . • Z ♦ IQ'a •' 'p, II t� • -�+ ,'. lu then' ,u " '1 ?• +M�`.. ? �"] �₹+� "1 en) a _' : *si . , y �JM ev ..y s L K 1C e • ..e her ` � . B _ , ,ter. _ i '•^!• I • ^"'�_:_ ja"' ;:Ju. :.x` <- t I'c:•' 3,'•• 'k ¢a[jlllr "?S •ra ' T" i ' u.\ f •f, '�^ •'.r 4;F _ ''1•[! 'p•s • 2, �� ��I - .r<i S„r„' ,._ ,, - •_-,::,„_-- 11 :.d ., �i.t �i"li' �, ,a • 21 r{•i, } _ '' .• r Ma. r^ IPIrI. '?.• 'fllr ' '±i _ Ip;.y'S.. - ♦-w •r s:'.. F• r _ �rtaC ,. .y,":' I ,"<,� .1•,`,�iry�• y,Y. r1 F J • �� • . • .,1r'• 'x 1f>.ar.` I*4 1x r Ir 3 .• tl' { •.+ '5'il'-r r'� rte , .^s�t,.... i 'x :k,,.• I' " :P'ayst.' , ,. :.:.. .tkr1 ' ,141;11 4 1 716 [f . c .y"+`• •I . 11> < •+ ,I�� ,1 •Ya. Vii•. wrr •! "V c,e.., ?2. "r: <sria v:lj' i E: '" E 1. ♦,, R rl. 1 , N, tF •„i,. g• , • ,�• k "111:7 r a ,{': F _ '•k. 'I. .•rsY„. ,y r• Ir . 1. } , , ... - `—.141 � .I'� f• �.•.y, a I r tf ✓ ... rrX,~ 7l ,• 0077 n 5 d ••R , APIs [ 'I r • Z -7w '}}4.;,:».,., ricer :� . ,''' —((�jjtt W. • ;r+ T '{r .� �/1r' Ra�tt • y� :.•. ,y JO y- .vwxR. / s �'�.t.r�,,'I' 'C • tkl}'•. "'... , R •f a]yI <,�,,. 3• .'IM. w ,.a. .`F p R .4 ., . `rya^ -;C-.:,`.C31.4 .r r Ic ^ LI-I "• ve'"--„! .;i1.. e ii.,: .� - J• �'". "y.' .:1, Et+5. H W h• c • * 4:1 e - , II( ,r S• i'1'ir ^ V' :' ' S\ w .i4 r. k,.a..a..,> r.v- •'" .'iF y, .'� ..r� ''1a"r}P:u , T• �}'S' '1 r. :'5iW.-`•1;1: - II '135J� w,y . iw •red, . tic T 'K-'Lk; ••, " k . I� ♦ - ' `v •`A' >n L ♦ ♦ ' c .4,1,-.4 .41 t IN`'r • r''•3 . _ .�'p..'�� ,; .T+ t .-et k. R :.45314.-.-. . .. ` E•,' <. : '•4? •"'•s . S'x:.'"+A ,7;•••(,..' - �'• T•�';' ' '-3:-i a:"- ,:r� • ' ♦ + .� u. ns�F(''•:_ ar t'+ I 'el � t �k. ' 1 w.�� ys' , > . t z, fRY, iy` ,1- � w ;w w _ 'h4.. . . »rS,y... Y• f -.I,Iy'�,�brl�. x • ?J•� v aVti' •r .�AlniM . `F''" � ' Y ' AYIii, d,., f w II tg' o rim - '�l t : �IIY`'.; 1 y , • e .r- - -u] ,q M.4'•ar<'Fo* i5R Y "`}' x• .. 'I@ 'ace -" ♦ y .aw.f,. r• i 0 yr. M`�' air}•:i ..+ •'- ..,•%11pK " ,r 14 ` 1 4�'•'^'" j+`. - ,„ V•: ,.,{, - a• '"1'_�i,"i1 t'• - =•'- f�•� 'P '7' , G su y — :��pp '+• _ • JJJ1' rt '�1i'''e' �p3 'Mw raw fr!�.�r �1i• f ' III. . F(!• °�a �'. I>- rc}.• ' ••Rr• �• 3'�•,w„Yar��`�y�p� t _ •r1"�,p "nx \ .,u „} .,iI. r'.S J''-_`, ` r �t{,� :jf` - •Mr 'q�'m�'�.,,.'ti.'"',; ti_ y - n •�0/ I f r. `� R ,t• p,;fa ::R;@:--� .C 7_ � Y _ C �I •rl�#�n•'T(1�-'N` �In • '- a ,}�•;� • `�: ..i' e.�x1V-'t,‘,./.441p',444''�•/jjF - t." _ -'+ . . ,c ! .b,,,,-�f "^r '."'i �. 'lyL-�i' �'' !Z`'• �7 „fbwr�r !�i • 'R'4.">i1• I "Sy'' S "�'v ,s •.T -� _ /.s, A. w rwu • w �y� i 9ft`WI �w� ,'.`W' Pi l'. - "V: f - --r 1 ,��»'1' ii if i S •'A'. Ioneiel F "1 - r "i7 ' ..ti, �1yn3y1� 3` a� - xfe •:3•' >,F I 4VP1. II • J .' .Ace '! • I.. ; ' ' 1:i i . '_. F ,: 's• Y z•t 9 2 ',u!ry1<•.y ('j s :1}' _ t`a. •<a »r, �7 _ _ •r .nft' / ! C ri-Et,"iz .\ 1 ' �, ,i• ! *C' _ u 'R ,,,1 'rs ` =Z'_7Y. ',il'-a :�k k. Is, .et n L, i'�•Y �+� H v I' �.` `�" A' . Jr g F !. ' r � mq.11 i• cA.;-4,;(..4:/„, - sae F 2•n. v " j(3� sy ,1• till. "YS> \- •f55 p .ndY' 'vr,. .1 iR:�..- ,J e., s 5 3 �* -,hd f J ., Y"VSR,<:1\ xM, § f... ,r. f ,s 'K•'•} .Y • 'cc .SY J q":,✓,.. 4`Y A MA,.: In^ >+rSr 1<^i . .. . .. .... ..... r ._ .- .. ....... .. .. . ..: ...... :•y 1 ,.yam.. _ _ v�y '•34Ja- Pei �,��,,»,,, v‘,..„„,.,w . _ a. IfFkite; � � � •.Y �''ubYf�d t y44">l Y .vr w _ .•rJN ` Y till ,� � r • �+ • r ,x. fi ",p: x*-,. "Y+. , »"a'''''' '1"'" ' w: . - 'Six ) - - -' : `r"'4, x 1 _'Y « - .. L...> t_., s, nzs. - . I€ p.,° '�i+11' � , 37 i- KxJ≥•G , ,. d r � _, ,., ... ....- ... _- .,..M L..v,.r ,. ? .y, '.:.. •' :vh, � 'tr i 'f• � 't'=₹ ^��_.1 Zff1,. - , ^,�E ;v k: .�' _ ..-... ..,...., d _ a., a..�. At' .- :r`i,-. deli •<,<2.1 h«fFYJ.V,;"•:'>.'>>.,an Y� r�. �..: ' • •: '. . .,. T4-4. ,.N.yh'.:<w,•, n ,: ^ 'i w'v; .,•. t>t V4.'• o " arR r'i l.i: J::,1 A' "".I:a'LT�". '.iS,, .a.N.,JI•.`Y,,:K.,.:�� 'r.,'..'tb'V' •�>•., -Y v' CP� Oi.1. n , I> . ,p'+' M.'✓4Y ]� }� ti 'c'F-"''."r,?v^;: ,i:'-•i,v;..;;�<Sr'y :.K"' _ .. 2 , P' . >.^ -.. _ .ro ..c :L n:,.Ja '(5' "ro.:.. Cj '-N_j:, 4 :' '— .. .: u' ✓. 4:Z� p'i �$.r.JP<vr.na .C>J.V',4244>JY :4 'i rbFYi) ,a Y S•4..a Si ` %'^ ' ( >"" r. 'Pa. �. .,,,J,4' `;,F�i r)t, ,2`.,f•<.^ .r:)a`Ys �g S 'rd �'�s' ..p ;S,'Y.:�'.. „v, y„re ,_:a%: . 2A v�..]•`.F "'l.l �y 1.,:a • >'...e.: ;a ra;FM s �5$ ✓e, �� Htz v. ,e Ir. ? ?-i\ t r."a,. Ssx. <'x^'a:5t' :� SL'' • ,o M . • v .) fA' 5s _ £ w n°3i"..n:wa1.wvratn•e35.«Y,.-/ 'Ca<,-..E^. J>." � wJ$-e'�..,;..` w _ ti w, Ea`,wn f`E' ..r .,;..[ - w� :'w-<ai ^C .rvN :'„3V Jir '<?..,��.•"rtt 2 i° � ` M6' T:.`: :,A, }. ^'w`,S+ r'•c',o,;a ti .Jt, ' ,.,;,.P.,." n> n - ^.�4„:.+. c. )'. 'yt .G �yil`,^;.a `rt ri''k y� q k. �fo . �y.' x- n.: ,.:�n.:,, ;A.,r,.'''.' :as`,`•,<.. g lfra �. �' ,G1 `� f ^`o Y 4. 'P S^:T'` ��y • ,j ,T'S,k 'l DY��< '.Y''u8.t e - '? �a �� •r,,{ r�� .. 'xf" ., '.,,i iE., ,-0 , ,,,z , .U1 r `v '� )v.*. T i5 :'• `, .. �" ^YN` 02_ F ,a<• ai r• , AYe ivs.5 4K R` „s rY . �Jw_.m'" �"'.v:Y v5 .-a (;;,'y".t "J.xl','t .s'S's2fy> ry ",._ : ,n„'ttAl, a ir 500-YEAR EA iE�alt t.ARC ` G M „ %x: zW ` „,;,y ., :. 5 Lt :✓ �. :, t • 4', li OA :lk` •` ,Ih,,',a „4: :,,t ✓A14-,r'•e` '4,N., ,` �. ' , -•1 ••r'x'--- ,. �rl' "A i :'}J �Fi� ,l `..,"R�5<'R'`Y;W.,..' �1 �, '�,^aP✓ '1 ,,^A, .�' "irl of s,., .y eJ.',J3< ('` F >J>K .m. . `v"Y. �a ♦J ,vxn'', 'k\a'": < , '.`y',` _ A `tt ,,t,;.' ( ':+s,!' "..W4 ,qva '•�j,',',.Y , Asti '-? w '1 +,^G .:.b >,• 2f[ X. 4 1'v" ' :%J ' -:?,f,.0„,.1.,„ '+h"":`l -'..<9`"n, R. ,y 'v .Lt: •"CC Y.4 . ? '.i'^r. ' p •r .F - 3„ ,A ., rag:en :{: J S., .at•`1 of r , •il• y'(«. ?'.;or tx in' mod• °: . -,ti:",>f,':� w"✓L k tY 0'`1, wti':. ..r ';keg' .i; ,:1.. �'.Y'r, ',"" , ib»M 7 '' .vr,. . : w . ..,1[ "!" .,ligp�� " '"a> - n fy. `Z 1. ?e s :ix 'y ,y'" .. v` Y ( iti./"a(,' r'? +(." aF `' ;':Lk •' ? .f,yv `;3, i3,..p,. `''.as""�t> <''.-Pi.\b ::,."p ir..,,--,,,y . .r rt.., ,f t."SYrxp},KR "•'Akw'�a a; s F, ;,.g.,.. :$t'.. iy:,:�'"��b-�;," Fr'Y, '''�. �, 'F .R. .. F, ::.^ ."f�yi. .7_311• :N 1^;.. ., a.,LA:P.<'4,frli A.,.o-EiL.. P,'<.'e/i+ iy (n a ' 'FMrw<, ' ��j�. Yi•\. .,:`,iVr � .,k+a. .»fYyXAY,° s C .,'Lr:,\ "`[.S bM 0.r?AA:%i . Y :. rS'S.'_-'r; S r '$"` '5' ;,. ♦v %. J'. i' twZi` E' x .* PL.v 4e .. •' :L.. ' -Pe YRI V k :::'d,' Y aV {,w. a 1 .e' v,; ,.'•Yy r'\W'n w '?"`i T'S.�F:,,:+' �. _ era '? fii 3O,.h^,c. •Y � '}•x �(`�QyN�• ,4J.✓�', Y _ A'•(x y +, y+� u,,. r: ' 3 , x •.w4i .rf• r E �p 1. .,; N.{_ .G a W' r n^ice J•: ,en) ry-•'a' 'Y . » $: ' , i1 .`F v :'mc� •;# T 1 "{, 5: SL f .$., ai;'r".,'a°.: <, ,1 :, •i3't a:• . iV _ t'' •Y it y . S,' -'• ,'°.azr .3„�.<."Lm 7, n.,, f' _ F:»..,., �v ,3' :aYt'' 4:- ': �" r'�>:�7r•..ys„y ,(y�;, _,. ,,\..,II`",xe' - 'r`. (j{ 1 $�v ^, a, �••,SQ "c wa as'4.,, . .�i :{ k,•to Y • L''i i nw>A '<:.e r .• . 1,1.,,-vh' r.i '�, F t x " ,R.' r';,r < ' s',x:c "...- W•air ' '.:y' . ,�''• pr „,4.. _ • FLOOD "I • •s ( fs. '%3; _ wk ', b'≥ ,., :5r. .b P .`y : . ..7r1rTj4. ;(s�>,G- 5 'rJ :�f,,,,,,,.$ v li FS.,>,t �rM" . 1 r .57t ,1',YL ,,,Y" I,"`„-3 in .. <"yip' _ '��V'n a -Y4 . � tiC. ..S• 15, •a n')'f aS Ax,r. �' ' F. -r y`LiPr, ,fi=*.(i:: $ • " s.. <c �. �1^r;> > _,% a ^ < 'y v-.:4-L.- <.• ,ra'A`."^�' .F._ 1'r rt< 6.,'c `.% f: r.nl tiS5 .v". > • y�a,£<' .<yr•'a '✓; _.g._ ''^;r„ 6a.. -'s . fx,,a' :;, :rv'a `�f`�,k KNr wS f" f ,r, r. "rwv C' - ;'f^. :6 'y:,r .r` ≥?.p<. r y ...5 - Y'.'z S^ Y''".`', : 3'.'i, ti_ i3. v;+F` ar '� a , �av ,f.. ,in r J ,IRIS • • • • • • yam' � ""'t'n. _ ' r �,,;^ .... .<...n �✓- Jn^a A."fy.,'..1::i .�:� air YJFi .�l s^',{'-'c��-'.., ?v..� n y �:•e y:,.,` . ` f,�>, �Yy.J� . SF [' a.Y 1 :ir �f. .r tx :•! .b`- „p.. _ s sx;XSY x. :n. 5' .♦ Coordination tli�a2nt with Weld Count �4s19 Intersection Project ' : r ;. a°.F. R:' '.ea i�"r�y .`T �' .•//e.--/„.7•),4114 :x ,S}>kr 1 1'{S.,`lA „>.., ,_ :`: .`.k- ‘',41;..- '(�' r''° '�,n.,r.- s .a.t�» "s s. r s ,,,yrh::: i.v.a:'- ".'"•: \. ,Rra' .S. >r«`. •: Ly'iTj,a> ,W .'it $ -k: ` "c ,V- �< - r 'rR, �"'(t,:. ,N x \,ir'I � r,^; 3f., 1+ •r%�>` -, isFf� ,�, S i.v r. ,�,\...> .4 454 �i�:'s=' � 1: �'"' 4 L r. - wr'. eZ.<. ,.n„f'6` �» GYy .E;.` � '�,-, _ i-fl .`,Ya< .�^� � �r, v a $' f, •r �'y r, � `l: ` S. r�', � :Y G^ti�11 �, c,Y". ,v�+,b'{ n4v�. a � ` ,,'},` f r ..1' I- - 1 W' 1}x "f Q' ;leek :4-,: >�' J,44., Construction Phasing ^' `. .. ,J ` ��rS; rig.. , " ;.» ;F:• "�,. b' � .:': v 'S' >'v^i:^"o .$,'.. ¢^. �., e'^a, L` .� ::44' .d i >�'d's"'v � 4,1,1 41,$":4, ^ +• X . , ::. ;. if .:vr a'">"i Fv y',yA, x ✓v• .>^ • ' '; t. . / u t It,- 'S� r'>Y. 9'?:Jw x�-� Y."M rtry v � ;,.r� 'F _ .. �>;; F`„'` w - .`SJ „[ ''74t :'a :•r f, 3'r a S v ";>,,„ lr`t jiff X ,,, . y» �:i,'...' .�. ,lt �•Yg ,j� 1iY '.• �,',. r i 'L a„ :f.:` t "d • )��• -`o..` / ::r `-�:. , rte - y ,„„•,'„,,,T... .... .i:r 7 > �✓�.i°:�':. p i�e`YSr.. .V.Y.ry:'.8. .'•04.+, � ',.``� {, r • UtilCoordination t ��- � � � — :� ^≤_ - .. c ..<' ,�,::yf1,'"*.. ';�.;.•A„a { .' n ' ir: 's"'sxn. :4�' '.4Yr < +gay{��' � !rx `>S`.8f' i r "!L• >g. .+>r e:� "S'oYf.f ✓'&vv ' .r : .7.<1'. 4'x.,:ah' raeaYP .'.- iar,c 4 ^n<,,- -' �itf�rr .r"'I 41 _ •'¢. • , 4 pt ,, v.••Y",y fN.r ,w..4t•4'3 : ,y,,::::..•F' ' 1„[�N3w•yq, ., ,,V4,.4 'air' .., '',° t; ."Fa at: i,/•• v ,v-: dr. t,'-141 or :;,,1'',';r' l ` .ai` 4,,alb t, v:?::'i;<X^ 4 „A�, ;,' 1>n. J''r! : .v '\ •••••µCr •` 'ry.v. •' .i";.>�. T- " 4 «.r..:ro, a? .F.. 4<."., _ c,FAy„ ,k'"' Y,C9,y'y``'" • a"': 4',• ' "L Ir.,^ �Y •'�...^..w+r.�.r •Yyli� ,a",p� •:r'��" lierill'illilli •Smr��s�,�'r .vS':a. 4j M �"r; .i;'.,. ,, vxaJ",tr 9 .p.RO Acgulsitlon :- �e"�,� ° . . � , �� a�,f 6�i� � �5, ' n, b1>•' .v' ,rY.� f�a �G,':"<,<•" ''�2,"�'[:y�4 t"` Sys. -,i'Y'<I, '> �r; l: r�"�wx�.""ax'fv(�:,,mow: :� �xr, `'�'F' ,..'e'�3�is.�°>�:.';�", „�R '. y "" , z •vim. .. Y .� :�<:,,�wX+ Fr.. , >}°e: "r..t'.`��.�vi��^'. r, .a`rt,:,Yr' `.s�:.`f 5� '`< -s'h n'A-J t Y+r..u4,'�/,�h :.;y'.; -"x..yt'rF,:'i _ ,"n. ;.Y„" .gaz `�J"Iyup; k ,gx: .r„it x. . '\: K 1L' l'.�� 'at.',t, :G:`"� t< c, ,;.,+., 'j :k'�) ,,,.'y'i:'M' a.:J:;R >. buiY , : ,� X50. ? a3 b' .'rjf,:�.i"r{:;.w:<,,., ;F.1L .• Enviror�naental Cleryr n sG.l3a cG f. .A.r ;. r, \,<< . ,;Ssn ..aM� r„. 1v 'rt'2C,1'„w"'''t i4°; 7' t�'v, .�°` '�z.'„ ^` ; im4 rA ' i, _Y< ,,-..raS.� .5 '" :,,�.� s`,,x.ry'r , �" ash.. , v,i ^ n.. et " ..y,� ,�-` p < may.�, @,� ,5I '=>"J:::Y . ': 32' "/j.i.: ,�pd�pyp( b.'f`Yi .f """'•"Y _ ��..�^,CLQMR A rova! yf� ., yx;' "" ;'i��6''_v'rw z'',izgJ .:.u^^' ..r eC:.; ""'•A.,.—.,»...-..,..-.._, ss .> 5 •yA :g(,_ +, ) " Sa,.YA.`S,,.i".'+ 1.. •`'`"`r" �Y' ,. r,„. a e ,¢eii.,' 1 n'oe'l$" .. _ _ r � r' E'YP"ry "rt%„'L.'. ;� ,�a;. "—' °�Y;h�.•'v'+:Y.J -'L_ wY,a <•w�^.au. 'J' 441; — I F5, ..;.„1„s:. y ;�`.'4 S,:— :•xrY,;,,>yy':` v� x .w d �'cx. 1M:, Anticipated design completion date of August 2020 does not provide ,; I. w :, yr, , .. � ; ;; J p ✓ _ ar` v^r°� r .i'�Yur1= _ ''''''..4,::,'.•;:::,r7"-":"", '�».,� >♦,1:3" , j •. S fr,r Y aH — w.'Y' .. 1 - f`n'n Y,- ✓'{4 n, �r.' M > IJy P. ,$. appropriate time to ensure a CLOMP approval Advertisement. , `� �.:�P�� r�:�:' : ':�<: /,,,.-;`, _ ...,,:.:� r.Y::� ;�:: �:,.::.., .Y�� :. prior to . „ . 1 _ ,.r.' )ti). ....rfl/: • 6 is .py, {:,-_ eSn+ yy yyy� !ace 0 Y +S. f• .• S ��ar r • `g! 'ygy • • i l' , ,)',6v /,l'Ld,t .'xn. {i'{.��':�.' . ,x(Y"b 'F v.Nry'yhL;t ,�>cF,,, :N , •0::,2`14,,,`••- •.lV;:;JI�.✓n. __ 'F:i ` ;'5 9V �.;)S' '"1•,vo+:7?% y. .. ^'1- :N.;.' .�-,�KS.:%�� .F'' r 1 rh� n, % ' r:::••,"1.1 MJ..>r; MN. --'I::{.�A✓r.a ' `<>% ^.14 f: t:,r:'< 'q,,, "iA`,.< ` , _ ,f]a""MS) , �s�,i. We built our tear s to include experts that have recent and regular experiencev t • .4 dF,J "_' , -� � » " ° p ce g solving � r b� ;. :r :;r. si ` : F .rxr k AY-K'k. t'fa, ,.-y r, ,•v �'. ry\ $ ` {azL,rn,.: :t_4 V: . 1>-,, ^ 1yS'k<r .r,ly,i.`• Al?"t'>^ wq 9::i. yX.;., :.,' _ .'�,''''4' L:r¢"3.• �„ qC' $...i �"rvr . ,, d.F SrS:.:,':si. a< n;�,d;h' r' ":;y5 �1,= :firtFn.^Y", '- ,<S�'f'R tl ]'. 5:_�yviw .!'i: C .,rJ�7?. 's hv; C : # ie } • x �'.r3,��`:>�>.., ,.i ws,.4 `G' ,rn %'' 'r,': z'` •`i-,- r ,,,,,,4 v� 1e.. -- .'n .c' ::"' s '��c^.'; . these types of schedule issues. Our team has recent experience for a new bridge ;'rf ,.< �. " .)J.: yxx�� 'tyy i 4•, '� L�. Y': Q%;l ;:.'.T X`w'Jr�. s. k ..: �:vJ:: ;,F�,.'3�^ �e: i-1'}:�^.`, .i; SSn 1 '4.. ri,a,•w;ye>h, !�4 03:.; ," k%Y.t33xG' :.� y�t• 4%Y: i ` ;\. • , 4: us :a, n•;M,',Z`i:•' ., "`x.�;,° .?�': ,; a� ce' :F., w ,. a. r'. in the Town of Castle Rock providing the bridge and floodplain analysis part of y y�•1;y p y c s a .x ,w t `>< .�r d err •S' Y`�"r r. •� N C x a'.... ,A` "S <,> a :2 y : ):u ilv JV Y '. '3i`,> _AIy,' ': ':•N:✓, larger team We know when focused is necessary with the Weld County =s' h 7 - =n' ', - �. , : ,4"�:':ct,,,,-,�# ≤ r coordination !*1, ,� • .. L. :.,. 'w„„' ¢.C_21 r> Ali `: k '}•sx 'h' [ " .yry+�f: , k ,y"F . ],yr' r,wo �.;ty: "'�.:liyC i.`✓-k.•/ '•`v'K•f`. r v ;r.'n .s„` . �1 K1%'h •" ₹ n ,n....e, v<.Y,%:iN't:' .':w� •w 'NYAt a,,: :f. team to keep the project schedule Ie on track. Our Kendra, has exte tti nsive " :�.' � '° .`: c u drainage lead, e tensiver �' ; y.n ' • ,0, c.. v2 i Arm"tl . ::p-tr., 44 .•r-. sr,x �'>,� , 'A1a ,�qq `:• s°�xvt �,'`aa ;s ;.r�:. v' r �a; x ,f. .:9 •q"'Mf„f.'Y54�J ._S ,a: .vi.. . ,A -tr.?. 4`o Y a w'^,Y v ",: ?p" p♦,.,e} ,o.F`1:';C;, w' 'F)E.^-0 xF:!Cit..: experience with the CLOMR approval process and will know what to prioritize and -` ate. :cXµ ==;: -::,, ,} µ � ; q .,..7 ...r e < o,<. r ,�� ,�.,..;.,, N•.w,h `geysf`N"}.i.:'„r!:,l*A4'+' L C''x . 0�'jy ( \ :::. at . ,1_ t;s ii, ' . n' 4a FJ < ss h:Y�z.:s3,"Y- Ck •i;, � s;u 4 ., :'. `�<s`...., ' Yx.•K"F'ti� !° -7-4c0.4'. •,Ff .}f. :. ''h ' .; ° ',',-:.P��'a,,C'M1', ;;:wt'gr.,i:, :aC,,.:.far , `. 1 gy:` " n:P.a. Y ?, s';,h ,. e when. We will submit the CLOMP in a time frame to allow for approval by Contractor I " .{• • a. ai 3• y V. ' `�p�ia}r g;y/'t!"✓, F, ",.v)..' •Mf. ¢L : 1.. •, a 'y�ry "vf >,'.Q9>, '2 .. .at".:.. Y .'' 3-;:._'.e7lvue �jt+rtEf ff? ♦ �[ef� NIP. �:. v..a� x'. v jY' i,"' 'Pr e::'' \ 5 •aQry' }4 1� �xFP X'F3tll �",gl.r.oe'J '-, l 1 1 'v _ n '.' II'''' A4 pp ',' < ' 1„;.;x" Jzre': ,y „, < .'i g5gc.� Ir a ?tw.( i.> > . ' >w'r �`27 a�•. .... .. .. . . . • _ ear. .Rn'.... ,> i. '>'}�,*... ^. .. .. .. ,..,w.-•,r,-. r r„ . , . ,,,., w,., ... .......... ... .. .... ... .... vnM:'ri'. `'ar V P'P'S' ,ws5 w' '»+"vv' r. . ' : a.,. . .. �. ... .. ,., .r , :a,C" arwm .P:>. >Y nv :T. ^,<...z: e, ep. . ... �. .r. ,... , �, \ .,. ... . ,_ .. ,r ., 4 m' a I,. • r \ v ,fM '< ::i~•' �1`:`W' f.: / d '..Y� :fiyr �Y'� ' � .ra; �A, Via" Fs. ,�s-t, .x< �:. .... ti ., a t/. r ek/ ( '�+ A s n 0. 1 1.,,, ,•a ,x-r,r A" a,^' xh •.ay.a„r ',44,15,4)%41, .•r. 6 3, T .; Y, A �( 1' •,Ace , \k^ ::Y.'Y• "m . ll �/'' � J »>P"": t. gy ''a. r '5` TP' S. 5% ,I' ,t 'J>.V R ,� 'i ^w a " 1 A t W M i, v W.'9r.f. 4 _ t rN S r. 'A . '"'S v r'7 i 'm}`av",., .^�f.. T,,l .. vr ')� iq ),: p., 5 I •ok ,n'v ;n > v ! � I :`Jar,{{ 4 4 , tPv i¢w'y,'",{�` t y. ' rx �✓a '.4< � �T'..' J.d • dx° v r r�' it • t. . i ''x" 'it Q,' ., i '"1r , :ev •dQ w •^ ra N . , Apt,....cry.,,,g TA ty , `'a s. w" Jw'a kwr S .:�` /( r6 �,i' rtfi�" n> ,,, N ,j-. ') . r � bdW 2.xa x' ro r '%ntl r r n... I N'• [ 4'^1, T• '"x. ��lr' � •bibq^ ,w i.1� ,X' '?^r� x ill.‘,•,41,,,: ..,J lt' >,.. . 1 h' , •'A, x';,Y' �^ ,q,.v. p A Y, ,rY•„f a Y M�L ':4#Y:3., 4Y r r w G-• ,a ✓ a .'-'f..+,,..S /•\ V ) „l .l.• � ,xl 't r✓ A ?r^`�, ` ✓ nil Y % It \', +r v'r t 1+ 1 s�'"'fie li'n P, t+` xA• •x . � s" v. \ N. vi Y'a "5 .k} l 1Y i\' of r. Ix ' •,� Yk`t , wA., �` k� 'C k `r\,. `1• "'%f' n7 .\' ii' •/d 'c -n `'i.M h.i x" vx: /tint Y D >$r h YA' t'✓ 'Y. t. "i J Y' $'. Vr x. ° vm vx v.S+r IC Ji i<~ t\'1 J x 'II Yf' '✓n t ki P. , st' , r i v:?`, rc q �� ffjj , 'r;{. ( v% r n. Y` R' a v �" ^1'rJ ?. Xa"r ,..„d,f In s 'A Y k k 'x x" h „r 10E l'i' 't,• \ A a"..,r Yi�P ..I^' w u M'm'" 'w .k 'f x x VV," �. S Yt '•,'. /h' k:'S F^ 1 M• x" A rv>^ ' yr x v..r, 'i('/ •� F',`'tll " } ''�V.`:'f :9 n � rm;' yy .o•" P v , n,A2^ ' 'i:, 1« SF' `..L ^.Y ' ✓ k 1. N' J .C.i; �:R"I. .'M1 ✓ Y'•"ir 1'vY ,vY. �.Fav"' .Y >' Z 'N'A E .V' w' ,✓, . �" r1. :Y•, d'r:r,+'F t . A <:. ' t (i N x Y A1,1)i,',0' Y 1 ,^",��: rlt f �rt ,` ti � .1 A ,1 ,`M,r ♦'1•, " !N ti .� �„ Y I T n. .A Y ^, i,P. " !' i W x +,� �' .i,,rh ,? 'a �•A '"'? 'w p, SFr"• r., r. : ...: .n,.J.r ^' "` , f�. i,! �"A wN I. e,Nh% Y "r J 14 '4' W 1.} .,1 'Y� Q1, 'S r' R C. a✓.r 1.' V., a v > . t'' ..r, i':ro..y .,ir^ .�.. , '. .:.. 14.3 'i' • ) %^.` "`+s.r .a. x `'r 1A wF \>' .8 ',o-r I .v,' E q f,k: v<(. .t: ra ,k ';,N • F v .`r'•f`Lr":'•I 1• '�" Q A"m ! W'"PnY• ,W �t^"3 ntti". �,r e'X,ry c,w f"a"n ',F •ar .� .0141;0“141414.101;? - Y' `w 'a 5`,i .. `i?,; w, .a,.. ,a Y..' �.b '>¢ P fi: fit. ✓;1 y" .. .a `'r9!' 'iS'x�J'd„al Y //[[) „v/ b y, Y„Y.... „) 1 ' Sr"M h, y 1 �y M.:' �\ ace•,' •?)� n ) � Wibl '>x, .. . sY{y. �NfY� }{ ■.y� j7 y /�a ., /�f j r r,• , '( N 4 „M; S,�i vPr ,KS ,t" "r, rJ,o' 'i°- ar,"Nar ♦,'., AA ,Y,;,y^rfr, • N„ q� ¢ ,,r i'l r.F {I L,f • YI't �fs �y �'�, �+ yr 1r [' Sr b'Y \ 7 a Q '1�"� �1 'i "�`" in.'b vY Ay r YFA .. x•.r:,9 "r �Frw `�'SF,lirt•.�v`" )1;w t:`/v)^ X '"tv2q xk� "wi w.J.W, 5J'ny Y* �jr_1x7i�y'j., iii �# design,challenges, �'� tE " 5. lr aF" " q ire, ?' a 7t n :t t wxx,"«,r 3 •" ' .7 ..� � � �� �. t' � � :I �T„ "W .j, .nad,N}:t 'fit yr vSJ^>,f v. v, �1'a' r.Jx `3 xx. ;`T" 3'. vv. a<�" 'rC^ FP'.y r h�.Mh"}vw iii /'v ix.�" . 2aA . .1Tk N. n:v �,.ti' N -'t,,f 4G: ',>:1. '1,. '•C{; 'tP':d --- "\ qq h.^ .yvaP yy U � P.r�:z,.Fa` vn• n�" . nlC 3 rf +o Nt .g v wY:, ,�.2}"drr "�n.�.kl x , .Y,as ..�, x ivnr • i. .. _{ d,. ;ik:5•„ e k4`' .3 '.r,C, n .1. .A. .7. .%•?" Pg : T Vr.. .7m 4. ✓a n5 xv: ,♦ , s •�i2 : .� >•:.& .`I'd,..f' .,, 'v:.5: Pv „xT >a';rro" - %1'. W� .C .,?' , " ¢, r .t:r' ..•" �..,?:' .,.... _,...::... .� � 2 _ 'tvLSi�,. .7,Yi»+.�N+.w ..•v.-�•:ffnN.,bP1„'R.,.l.=drY T ..—•...�—...., .. _ _ .. .. : � , . . ,� , I-,..,, }t'' t'st;actIOrt CT >trig turf- lypt• !'%. . t € •andpi asr} Hyar.al�tict. Construction phasing, hydraulic criteria, and roadway profile are all interwoven and must be considered concurrently, The Eaton Draw has a regulatory Zone AE floodplain with a floodway at O Street. Multiple insurable structures are in the regulatory Certain structure types are better suited for phased construction of the bridge or speed of construction floodplain upstream and downstream of O Street that cannot be affected by the proposed work in the floodplain including the bridge replacement and proposed fill from the roadway. Hydraulic capacity and freeboard requirements dictate the structure span length and elevation El Structure depth will impact the scale of raising the roadway profile and the overall project extents to tie into existing FHU Solution Coordination with Weld County will begin at Notice-to-proceed to discuss the roadway improvements and establish an understanding FEW Soi�rtic,n of the existing insurable structures located in the floodplain. During conceptual design for the bridge selection, the NEC-RAS model Design leads for both the hydraulic analysis and structural are in-house at FHU and have worked on similar projects together which allows for will be used to size the bridge opening and to c heck the sensitivity of the floodplain water surface elevations at the insurable efficient coordination to workwork through the optimization of the structure selection. Our team will also coordinate closely with Weld County structures due to changes at O Street. A preferred bridge option will be dependent on ensuring no negative impacts on the insurable engineers during the concept design phase find the best solution for the roadway profile and adjacent intersection design impacts. structures in the floodplain. �wrrrs it rrrr rr�rr�i �r rlrr�rrr s i�f�w � rim raw r�ritwrfrwrririr tirii�rw� sair r wwsea slim �r Alit s �iri�Tw �r�rrut�r�i a A. �wr r iNwri � re irrt�tr� rrrrr � WELD COUNTY- ENGINEERING$. jQR BRIDGE 64/39 I V. . a. — 0 a. I. 1111 • I 4 lb I. 1 i IP _ s 1 s. f', -- W 4 _. E s " i c . , Er r -IIIWI " x at: Y E. FI .- 4 . . . . .. :L, .4 , , . . . . . : . . •c1 .I , < . .... , . . . . , < . . . . . . . . . . . . ..- . s. . . . „ , . ... . -- . . v t., . . . . . , , , . . . . . .. . . . . „, , . .,,,. . i . t. _..., , _..._., ... .... < , . . < . ip, . ... , < , , . . . . i. . , < 1R:E�.S4�TR! > X '-€.2,>'-e- -71.."-'> a . Ya: ..•_... - .. r ...• CA A.� .... -. -...:. _... J.x.>. ... s- . . C .. Y.+h3e. .e• .: .. :. m x- -' .;c .r rehr . ..n. r ,. � . ..,�. , a Y, .axe .fp' v; c..,.,.m.... .^e .... . _.>ia *S s_ r ._ -.._ : ....-... ,....< -_. �....._.. . .. . . _.. ,.. .... . . . s;is! r ^�+. .x t4Y'.S*ph"°p"x 3 aS, _ -^4. .c. �'a"r < .. �... ry!.. .r S47 �.. .. _..... .:.. '�'"4�`!':�''"' :4T .. ._ . . E. ai4N�,'°'�`'r✓`.. .. ... . r $u+'�� .".' ,P'� �P...� o. ,.ro --,,,---r „��'..-. .. ..._• -r_s .ro s .a..v , . ..._.., . :x'`. .v:�. . _.. .... .. - "°K'°?3'{ye`'r'"�.. �`:S�';�:x... .. x �`s`�`."%<�`k`. .� . ... .r'�^g".. .<:._ ,.'4�₹"G.o. �'....H. .. <tx. . .,.fir fie"4;. . i G : p..✓ +4r �,' 'rp' + v i�'k C _ y� .., a " '. �' 1� t +:d'5 rk,. a ♦. . r. ', I ' y`1.".•- .r w. p sy�, s t ) °_:',4,,''' n x ��f-..( ��l� * yy,; '-4`-` 77; . yFA \. •� , . of 4; • t e2..' ✓.u` 4 '$r'° 1 y W s / '' #.. 4y .. --TO ry , y t �w t. r t . tit 1P'_ � fiat, s 1.,. �N' h. . •'r • 4 -,-;:- r v s e4 • r w ` " •.F�f} yr; f 91 ', , } : q ! qtr, r ;, •:' .'a '',- s+ ..;{ s• w, . cp a« s ...- za, �, . � nrdv '+ems» -'d°. .jy ° tF 1 +c.. t. ,-4t '' , �4 (( 1l) • • • es 4 <<, . yt',. " .� .x;,-r'.. 'Mks." .m x , .r..c-. ' a_ . •�: �y'R:.-, vi' 'e • , J`..? s .i. ,‘„,..; "':.:00,s.. C > } a,. my; �° ,,;Np • � � • '%e}aiq t 'r§�"��'dCs� .'.\�Eta��� �� ,yam• a t '�r :'a. ��''y. ��" ; o- _�. .�i�K]A°,�'. �, ,..r-.re jq-,�3, R . M. ., _� Y✓; -�. . ' w * ' '. yn1 a _.c ♦ +f; - _ �"' ¢•IsY 1 _•C°-# .,^ j,+ v y .. • ' ay�m� •e m •e •rtkve Q nx' • 't4r1. A off+ '� ,b 44•7:5„4;. .2 +a"?'F t ,+,tr. `,.. t :x •. - 1 ..� S w r1 ?t1.' .. S^ r.. •c \ i(,r•'v ez "In • tj a • '� �a..10-&:,4p321'aia.C'�, ta., '• - _7;1::Ii,�.. t:i ' - �, pz.,�� c� r.. m4, ptt ,t1 •Pia 5.8./". \m • (p•'• •'t� t _ r l� G°K \ -Wilt - •,r: nr ��;�r3 n P •a'e:.r� ` ,-y `°., 4 ~�� ,�t'v r ' l «r — 4 }•Yt1 6' .zpirpo� 1 .Aker - M r F,' '„y%' r f . .. ':^,4 rr iu. 41' - a f t ri-r}' xri._ - •ro+rrw.x. •..x�§....�...,,.... � • "4 14M ,• l t Ns _ { ate°..wy :V '..y - I . ti /t4� xr �• s '^, .... .s-.... - --_ - sicti r ,�14.c "'� v 4 "4-'1- 4 'k' a�'F9'P"`;'4�.- ' c'`.-•r44 7 4( ay[}/ w .-.'"tF �" .,' •tt-, ���7 ,� e �ti`;,�-e:',,,..t .Zal. d ff .^_.ye�.6 ,� '<v'h'tC s A $1' r.� .� �Z+nrbry; ^'�.-'`'' e 3 ; liJ5 a r 1 I' C� S rfY 11, i ^.u§W�, 1 'SaaS f ..„.1, %. S r q,'t+; Ypt s}' Y' '•' .'�, "�` '3a 3�7K '�-ti..}.. x"'C:-a.-.J� n`+ kc�sy'F 1 T,liry f t .t*i �St <se<f �' ' _. � 74/'' f.).� t > t7. C('Yn of t �� va � 4n�R �: it, b:m pp St t x �' if t .j.� Mn• . , gyR+ y� mss,. ` a&a\ yH"ri Y 4y.4' e N tIr44 y" . q '" „ S� if '" ."^t,' >r ' `S„'.fw'•�H1 'ki 7'� kl ? 41. 1 *� ;� �4 n:b: iy PiPor r 4 t \,'J�i - '•n.e' :�. '. y qs.! e♦ .�,1 , �,,��LL a �',Ft> e�2 � TR:af{4 'Vf �E yr" n. Jv f 3 �; FY M • -. _ ..s.Yr• l ? 'T},1�7�"ZY�+ h p 4}yC ""44 f Alf , a�ti kJ1,_1 � nr r M 1 n , ti ' �/1 yF'RG1r<i Flo ,w ']� d^F- • t yyp ; A ', % ' 1w £xdf'J,xF r. T�lau ! `t' int•t_.,Cr*° 4Y .;.•. 1 ya .:44:1 •. ' .. Y 'f1 . . w.• .m .,, it' „' e•• cri• Zy`i :4.4, 4.e;1; ^' yC-1.4 Br rk l y. x _ °al-•• c .t ::� -.�ht 6`? Lr" � "'?-'g5`a.ry ,A? r ` ys '• Mr m`' — - : .f e4,1 `ice- `i«r 1`,ki f ihi+.'c+. ei cc ( e r t.f£ tT' di a• s o- r j. tir1 , t1 r„ _ - >:�.. - v uC7Y >ta'1',£. �X j: ,'s t " r�.� o - -•i ; .{f*,y�t ' Jr, .: ,, 64, • — -" r ,.. t� i 'ti }'}-s r{r_f¢i s ° ij�ya13 H s ° `` ( f ri: ',s _ - 441 e , 3 ;tom `,�`! fi e.. ;:'7;14:,., m, +�'r,'k'°Ir.'" , ;5i Yi`frct `oi ry - _ ,,,- ` .z`'c's��++ -s'4"L� +t (, '?».as s�°r +;5 ?r••+- +r. ' \{,` j i( 7' 1 � • 'ue ;q., : rn .� � �� .( ,,.f 15• L-'c w�y' ^�y`Y h'.h '`..t t : xf i `ei �'_ -. n" A _ ? . 1 d° 2i E> ! za> .rrs'"eflt�-" ,Y. ei '• tl \ @"f '1 t� : Niti n Nt °r`t]ilYI�'JY . '1� �h3S '' Vi SN`b. . r. .:: � ......:.-„...., �- «. r. . : - ..... '.. "'0'''''.7—&—.; .. .. .. -. .,r. .... .,. M ''''•.7.4.--sv . +tie +et- .. .,.., r. ,J .....,. <.. � .C r. .. • . . < , ..e.. ,. .. ,.. . ... .. ... ,x,c _ ._:;fic.. .e. _ ..+a .. ... . s R ,r ^er . :: t .eanv,,. w.. ..e•ro w. .r.ce..v 9.. . ,,, . .n, n, w Y S r / s,.r -....t-i. ,; .. ..r )VW - v /. ..,.. ., a�4. i!W v .2.- .. r � !. Z ..v. r § ,. w �xy ,. . � vs ., , . �- r .. .... _,Yc. .. w 'S '+`r2 ...r £ .. �. . . . . . ... }e. ..• s^ ..a r� s ate. �� �... P �.. .. t c .. ...,. .. � ... :� .l'. . . .. r.. .- .r .. _. ,. : .. -� • �. .... . ;. e . . . .. 'K ,. . .,: :. .:. ;., n .. r....n.. x 6. .. r- •_ FELS OLT & U I_ VIG HAS BUILT ITS REPUTATION ON PRODUCING QUALITY DELIVERABLES AND VALUES THE QUALITY CONTROL PROCESS S N FSSI- Nnt IA - I- A l- Iii UP PPU �l DEIIVE. FiY. TIIIS CAN ONLY BF... DUNE BY FULLY IN EI ST NDING YOUR Q€♦ M IT ' S EXPrrT TIDNS . AND B II � PLEVIENTIN AND EXECUTING THE QUAL. 11Y CONTROt. APPROACH: DESCRIBED BELOW EHU HAS L .4E TAULISUED `WORKING RELATIONSHIP ,) WI IP `_ H OUR SURCONSULT N S { THEY ARE FAMILIAR WITH OUR PROJECT CONTROL PROCESS . Felsburg Holt & Ullevig has built its reputation on producing quality deliverables on time and within budget. Kendra Gabbert 's management style lends itself to successful project controls. She believes a well-planned and well-communicated project leads to success. Her communication style includes all team members know their responsibility and associated deliverable; she checks-in often to ensure work is completed in a timely manner so as not to delay other team members or the project. im Cost Control: Kendra will constantly monitor project expenditures against project product to keep budget in line with project delivery. This allows for immediate identification of any variations , and discussion of issues to keep within approved budgets. She will provide monthly status of project progress and budget expenditures to Clay Kirnmi, Weld County Senior Engineer/ Project Manager, and communicate regularly to be certain the County's project expectations are met. I Schedule Control: Kendra 's approach to controlling the project schedule relies first on her experience delivering similar projects with Weld County. She first will develop a detailed schedule which includes all critical milestones and subtasks, and ensures buy-in from the project team at the onset. The schedule will be updated monthly to track progress and identify schedule risk prior to it impacting the project. Regular communication between Clay Kimmi and Kendra will ensure that Weld County is apprised of the FHU team 's progress. I Quality Control: Transparency and ethics are at the heart of every project. As the Principal-in-Charge, Pat Stein will ensure that FHU 's company Total Quality Management Plan is followed through each step of the project. Prior to submittal to the County, plans , reports, specifications, quantities and estimates will go through FHU 's QC process. FHU understands the importance of quality control in the design process and the implications of poor quality on construction schedule and budget. Muller Engineering will serve as the independent third -party design reviewer for the design plans. duality Control u r M4 y _ •v � _ _ ; '` the HU '\ proje c_ t ,• sec :1K Total Quality o� � � �>, ,4 � � > Adhere to t= Jt_ 3` `.� (r Management Plan by both the internal FHU tedr, r . M4.- } r r � r 4 The Plr� provides S§;: :. . � as well as . EJU . o s lta it 1 . (. multiple it, tira levels of c ev re',f�, of deliver Mlles . doc uments detail •Cost Control f ith _ C heck, an(I independent te(` hriv al r &-sviews that k 4'r ,�� n .3?�iro;,` ti7v, ernsure�, deliverable aCc _;.ww ar_y. quality. C-ir d r 441D ,by 4r4 titi a a� . ar.. F81a'rx vCgkY°r+'•A+;dp1s 54dg v J4+ 4A bv^ ,N� ,fir.f4 N�` t(! 1R "it<t I - ,,,,•�476,CSLIA `4.' z4t 11F ����4 15,Alaw ' Kr C• s j! l I y J l E! [ e r 1 e l s 4�'�14�tCr,'CI�m.�' ➢i « ws xr r a A �r tt t I M :ny�A, ,,, r�\( � � _-kb .b ' 'Yrwn( ,�(F rr't :.4 , Weld + County Schedule Control Develop a cle; aUle.d schedule that irlc ludes key z - . - I , • ' ,,,,,,.''i y4S r d: • ` ~ M , ` project lec t milestones and deliverables. ill review � 4 h.y.1 'I ,`(aM c tit,. Wyk ; 4444 ,x !,' r � k "� ,4 the schedule monthly and adjust milestones and G"'• ;yr}gyt 1ev1' ri }v �' �N u(:441 r F S •� 1 I ��Rr" � f,f�'♦��,ddr44� x, r eq' w'" '�'�+'Kt4�'�,+eq yi7rv�. I , , , 1 I , i , 1 , f1y .r dr1,s0 T .@sR;,,,„, 4xxe3' IG1 �"yy \'t 11 ,?r:Xs r rsr::. 0�y0,44,44.,,,,,,44.1.4,,,,,-„,,,7,,,c '�y'j<yli �''iti'�Uyrp MrAv f:1"�+`�Nc 4}� `•�"��a � £^� ' S r:t Y ,,a , > �� > deliverables �sl�or se to c l7ar� ct � r�g project ' � { 4*14144 " tlt: ,�w„ � in r4. �, /" :5 ('X( ' P. ��2j' °wr(.'4C.-A,.s4 y4•ySW'a'v�`,yanyy i''' r" " needs or r equir einents• Fy; 44 r4b1A s, r J«�P T ° an • r7a 6tit...r WELD COUNT : ENDINEERI 6 SERVICES FOR BRIDGE 64/39A 7 t • elp.b is::...0444: 2 wilt.::•• R.:°::".1.on." . 2 " 2 .. — . i JqJ� BY 0•G•.�l a S, i • • Y• • y ••a YQ9 L I }f . V • vi so : ri.., lE. f ! M 3 ) . .... .ww+,,.yr .,:«r sr'zaa:. '? Lai" :""' � ,.: ar<x₹c _ rt�'E r ' _ < ,w.w. -• . f 7 . / '"� ).t=.S.,P`.• `£ �''✓ ✓e -may. :i-amta,. •. . ..- 'YIN'''. nn1011" � .. ... ..... . W" 2T�b��,"A•f-v :... ... - . :: ..�� _ Ti V1 -. °f Ch , • .: .... . t, . . ..: ... -. n .„ • .Ta. :> :.. . .. ..:. . .d < T nxbA. .. _,,. 'M .C � < _ •_ 'Tla•.R ,. z 3. .4•774,,;,%:74,,,„;.. r .,. � <_, ... ,... .�r.( Yati -'., s. ':, . . . ��-, �t x ors 1 . . .:�i:. ¢ .. .. ..,:?.. C:.:....... �>�--. .�. `t4 p�¢`f��' a.4�. �hrrtM ,R4 , . . v _-.i attr.a _ •�J�}�j 'S•r v i ,"eV d. , sa.�..r•.» � . . ...a� rS 's�. -.._. ssv-. :wx., ..' � � ,fi,; • ::...`°#'_ ..t.,}h R. F:Y(�,b A t,., ^'O.:.it. �..Qg'% -7�:.. o-.'&$:.:;raP., r„y�„---^,----;.,-.—___ ... . . -�`��u• .. Vit divAratc.�,N,-7 i r-st---ev-- '.� S M W fY.r `� .fd4 Izti ye�� vetdd'. Yt ewe 'Reef�)Y➢i,•vw.V�et�t: Y w.a.... ) ilia ate l ` .,XX< 4t� ,h. . M.-. 3. �f,': % .r>:br :�'' ��' .:a•:r �s r i L A 1, h a'a' h, .x°S?5, a.y.. ss a. aD }h'+_ll• S `t, �°'°t ''w.'. ' v Yd ` ,"a aet�..g, x - _ - ...,. '3traYvza� 'T< .Ir � r. � .. ` '� � �' s tx�,#..i,�J z, h,.:,�„yx°s 5,�:. a K. ?'�.�`,�5'`.,{,u �-<'.arr'.-.. wti ���� .i (� ir'12 4• �4F.' � -.4.,a4 d. �. y��gs4as !s : .: �'•` .�`i₹ ""b`4?�°S-a.+z?;?r-^! oa K,.F�n .. - _ $ ,� i 4. 6+ .:ry' t,ak `[�iy'. - ''a11 � ss�s.. ',ti_,� o .<.we."» "�"aMSn.= "SsY°'*yf, K eat. ,..v }^ ai.•:> -� :YCn'�BY `Sx T' ? .y' �f�' gi ✓• e ''�•w..�_ `1st - y�_ aS.�'+ ;..�a % wy _ +i � ; a �K�A•c� •� �•4>C�- y),��y F= r^" �' �� a.+ :;:4 e.-. _ �.�• 0•100,..........„.„.......... .r>,..�'. r tt i N = r < � 7 T. ,., 4.44 .xz . .c ryG t > ,5 N. ��.. .,it _. ' .'� .....2 ^ +huc� ,,--,;‘,._,—.72,-,-..:-.;----;" >•r .__£- - __ y"'x �4sa� `s ';-i a'[�E`s < °� �`a�a e�° r/�>. ri �""w. 4.. _ ;� •�. £ ---r Y k.>a '{s 'r,+ 'a ° •,S���- :F '�, :1p, ,� ,. —.rr2�S: ��. - �. fJ. �'.< d." .�.� .� a . . '�� e.' �u .��t�n�,fit ,c � _ ... � :eo-' ll Ln -�':: y .*••,S�-r c.: � : 4.,a���.. r . s'. - t�5 t § ,. ?.a d i �," . .r> - �f l:-1 'Z - �'a ny • F� ': - 3 c te' ,�... 9 rd 'h' p _'.9 _ )<, _ R' ,p.4a :ii^`a' Y• yvY r„�6. !h flea : we' b ., ' "- 'y: e y.+yel',' :.. .s. rte'$:r� x: :.- . . gg�y� '6 d .. .: .. : .. .., iu 5 ..i. 3. _ � 3` z^.2. :.\'W A+. ,�F � VQb`2.5>ff'-o£�' '-,41 4c,,,.4 L�• , z 11. . .. ..:-.„... - --z...- .',,. . a... '>.. ..v-0C V, :.'n @ ^h'{S'•h •e `.A _ .>A �1:n" .. _ <:. .. - .'.. v .wi . n. :� �m-. ... ) .;„<,--,...2:,,,4,...,.. i u. .. . t ..... .. .. . t 2 b ,..•. :S. w. < -. ..\'''n-,741: � L -a., ';.4t.'4111 .4‘ S`F.o5£'. s'9G .(' m. i' .. : ..,.,. ,..> .. ..K r_ , .. .. o .: " .. a r, _., R a... ♦�. -_ .i:,� _�. <... )r� w•: . s.. ,,. 4, , .. -_ ar.c'+6- �... .4 , a.,. .,• .' . , �. _ a°Ir �. . . . -._� n - . `} :a jr - ..� y .•, ..„ � ., - .. . . ;;�: �>..:a :�1.=.:.s> � -,.._ .-,._.>..>,3.. ........... >. ._ r:+'_ .>..'„ , �:-.... ....Ui,�,+c .a .-...-_.. ...v..c....P.....,-.Y;t.„<�..x, .., ..-�,x ...-.. a.,. 4- ' .�zl5S. ...¢�.:--_ �.' OVERALL FIRM CAPABILITIES THE ENGINEERING SERVICES FOR BRIDGE PROJECTS DEMANDS A SPECI EC SKILL SET INCLUDING STRUCTURAL AND CIVIL DESIGN , CONSTRUCTION A GE NT. FA tL1A I \t W 1" KING WITH CBOT AND LOCAL . UTILITY COORD- INATION A ` DFAAIL. A IT . W IT E. T � XPE EN f T Ar E WE MULTIPLE _ ISC' I . N S AND THE FAMILIARITY WORKING IN WELD O WN T Y TO DELIVER RESULTS ABOVE EXPECTATCONS Felsburg Holt & Ullevig (FHU) is a multidisciplinary S-type corporation consulting firm specializing in civilSBURG E. engineering design, structural design , construction management, transportation planning, multimodal „ H 0 LT & planning , traffic engineering , transportation operations and safety, environmental services , water resource U L L E V I G engineering , and rail/transit services. The philosophy of the firm is to provide high quality professional services on a wide range of transportation and design projects, with emphasis on developing creative, cost-effective, and environmentally sensitive solutions. We are committed to conceiving the best project for you and the surrounding. For 35 years the company's business plan has been to maintain a highly qualified professional and technical staff. FHU has grown to a current full-time staff of more than 175 employees. FHU 's professional services encompass the spectrum of transportation and related civil engineering design . Our Centennial headquarters contains more than 100 employees including structural engineers , civil design engineers , construction management specialists , multimodal transportation planners, traffic engineers, environmental analysts, GIS specialists, technicians, and graphic designers. In addition to the technical and analytical skills necessary for successful project completion , the firm also provides supplementary support services essential for project implementation , including community participation , public presentation , and governmental processing services as required by the project work program and the client's objectives. StJBCONSULTANTS DEOTECHNICAL ENGINEERING Kumar & Associates, Inc. ( K+A) is a consulting engineering firm providing professional and technical services in the I( I A, areas of geotechnical engineering , environmental sciences, engineering geology, and construction observation and Kumar & Associates, Inc. materials testing . The firm was established in 1989 and has a current staff of more than 150 professional engineers -�- „ and geologists, environmental scientists , engineering technicians , and support personnel . K+A offices are located in Fort Collins, Denver (HO), Parker, Colorado Springs , Glenwood Springs , and Summit County, Colorado. K+A geotechnical services apply decades of practical geotechnical experience and state-of-practice analyses to every project and developing practical, cost-effective, and innovative solutions required for the situations encountered on both routine and complex projects . K+A in-house laboratories are validated by the US. Army Corps of Engineers ( USAGE) , are accredited and participate in AASHTO Material Reference Laboratory (AMRL) , and Cement and Concrete Reference Laboratory (CCRL) testing. K+A technicians , certified by ICC (IBC) , ACI , LabCAT, NICET and WAQTC , possess diverse expertise and several years of experience related to virtually any type of geotechnical engineering project. Some recent projects K+A has provided service for in Weld County include: J Bonanza Creek Energy — Section 8 Bridge a Weld County Roads 9. 513 , 19. 5 and 34 Bridges over St. State Hwy 52 Widening at Lupton Meadows Ditch Crossing gain River Weld County Road 16 . 5 over Boulder Creek a Weld County Road 20 Bridge over Boulder Creek 'gym; Weld County Road 20. 5 Roadway Repairs ?S`,<'ri', w .x sLN Y 2...-:s_.:rs. ...:.:e ,. .3-,xs'.•.:. .-.c <z w x�. ._s 1. . . - .- ,. . .... -<.. F,- -: , .._,. _ s' . . .. - ,..s. . 'b. o Y¢�aK:.,^.co x».�.' ck: . o, e._R^3. _.brig. t . .v.:+ FxF'. '-'t5E .W. !ce».z.• . w^r�+hsaP. .�. n. :: ac san ;P. r w.. .. .m n. ? c.K . .....ate, :>. .,.. .. h✓ rr< .-YY'..va. -R..-.a.-.:,1:.. .. ae s. . ... �>..Y+; ,se:�ax ...,•,. �.t a�-,� :..a tx,urr lr>: :.. ,..:a :cv�s_.v<< -'sr a use" E�.r,�'� S`� "4<',br� x ). a t � �'w� , s t%... r,. . .. >,.._ .. - "kzFrx.x:, iEi � x ' 5 _y.p��� ^ •.,Fc, .• � . 9t WELD COUNTY: ENGINEERING:SERVICES FOR: BRIDGE 64/39A SURVEYING / SUBSURFACE UTILITY ENGINEERING (SUE) Founded in 2002 , Harris Kocher Smith (HKS) is a locally owned consulting firm offering comprehensive land HARRIS HIts KOCHER surveying , subsurface utility engineering , and civil engineering design services. With four licensed Professional SMITH Land Surveyors (PLS) and an additional 22 office and field surveyors, the HKS Survey Department has the capacity to provide the level of resources necessary to complete your project on time and in budget. Founded in 2018 , HKS Utility Services ( HKS- US) is a leading provider of utility field services in Colorado. They are SB 18-167 and Cl/ASCE 38-02 conforming and specialize in utility designation (locating) , test holes (potholing), and other related Subsurface Utility Engineering (SUE) services. In addition to utility designation (quality levels A, B . C , D) and test holes, services include ground penetrating radar, right-of-way management, conflict analysis, and traffic control. HKS- US consists of six utility designation teams and one test hole crew who are supported by five management and coordination personnel . THIRD PARTY STRUCTURAL REVIEW Muller Engineering Company (ME) is an employee-owned firm located in Lakewood , Colorado. r MULL E R Muller provides civil engineering services for the planning and design of projects for transportation and traffic, bridges and structures , flood control , drainage , and water quality improvements. Since 1980, Muller has grown to more than 110 employees who thrive on developing smart engineering solutions to the complex problems facing our clients and communities . They are passionate about advancing superior project concepts with a higher return on investment than traditional approaches . Muller is committed to engineering excellence with successful , context-sensitive projects that incorporate meaningful stakeholder involvement: innovative and cost-effective approaches to design , and minimal environmental impacts. Muller's structural engineering capabilities span a wide range of bridge design and construction-related services and solutions. Our highly skilled bridge engineering team works on projects ranging from stream crossings and pedestrian bridges to multi-span highway structures over waterways , roadways , and other features. Muller works collaboratively with their clients to understand their unique needs and develop engineering solutions and designs for bridges, retaining walls . pedestrian bridges and underpasses, box culverts , irrigation system facilities, foundations , hydraulic structures, and trails and concrete hardscaping. In addition to new structures , Muller engineers also offer in-depth inspections, load ratings , and design of bridge repairs and rehabilitation for existing structures. Muller's clients include the Federal Highway Administration , Colorado Department of Transportation , and multiple counties, and municipalities. v . �..! s:. ::s;.-. v:.. :.c..:v •o•.. ..rv.cs �1 3 -e'�e.r{� `ftz •4 ;Axe xe 'e+i'..-.rr.. v'A'a .`tea.:✓.:. . .: a'i:?.. -.�-._ -•:✓-z-- - >inr.... s., .qtr., -. vi... '-zvM -.x_.._.�. .:...:.. : .:.-•,a _..,r'. , Y«-��.-,....-�. a4r&'3- .i; 4J•. !J .. .w _a.✓,c.c-'&L' _ v ! s . ri ,y - x 3.it Kf:ia 3i 1: WELD COUNTY: ENGINEERING SERVICES FOR BR DOE 64/39A • ttay?+w1.sn �k"' '"''r¢3.? Ss 1. -£e{�R*r3 ftej/e IV a a - • 1, o'�� aC. a � r W spot3•9;29•#3.,..4.• . Yrz` k r ! rr. Sv a 4 f i, "f f G.a h+4" IY _ .. +iEl •4 • af+�°• p ��w Y•3 rY 4 a .sn .y 4,eyt Y-aY � ' t ..W ^ .4' 9,,4 4 '.I +. i••: . rl.Y r",•1/44,'�r4• ,a kt� • . fR _ yam y • yr ae G.+FiI'E'!r ! ySiJL° '� • ew.36 '3�" ,.."."'"‘!•• r 4imx6y Y.w< •v� .^�nt� . ea ° ,Ey °ti b ° a 4'xm4s . .. • se < LrG .4 t a^.-. c .. ',,♦ ?ci+z^..-e4,,,, ,,i,: �.ifs"':t,a.•. ,+'''_ +L,4 • iA 4 * �g " � ik,-'� '95.,C9,40 nS°' •,, iF !?° .. . w K ,,,�. , i{{� 'dam A • •.., __ _ • * s`°.:.sU' .tY' ::. x, _ /,j. _.u.ri.` . ° +F>f \ ..,s ....6 i.\.,� 5.r. • ;vii".. ...,.. ;�. :.....::. :.:y.a.��f';.::.a.. '£Q+ ,cC -.� m ... ..- •x^•i- gr ���,,�\{1�p�:,a � \'_. *.4 � :I. . y ; - . . �. :. .: .,n. - .. s .".r '�iv<ti^. . c; - z:`' $°,3r as ''.19'..- . .E'` ,may+ �$ .: ' 5 ,.., .s Lw<zakrF,* YJ,rY,�a'tJS['^ ,.� 'Atty...? p�. 0 {K� :S` . .' --' ::Q' a>y' ,. "•a., - r,4z '3ti<r • x kfr• l;xr�, �� 1' r • `!"' - �-_.� P .^ :a: • <,< (4 'may H° �1 " Nk - -„a .c. [ , a .- .., r wn^• . •. -.^n Ol4 ,C. . �. • Y - • P"•` :-- - .., .wq ,• <,'•{ .,�*"4' s� , �'� �_ _� a . n 6 .drrh ,.*.. ,.n .J• SYkpy- ,4a .3., 'L 1. a.,r .d` a Cr- < aa ,d.. ` t - a r.. • :�` 'm-rra . ,c:: ` � 1� ,, ' .. : .. v"' ,. K r �FvM�`h :. °;. , ll < °`-,a "i' w ,`..... > ,, j,�,.•r"i.•:4.44...- .F^`4�y44 r.`\` a .> ₹�. '1 :,y4a:.�•. • MC. 'H -0' T r RYa•I!!a`�Y`.a ) t `,. �ti.r✓(`4 �� �•"4 ' � Sl:=l J r <r^."T r k Y • iJ R.- J' >�' `n...• i$O.,�J.i•.�\ P �r w I Fs 4 )) J-'t"r'v . . .' '� <' .'.. ..r. 4 'rk �..• // ' : ) '.G_ 13. a':.. v^V b ^ va; ° S. ..;.y. ]'. 1f Y ar. .,, .�. •w•4 ... Ae. .- 6. ..r "•.�rF ^ a 1 a .s ''„?t.' "S• d.'.el vi.-n..S.<:,. 50-"}!, `$e#.;,<sx� \r . _ f► .. -... x• yn p °�,�ro _ ivr .< : s : }�.'a�� A m y - r, ;a ' �. y�e. .,, r ,>« ; ` i. EJ r.�^al //`rJtb r"h'.f•'Cr.`.f\, e? 1.._�» + v'���₹ • _- i� - o- a . .;`,4 vY._ • l \r a+ '.>_a+wl.< • r '3 4 L".pc T`-.�� .. F. °•' t •x' r ° .., a.+ N., <'l£ c,r•- s..a c ° 1y W r ...,..,-,,,%-i:._.n� ' a•.,vc,°:.. , r ) } n -- aX <u '.'"%a .s - - '�f..na fEn'•a '.rF+ •Tr9 r l .3r^� ° l • . .f`<.e. " +l S r ,.tf' 5�t'sQ'1r54°Yi'p na.a `..'y,:.-• • <' ..3 Cr .a < r . a'h.. ^5':i! .5aicza ;.4�;ax5r-... r , `4.a>3ir q +, .x ::Zi .r ..r, wk - F wr:•a ?y '41i�7,�'g�r'3k 7.k's` e,.,'r .,. - y ., z, X a 4',.1-4 > r , . ., 5 d'� 'h "'[a 4.• �<:a tiG:4'?q �7ls••!•c. ^�„p$sS .i, •" ^{c• rot.•. ,� 'a�'<` �° 2•^r'r 3 r' y '"z.r .r n�" < a .?'.. • ;S ?,;;<, .', "rf'atsJ �Tti'`,as• .'^' ,y;-r�•• s" .. � . s'', ? ' o•r { • tie, • `. > s";, r .a . „a+r t'," S•'� w. SKr irr.% r,^ to •:"::: '1, a"+ - : " ay av s ....5`:.;{ ^S mow; h .p'it1•-•s ::'' <. ,.[ r rbf ',a .i'•,� ya az 4.. . � r a. - a i a a H:8,, � a �?4 1 } a - Z-, � ..Y � S• kn � l` � ><- .vT• .^s A ye f .vw.^ -.1>::!--->"% p "f n i r • • - TEA TEAM rims BEEN ASSEMBLFU TD ADD FSS �� � IREQUIREMENTS FOR E 'PI EE ING SE,„ „, , ,s.,, , ,..,- E v� u v. RIsP ,, .v E � RF 5 .1 •RF F PEaIF GF_ II RI _ f , I _ I ELRI NECESSARY FOR DESIGN P TIN . ARE [ X ERIENCE W $ .6 T GETHER JS A TEAM . AND HAVE SPECWI EX v S0 4� C ti ► N F R *COUNTY - COOT. L :. UNDERSTAND THE CRITICAL ISSUES FOR BRIDGE 1GN AND Ti P i u DELIVERA F - PIITFf - PROJECT !HAT it IL Sr E THE CITtZF ' S OF WED COJNTY FOR YEARS TO COME. . unify� r j g r Clayton Kimmit PE ryI �> r - ≥x Road way yin,�2i fr II .' .P-- ay.1,1, g x.F r aeti 4slf-`r �ri_ h S� l a •'a�4-v.-:L ; - • 4 1' Yarn ':.... > .. _ r• -i10 .,fi,3 3r,.a k r, 19 Cn tax :.._ ...- ;:i 4!zrK4'.. wt 1i � - 'Coor dinat ion _ Environmental Serviced . Environmental -of-W 4 _� r____ _: � _ 3< ,a. ` k ,_v� . 3�it 1......?. '2__Ili. .sot t#3 ¢ -rt 9. rrs v '�xs. a �4 •. -•� ..,a ! 3sa¢3 ,J�. - .' , t " Lead _ - h, nr �j ,s:' r .� r _r4'r y^r`S ,,(p,,, 3,�j�, ,*+7r .e,- F0 �. x Finn. ; - Josh: Bar er14 r & ssocat. es { A` 4 1 , LI , �jy� n r t ° 4sak '°•T ' �'"a.483 � ys,"..et • y z _ a . x M Y .LAP' Z- 1 _ _ g Yl • ° b. 7 UE // . 11_3:, Zs�T{f"IN�S�t• y . ° - ;11 ��/( a t f 4r •f s.. _� 'rMv� t r �' ,, ..+ _ -{I .. - �5 Aaron -: -rph i �. PLS Y- ! � Ii � ?� Harri• s Kocher Smith _ � . L--ff '���i 3 3�i'i,YY£�E t "cJ/ tt3 y 1GBF tr 3:`tad,l � ilea "aa yZ. " .7� _ � i vt,�� s< 3" E (())• �, h -lam. `' la-YzT y, •A; a .. :z< - °r;: Av•nfl��tr R. - ]�."m""^ -i r'- :, ,y1 s +i<: y ... q '-rte .c . ..„ .. ,, „sr •„.....0 • .. , „0 ir il .Y-.�Ya' ��tt rf>-��{o. +K,R. u. A F--_ d Party °f $fir ..r NL?�':TrS.,•. 1 _.r.. �°-JRS^9 ...4,2,,,... ......•...-r K�.coVyt.• .`.T..3.. - . .= Thr 3 -� '�i �r �r it: 9 i. Reviewit ic Jonathon Sera, PE it Muller Engineering Co pany . s . ., • . - •-t , 5 '.s- as- e as Cv' .at ar..: .a.. is,ammini six''• is IIIIIIIIIIIIIIM-SIMMS _Y' r _ ,firallialli SIM- µ .5 P `.. ? _"C �% .a '` '^K� : •rt (p` ,. >� _': ;, r -'-.n ., ₹ S;: Y.,'fg: •FY: i}fir::. a - tr t^[ 55' v j�>Vr(' {[. EI! • IEI i� '# . ILIA 0 . firT , TEN PF • PRINCIPAL—EN—CHARGE ogc 04: r;. , .. : Pat is a principal with FHU and has spent the past 14 years YEARS OF EXPERIENCE: 14 expanding FHU 's structural services. He has led several roadway/ Fo bridge construction projects throughout the state. His work includes PROJECT EXPERIENCE .. design of multi-span prestressed girder bridges, steel plate girder a WCR 49 Design-Build � 9 bridges , spliced post-tensioned bridges , retaining walls , box I• Stephen D. Hogan Parkway, culverts, as well as bridge ratings and preparation of design and Aurora , CO construction drawings and cost estimates. Pat has a long history of a Powers & 1- 25 Interchange, taking design through construction resulting in delivery of design Colorado Springs, CO projects. As Principal-in-Charge, Pat will serve as senior level a Weld County Rd 13 Box manager and advisor to the team , handle quality assurance Culvert and quality control measures, and ensure appropriate company resources are available to the project. 1W.A GA BER , PE , CP PROJECT MANAGER e -. Kendra has 12 years of experience in water resources and YEARS OF EXPERIENCE: 12 . d A,, . , 1 leads FHU 's Water Resources group in Colorado. She has been responsible for many projects that include drainage design for PROJECT EXPERIENCE if ice. l•.' i. bridge projects, including the award-winning WCR 49 Design- Builda WCR 49 Design- Build . "`` project. She is FHU 's Conditional Letter Of Map Revision (CLOMR) ® Stephen D. Hogan Parkway, LI and Letter Of Map Revision (LOMB) expert and has performed Aurora , CO the hydrology and hydraulics design of various structure sizes m US 6 Design- Build , from roadway culverts to multiple span bridges. Kendra 's project Denver, CO management responsibilities include coordinating the design and a Meadows Filing 19 - Plum plan production efforts of FHU staff as well as staff from several Creek Bridge Design , subconsultants; coordinating design efforts by the client (agency, Castle Rock , CO developer or contractor) with the consultant team 's design ; multi-agency coordination , Quality Control (QC) , writing project specifications and monthly progress reports ; assembling project specification packages and calculating project opinions of probable : cost. Kendra will be the day-to-day contact point for Weld County. As Project Manager, she will work directly with Clay I Kimmi to ensure the project schedule and budget are met. l 1LIVIA P L � K " , PE r ,, STRUCTURES LEAD v2 � _ A. Alivia has sevenyears of structural design experience with�Y �. ��� F � p YEARS OF EXPERIENCE: 7 4 4 v r ;, transportation projects for public clients across the southwest. Her D 4e Z II' t 'i j,T. :• experience includes design of single and multi-span prestressed PROJECT EXPERIENCE ;7:� p g g concrete bridges, retaining walls, and box culverts . She has also s E -470 Widening : Quincy worked on bridge preservation and maintenance projects , for Ave to 1-70 , Aurora , CO CDOT as well as multiple bridge replacement projects aspart of p P p � Stephen D. Hogan Parkway, CDOTs FASTER Bridge Enterprise program . Her responsibilities Aurora , CO have also included preparation of drawings and specifications , a Powers & 1-25 Interchange, cost estimating , bridge rating , and review of shop drawings . As Colorado Springs, CO the structures lead , Alivia will be the engineer of record record S Meadows Filing 19 - Plum for the bridge replacement and directly oversee the plan and Creek Bridge Design , Castle specification production for the bridge. She will also coordinate Rock, CO closely with Weld County, CDOT Staff Bridge, the other disciplines and sub-consultants to guarantee the full picture is considered . -�i ��� �p�y 'r .1- i £.. tr- . ..S.... £' - a'Fisv.F'r„ O.c£. "_. n “.. r t v Y.feT Y ".exam uea!- .p W.' V`i . f< SJY y "4 y_. - % j.y,n>. 1e.•' -r!iE�i _ t y'.C2—$.v'fl nw . . P' int ss>'4- �<Y £c4 "t _ _GY afr- Ns-. .:J..:.' .Ai`i".:�... r 'Tvi�t 1�. enirm+lY' _ sue... . S. Y� +. > . Y1N" iXiS . 'F R �� u WELD COUNTY: ENGINEERING SERVICES FOR BRIDGE 64/39A .�Q �1iy[�1j! 9 ,- kip 1 cAll HAY ICS .. I =v Zach joined FHU 's drainage design team in 2015 , with prior YEARS OF EXPE ENCE: 6 1$4-.�. experience working with the Geo- Env€ ronmental section of v y$ell kc 41/211 a--. SSW nen ill t4a- :. the Oregon Department of -transportation _ In his time at. FHU , PROJECT EXPERIENCE .A I • Zach has worked closely with senior engineers on the design ofM. E -470 WideningQuincy to multiple Colorado state highway and interstate highway projects , 1 -70. Aurora , CO concentrated in the Denver Metro Area and in northeastern wi Powers & 1 - 25 Interchange . Colorado. He has extensive experience with floodplain rnodeling . Colorado Springs , CO analysis . and CLOMR preparation • Zach completed CLOMP packages A Southern Connector for Power & 1- 25 Interchange and Conipark South - Belford Avenue. e( Moore Road to Airport Zach 's software expertise for successful project delivery includes Road) , Douglas County, CO NEC- RAS , AutoCAD • Civil3D . StorniCAD , Flow Master, Culvertta Compark South Belford Ma >ter. MicroStation , and InRoads . As the Hydraulics Lead , Zach Avenue. Parker, CO will directly oversee all floodplain analysis and .OM /L( MR submittals for the project a • d 'J4_' '•4, rl• r -n ,; .7. ,1 ••••.. r _9 ti. t :R"'"w,^,_ •• y e,!a1',4"; )-. `4 a r' • [ ..-•"s ,.yID • ,•' w • i 'Y ••p lY " •7S Lw K 1 a^ .•Y 7 i. •�••• a . 1 •. 't•,e::•It a . • . • • mdir 1-:iq 'Y. i •• \• •.R.. a , ! * w 1. ,., • e> . ..sr. •.- 'J.a 'n- • s ay. t •. > '�a-/r dh- I 1 •• �• - v i a y'*4 �� •mob. •�'°`•.� [a 1: I',r 1 'IP < \\t . ` ' . a • R ,,� y! . .' 5 - _ a.�+ ''�• .y13� i • • •I . f- CT ' % s ' *) .C > _ 'f;' V� #a JSsti..: Y♦ ' • • r, r - • •r •,r` it • 1/ •♦ e • �;L3f y :+. ':l�r�% • i• •! •< ) x -;i' ;. • • , • . C7 • ,ft ^ . • -2 . . a i. 'S'�f��}": R-•-,arP 'a:* w.f d. ., Y..; ,e4�i .%�� t ��"w • ter,;, P • •,J 9 • - • d 44 .~ • ^y e• �•�' . • ,�) k ••IS '_478 •y r • 9 Y' -it -� . .•• O d . I - F l!i'r % a /n cft• ' J 1• �, �♦ •-• ? • ♦ 4• . 1 r * • F• -i -�� ..01.te. ,a -`•' (-e fl*, 4'SiVk 'ct_,i1 4" - a' ilte;a' '<'nw Zit 't{-• �• • `L '�. r, e n • , rl�yyl ; ~51- , ., •r )A ' , . f• 4 .+ �•+ r, ,4 , 'rtetN " •:if 'k Cy ',*r� f ' • 1b •. <.• •Y6e..—Y NeY °• : • ,J < •Ac ;. C v ... . . �Y _ • �" s .�t'[' .`�4 J3 y�PM, 2y�•, i (j.. •a d {, •t�, a• ° j <� r • IffiSSJ S „a2.Y •• "" . aS x 'r„ 1. . �, i w•T+' 1 i �f ::: • « • F y n Is',, •• '`j• 3"f.C♦ f w > � •. v ,Y y s. -o `J�A:�ht., P t1s iJ ''w .•� ' y' i • • •' •.tP� ti Pr °y lip s • •,. a�. • 7 qe�'•i x,<n •w t..-,yKv<.qnr. T` Q j ... .,F •, i. i. • s. • ::,' 7\,40.4 b,1 n�₹)'`. •• • • a <'•:7::i 7' v,••'7'+� • • _ •f!C! �.i•uv4:.•r q ,•,,,, .. ' ,1 o {' �' ,. �/&.ti .. ' _ 'y'=� .a1tr7 :' .' 5,1(: j r? r= >�3 r • 'Y. < •y� tI'+ !1• • 1 v4q 1. • , 'di a J fI n.rt f s 1 3 5 n p ?r ' '. , a rI 1cs.-: 4 ''ii J •J ,x, fy'1 ..,a.:1 x,e }•e sc a amp l9,"" r Lj C4 Si tm i'• ca `f• ' rti�S•tilJv`=•.n • �r-•I Yr• <v L.ir-. 4.•i: ‘t1^1-a"' j i s ,l` .y�Jl y _ ••. t .� ' • °• •1•� • +r fd - M y° '<: h u91tia� •" �8,1,1." 1 .:r< r y,i 'w a. '• .4 ale- 4 x s2 4 n *I r• `a ,.y... a. -...-110:34. 1...15, a ii • ' L` '�a•AgI • ,1y' i PJ.".).v4 ! .4 9 r •w„,ft` yx`Y r$9p,'���1Y�','• `U.• • IQ'(Lt . r •. '' ••- 9n - v�� e.•); •sJ� �.• n •iE s , g w• 7-f '•,Xr? 4L.,83 ..v.: 4,.. y & '�YMr •�'.,yv!f �w{T r•'i' P "'a-»Y 1 .h '•r` �\l•'Y .. • •A r '` •• •• ail ) A.--la x � ..qa /• • +' wN1 * • 3 a I. < , .ant p ; .' r . so.�• C•5 4 e.L ♦S ` ° • ; • lc ; ` , - 1• • t < .r"• -. .a. S - ,-i' ^,l. � Lkl . '•• '• <v. �,ts,, • '. • • , �o•„i s�,r..�.,. °ti''411 �<. ?Y/a " �,.v ' � �', ' �� t • •T r• iVj v $dr .•° ?`. r •^ • } �' • + �•' i ffer.. 'y�y ' QS- . _ 4 . •�S� n oi•• ,• 1 3R•3 '�i.�Rg,�� s '+`. • 1 •d �, xalmb'4, ..Y v-tor U F..x +W' • [h f b 'S P .. >_ - - • '�4 • f % • (•e, r ,\ f 1• �air (+�s�'rsta`<'• r ;i s • • [ .n.,,,..-rP °T�• Y • } j x 4 y ' > .,sw 1 �i • • � •�•� •♦• ?s 6'• • •-eh '•1•��v`• ••Vt' • 1 .• • a' > '1"f 3 ::;g'r-` , k•.:,,. .n..._ _._ _ ._. ` - 4a .. '.`Nav `'"� * _ 1.,'_ ? • . •• ,,. �Ic('g.'� .?! a • .° ;5,, .rc ^ ta Ate it,%f < I �• ,a•F! h '�Ii sl' .% ''a I' • • �` • ._ - _ - aa, `' a+.+»3`.g's.1""�.,` •~' -,..J. - '7 ie n:�fr••- - .. Vs lit '�"di �a � s "It b' y� vi •a .-y. • ,:a- 'z �. "-.-., a t• C_- " k•'hD L<a• s * „r.• i r ,e r••.•s...__.. s.. r3, It a' ° oc•Y`: 17.:`= ‘, -4•• • —'-e..— -�•... - _ +' al ynil �ryat a�;rat*t-1 �'•• P''a, R,' f111 V. J a^+^i^....fi .p'141"E i .ate' ...:," `� +:{��,,""M1<< 9• r• i•( .i ` _ '° • M e.s.004 'd _Y .. J ;,,,,,J• • ,If" •1,, \ •• *•: • i 0 •w F°I f Y a t s l •rs •".₹' s ;3n , n i .".. 4'' ¢ } >,-„x� Y :+•l. w:..... >-•e , d d v & a r • �",` •,k»' •�y y •a•• •y• • - tia i t L. -c a .A. r .m.P i _s-: • •• " ••l a !c + •T"•.�' v •• t .: '^ •�9}.: . srr >�r afi vfy,�sv x.i 4yz s ,�`M. «% 3" .K y. �..₹ :`ift.c, ft ••, a` =r •' yam. ?' a,:_ ",v.• "e'J,i�s➢'.}`+ 1,.� C.a ys q° .yyrl +I,•oA •f! 'wa S i< .• • .• e J. J vP . et.•<,U` ."c' ',-.• 'ar' jv -<% r x:>i -"��'•f "az*8tr ' i. - ._••_ °''2• y i 9 • • ,}.>�} • •t T > n a • Q • fj �. - .* '"` `§-h :.'sue z .rx oX'S' 1 - M ) 9 'r' • i, 6r4 i .a' + :t "' Fro'', A r ,, %s ,4'i An F, ..�:::^. .� TJ :k5-• } , "�• •C Y ,-Ics l C .r ts£ .A , .•,•c .a." : .l - - -lg Y .m ❑ '1 S 'te } .. `y„ ' ,:( . 'x" ea sit -,t ., u r -v'drw ry ....m "P. 'r. >- •a„�,• "'ss_' n.-w . - 8 i • ♦ : 7 e� �! MY � �S. ;Ti :`"'°: )" ?a �3' ^w s; ... e_I ,a F. 9 , E. d Iky S :4 L ii' • .,e ".Sr.': Fx^' s,z': p' "'c•;. ""%9a` •-. t' : ..+"_ ,?.°; : a' } PVF .q tr.pfro '3 ,s ,• �..`♦y�s.. -�•`i' . <: ...u'. a: ^E`er ea: IN .. a'• � ,Stt. .'�' lq 3• .:'D q r _ % ' t'. -tit 41 ..wy<. t. � , y,. 3rd, .S', w"wa- - • ',p - - 't (• in. , • . "Y '�Y £ > :.fir e • _: 7 6 4 J.- �os S ''''',21-;...< �,� �� A > Ci y�.� �"pv�eyx _> yam_ �,, c ... -?v,- t 1• G "�• x � -�- -- n p.Y• . t. ' 1188ry88ry s:=rss...w._..-. 2'L�E�a3G 'r'a ��i`> t1�.. A' :�'k-� Vt. ;..+' - i ' ,, t+a'. A _ .�4i + -x� . L' : ' b A'A - Wit'=,A`-"Y:-' z�' T: I r . Al ,.� 'R3c Spa" • p • y.: •, A^ . �: -� x . . : J.. .... .. s.. .... .. e, rt,-:.'r ' : P - <�:. ¢ I � "x • _• - r:�>` -as" ✓_ � C'.: is, _ "R 4-.. V�Ac,. .-.- Na, 4. F4. i-`aT-a !F • 'u•. ,_., ^5^ s-�i mod-"• • ,% Y' R Std' . ` >a +J/ . r � ,�- � •s - . 1 ,S'..: a.. t �,#•' -� - ._ is >� ». -..-. . .... .-_ .r .. m. �-.: a a¢:: �. .w'i- Fn.,: N ...» � ,.•"'_° d 3 ..,•-, '..n,-\. .�: .-. ., :�. ..- .<4.. -, �r�- x::n°. ` ,. v •Cxb? r.:. t .mF. / .: . -,- n.r: .•:v> .- .:-.. .q E>r.Z � 'y s J ,!, ` .. 3RP S. �,1'y Gi ' •>?A••4e'e�' ,Y`'. J.i�♦ , �� . . .i?' .." ♦8.. nu' •4r: ti. .' :..- ..:.:., ...ro.. .� - r ...-.: s." >- � < Y6l:.. . .. :�y� -� v x... . .. .: :u.. t - - ...<.:. •}YS (?� ay m> '�1� '..' . ..�.. r a ... B6�.•.. t , ' .yv°H �Cu .w... .� : ..d. , .. '.,, � . -.. �T`' hII�:,, . �'iniL.a_ 3^:$r "`:�. 'Aa ��a. < P :. .• :w3..,. >#.¢ ..r. . : ...-�u..._ a•.._. ^".., . ..,4<.: -Y1^ r S,s: :.;a _ `a v '�°. • -: -_..Fa:- .-.. _.. � .n '4 ,.J,. rkY'� "�` x`@. ' Y�. x .xRg . , ;. J...YW Y -?m . - +,�: - ,•47<,s ' is +t- ., _. ._yea' .. : . -. .: .. . -• s t-.,..' . ., .,. .,. -.:: _,.ti, .�,,,_ � �_ � a�, k k II"- q . rvf .. -. .c"v .. , . ..>, . .:n. , .-.o ..>. - . ,L< - r3 .n3 Ra'}. '!. Y- '> ,f° - �F.d �: < Y,.. :,:.. x .a, '< . . :.;. wy - - wal 6,: • -y":.,2 - J •`J. y`' yef:' 1. ,Y £r c:�`Y �'h'z: .�w'bv S . : . :'-`,' . ?!vd� - ->« < ' _✓�.,'�a,.� °" � �u>3"-..,a' ,"< c� ` r'taY <::x.-.a- .an ^r.� .5-,�s. • <.. ,c„ , -->ti- ,,»� 'Y•+�?m �". .a: n- = rfi '' � '.tti •r , ,. .. ., ,r ,. ..r : >,a -r., .'€ -' � �>^J -: - >. •.:�' v'I t - "S, 3�;t .!Ya?,Qpyq s .....9:[.: .,/': - .: W`--'err e _ • : - :s,.F e. s x ,� .".,: 'z.. . s _..e,.2Hn _ °tx. ,..y4','. n. aS... .. v. - - c » -- -..:-- : a �: t a _ >ys`°� a i.. 3a :. _,i' .''a''2`r$a WA* 1 .: .. . , ::. - > ,. - . '-. : . - :>w i' .i`- `:. `` : -.<.-; - �. @.,�,. '�i[�.. .�`:Jpr :,x. '5'„•" . 3.5•t„,•:�g,,,4.} i $ ds °n >Y'P ° - --- �sx :1t <h •Y ' aY 'r °. e .- °ias.... -h S"S?_ �fl'r. '.'"_.` fr?�a bY k y YQT`#,:.:a> , `F,.. •e �? 'S .,Z;e �. t o,`.R - °. v"'� -..N: :'< >» -+ ;r;, -,-.4%.,‘„,,,,,,;, xee -.,,,•'.' -, - °> S .,. ,w > > ^�y,+.a'':y S,r' 4 ,3 . z' iyak.av �', ' - u 71 � ♦., . ., .ae Y: -Ss. 'e3��� '"i"?a•. , . 3,.� e '�<i;.�.. Ti 'G,JM.F A>: , . > ¢ E ^ :is'4:.w-ii. - R? - . .•5 AP- ₹1 "Te. y, R R£,: _ „R,rte •, .:4. <��� :A, w C _ F ,C 4 r r - .-..>tf,Y( " [ - �* t\ Z• .i �y (y, V.W.S. F :� - 1 ala y. • .x: `\• '_te ? r. .. u - •-4vJ rt..,„,„�-"` ,s> m,�2 f-?> ,Y. t tom:. . a r. a. 4�< S li.<.r ..� sy _ f._,sx 11E ` - - :'as-,,; ?<:< .:'t'° - '.obi-" 4.4: a a'rg R .;,�. ? x-, lam` '.Y4.4.;,... . . �. £ zsv3y. r`3:A&'¢}? 3 ry Ry A n,.; I• "].r.-. • ' ‘ <Y :. .tit r% •3-' >r>,a- „� "'$. `'Y� 'cT$4.a?. ..a� 'y <1 % '4`g " 'a4n3n'C 4k'. v' ' _ --. - - ., :$.• b5�^-'0'.�i a EJ c -M1" .rt s�>,� ac rfw. 4 •'TL r :¢, r y:. • "•,..; ' [X�� - r...,_3 ?F o.a �'t�' �x`: z.'•w�$i. 'y.4�,y.`r.,s �'"Sr,.�; :'� ..��psp....,y .e !L dy,�')£:.Az � •e � x -: �f ,�.xw C' �� i"'� =Kx''xrs;. / s. If l �,n 1 %�i.. ,3 . .a' as '+f"TF•.riw `tp,,. Y. �T';��, .Y•.» °T ,4 . .i^r<) .:...4 CY .a..vbi . ' j• F. �: > R. Y .F' s.. .. • . . 3 l:. r.,.>.. , ... n y F�C".:: . .; .. .. ., • . .. s ' - .- . ,.,. ^ ,,,, . : '.,?, ..b' .,. . ,.. -<. ≥b :s :. x .... ., .,/ o. A. � .,. an r. .. >'>.� .., o. c .x, °w .,....fi n -v.. x. / ,.. ... U.6.... r-. , ... - .., a «s - �'. K ,. r 'M1 'rare r •.. - A. .o, s -.w ( / 44'� n y ft-it..t , ..... . ... .. .. •yw ...a'w.C' 9Yf Ac <o ..,.. C" :K'v :., ..,'."'> S a -- ., i7,' .zt+. _>A - `b:rY+ 'r, a. cry J '.�':...__ :r ,.",�Y.a .< xs�,sx rz,<x•4-,' }:.<..7—..J.•s. 'Y.'4: .r..3>' .•a'u'°h o..C�.. ° ..xa>,'13R? '.vKe?',>'Ke .swsa..r ..k-E.'K`...s:3 t'>, v .e m•"- .>'e .r '."a._' ':tr` '.'a�.(G".3i•.,�' is,F�..3,:•? +tea ..;,'�"^«' .. . . r'r3,R.Yt. ;,» ""'.y.< .�'e :<rs' .z�0,�'Sa-,. . :.xaa,s.3C,c.�i+ -_ rg,'.J'.:. t :> s `1"$° ^ e'`1 h 1 ELD OUNT : GI E IN E E R B D 4 9A 12 •'o G S uti,; .° • .. $ . .`.. •va ° 'fw .`„{1A,A"'._ `in sPf',', 0... 77 �t h'�'>Z'e - 7 ,../-�'�a v �' ✓< •a• cr • ad'�''1".. " . a, ° 9 . v rK,t '.y a r J!< v> f )'t� ,{t+� I f T 3 u '.1. j . -.do, 'E c-^a • v , . ; c #4• ,.4' .>•. wo Sr V .' �..'\ 7 : "y rt{' v / s. •v S.� 9 Ly:•�•1•p• )♦ • x • 0 •• •• '� ♦ +Yr T !1 < f �,/:r fL '"° a °c , a,v'S . . ° •J •. • [5 4`-` Y R �'re ,,,,z,_„ tSI J.,,,:.....*,, ✓1 >v' tr;.rr i J'1 vn. °` �s • • . n • J • - 2° •a • • '+a i �'z. "••,a 5 "> Ms. 7 6h. L V Ak s s i i•Vicg ,I � vl' c° �G' ' c>• ✓. a e9.. , 0 d.4 � +S ,,, y°n4 n.{ it `r,yyr .. ,Tx r• ; r *r �'' ry,c Srct' u:: 'dr: .a y . r. • . n ••° ; •• . e c ) ./ f.4c,e'. R{5 7`,vi t" ^f{' t'' i,s r to i rr� i+: "? '1. • . • • • a a -v . .-" Fr'•P57.�.y [ Y c.:-.p.0 ri !>� 1 ` -Mw �t ✓ :"Le`V�c o °• 9 ' . k R.a oM,>dw"iyAJ° 9a%.t, -"K {c �' i �..ii� 4�� o- •••, . �' 'tr ?:.�0 '' t"L ° a°C °A'-7c -vaw Sd, d bttl.'': .. a .. y.; ••.r "- r: <•c. J'°a °e-�'*, vv Ip ",.:::(41. t,,.�r+' 0*i l ir,• 47.• v ° • • ▪ C. U• •rte ea%i1 '.ry • I • • • 6'ra • • .SHY . _-. S ' i'• w 4R x x..- e. 3:. y'yi ryryi"uy rRR� , :v i ;, p '.'Y'li,° 0. Y B�Sd A.7�.•>l A3 i.I-. . aA �'.�'"..lb'L� • a ',., a ';` 1_ny,•. 1 N y.. 1.,.t. ,I ws . 1µ 1,e. 4 q : v ttg- w.;' 9:YN3'RY."A:V.tl:MF r4�lw°y;t� :r.'.x, x - �: S $ -v ... '.Vy G r --_- . - 1 ,`-i 5v ..'S.t "f'�. '.. r �'Y yy' _ _ .v �r3 a v n . w +iw dl:,, 4 M '.9`Ag, ... t31R .... .yaF w� :•.� a gy,' T�'F; 'i.,.y rjri .:k,FN I1� aSMI5 #._.� _ : . .'3 n^ Iv; $4 6 t .,e rte• - .t+y�"lia .." .. �� '" ... �a .e �w..N•+•.r+w ` .. .9999 a r,', ._. aLt _. 7n •�?�i!`f 4 ':. - --:__ - `. _ .. .. . ---•_....._ -.a. .. •n •ncsrv�q G �i."� r' ,,y I:,, M �FdP•5dR3.itri t-3.- Te.3xort- ,. ..,"4 4' ';. *!eevrornaavra_'^e's*s3eaas?p1 4 b, ....b y� a• «_ - {'.rL .'�rr. > _ :a for '4+ �' -* -4.35 r4 -ti,i44 • .,, uq __._ . - Io -_ ({ .... .-"i}gt1 '�&z i 4 .. . i+' r r.- TWpN`-;-4.2 .. n9 � „ 4 61.. 441.. 'S} '•'xc,`c.'s rah, c _ 't._,i . .� S 4.., :. lots.- F ),`Cr , "04 - r •2i '`�- -�x� / _. _ '1.4. Mgr. �J l .:'N.v �".,):• �_.y '.," • - r"33 ;o �f+Yr 4, 4`A' - w -=* ', :''''' £' h v .4 ,r` 'r• Fhg-,1F-17,,, `X - '..?. s'.y '°.;,� .f:Jr'. rr 7 '.. .a ':ri -. _ - ':It +qr.r ..F ii R. 1, •- x .r• t >,�: .. - �J.,. r f Y' --4,--.____- - - -.'r• H1• _ 1(r, ... .: n e ..�w. � -�- ,` . j{a :.. ..fc , �' ♦ '\ _ ♦ f -,:--,e,i's -7,-,L- - •v. f ,_�. _ .. ..-' ., ., ..� F.r . . / 'A r Al Yh . • ilt r. . . . . . .., Tbv .. . • ..{ ni . :'::.W ?�}.< VA. Ir. r. .( . . YY"v. � i:. .a >:�; •! •ill < ..• .r .....i i> . 1 ..: :. ..• , ,. rr _... .. .. i '�� ..' R . r .r '.o. 1.=,,'#<=1.1f. . . YS „ i; .,. . f ."8... 1.. .,j�Iv� � �� � . < r. : ..r.,:.. ..r �. . �1 ,.,,. .!>e r_ .alt . nv 4 ,. j_{C(. . . . v ._. .). ., r. .,a _. ,. t ... r .: S.rb AN v Lkt . w. � 1..e .r '... r sy':r. Y:'. a ,� .iv2o-s " 57 ,� ,,: . -• d1;�� ar,�. ,.x' . .\ . n ,o'... . . .� :+'.._ a. ,: .. : .F .f 1. Y. M .awY. �., t R $.x'.' , ,.. .. e.. ., '.♦t e... .-� ,. i f , ..' _ ' t ..:I. i..�f' .: .1R',..w; ::'«.:,.7F,., ......., ..._ 9rwA'h , :- > ,. s S d .% A ,. A. . . . � t.K. A . x... ..: . -.. '.r'rev tf- c... ..,. 1/ . .... . 3. oxp r ,.n .. . . A..e,n T:�'� , .. x .. . '� .< ,-,.. . 'S s..r' !i h z., i'.. .,,. . .v .or. . '. ,a - Ff .+ '. . A n�- . , e4 rt�.. b " w ".. X. � :'Y .': « ... . .. ,.,.. ,:.. ._ r ». :...,. ,, .;...-.,-,. , 6dS. ., U'�'.r:a ,moo.: -<.., ,.•,�Ub ._4a,:...a:..,._... .. aE..<.. '..,,-._.�..a..,..wa,...-„,r......y<. r.:.- s. -: .�- _ . .. .......n .. _u ._.. _..,i.• .`-, ...,_..-+... . -._ .� _ x -L ! IIIIL PROJECTS L N Ir- IAJI rim- non tr: I cc' nu strop ART vpc cizc ikriin crnpr PROJECT C T IL - . .. * . 1 D E - I NE � R EA � _ x � t U CA I E ; pRoviDED FOR EACH PROJECT . n. WELD COUNTY ROAD 4t, D [ SI6NBU1LB " r ii- ..„-_ ,‘", RANKED # 6 . rr-' F la ANT Pf COOKS Of PARTMNT 3018 TOP TEN ROADS IN NORTH vii REFERENCE: DON DUNKER, COUNTY ENGINEER / WELD COUNTY PUBLIC WORKS DEPT. AMERICA rj (970) 400-3749 / DDUNKER@WELDGOV.COM F. ROAD BRIDGES MAGAZINE Sb The Weld County Road 49 Design - Build project entailed the reconstruction of a 20 -miles corridor between 1-76 (near Hudson) and US 34 (near Kersey) in Weld County, Colorado. 5 i /i_v The corridor had seen rapid growth in traffic volumes due to oil and gas operations within 5h�� FI"{ ��a � �0, R ti R Ne the county. The existing two-lane roadway was asphalt with minor drainage features. The new corridor enhancements expanded the road to five concrete lanes, dramatically improved drainage and six new major structures that were undersized . The roadway components included separate design packages for three segments of construction • PROJECT TEAM MEMBERS that were phased over two years . The packages include geometrics, roadway plan and Pat Stein - Structures Design profile sheets, grading and erosion control , and final surfacing plans. In addition , there ��ndra Gabbrerf - Hyfraulics Lead are multiple delivery packages for over a dozen reconstructed side roads and nearly 200 3 existing driveway or access points. FHU was the lead designer for this projects providing all roadway, traffic , drainage, structural and environmental services . While project-specific management and quality plans are prepared for each of our large projects , FHU incorporated design -build-specific quality management procedures for every step of the project to provide confidence to the owner that the design-build methodology was used to their satisfaction . In addition , FHU prepared a project - specific 1 Transportation Sr °'Management Plan to be used during construction that ties directly to te' • elements of the phased design of the new corridor. . • 9 f e' 6 u t " • I° la° _�� - be r `• • n ' ' ( r3 ti ••Coordination for the project included open _ ; A : Mi A919A'14°r t+�w�..'w, R YI • 1 .+s w•'•1 •�.• y^' F f a , t}•houses with several communities , bi -weekly `t 'K� � nt s: Mf ` " -%'• ;,I�;rr � ,� , 7.jLn. F" „ w• ": ',4,Vat it:' gpx tv5s T .:- �aa sr - TI1171-1412-64'‘" r Y; �r ." yr �V r ��rr�"$9'Y YaV >t�;?c xc " iw � i^Ir<4 A. a. � t 'v- ,�K ' .•a . ' 4 ?s:{ . a.. y ; : a M 1a�y,��rs $ Oti'fro •.,P t ° p>yr.i ? 1.rr! '.t � h v�v'� n.F'.F� s� 'r. . .'y� 5'".3 1S� ,/ '.n ^?I`:� - + 5��Task Forc Meetin s with the contractor � , y= �> ,� _.. , s y y r. f 4gy � l� ?� a,ys ' � ..w'�•� TY,r Ik t'� ayY � e � � i s� � ff S; r 1y, �} 1J-v,,A i <ry v u '►. � 'w,'r'h(LY.IFr.�... 'R'� 'ti '. . • , u!' r`. 1r \< #• :3 team . and Weld County. Coordination . N �rt v : 7► . ,� .. , K �*� 1 Orc r w V` • �a� Xf S. .,,. h f :r RI > r v ��: tw. ,sue i - 3i�R - u ,r ., .A. . 3 1 v�Yf �, a.. ., .-. }•_..• -4.‘•-• r0 -t: ■ _ {, r r'.f'4; . r y► , f' - r ,..-At < °`V'. 1 . . t • at rr .'Jt < ..lei A r _ ai ' V 8 tea F_ .' {? �i4. „--• t. a.,i07 f4 'I, µ.< ' .i,A'F X Pe-.. involved several hundreds of miles of utility ' � „ `�` ' � ` ` _ -11/4 •°a ix -, `y - :I ^^^44F"L'as'-k;: ..a rJ w'• 1 f t,t r - ,._ a Y ( j•, /sr# , / '. relocations , the local irrigation companies , :.' - �• � � �f 'j j� � �v and access replacement and consolidation t 1 ' � ' 1 ` 1 �� i . RIi� e , s.A (r.t, Lit x i • with ad avert property owners. The projecttie; �J '�`•" . { 5, Y y r . , i f i i it'3A1F'r�jr a �v;. 't ^a` 6sg i`t? . ,°k 4 , _ l,in"�• 1''a r a a °. . ,,:1 . :.r�, tw t ff ,. 4�,i .:f • c n ..�Y ar. • r =a • 1^a• 'rr i' :'- - schedulewas completed udder budget and ors 1 `ei 0 _) rs� 4,4 . • R. 4rm it.r�.4 �. 1 �,in the Faff 2017. __ � � . � : .u.� , ,.�: .,��_. .�,� �y.� .. �_ . . .• _• . �.:ei: ,. .y t -'_^. *�/•^r::l� d-,.•°"":..°U.-v" :was r D,:.: a.n;nt s� ::."'. _ .. .: - .+.'-'cY.z<�c 6.,-. -:a>.,:.. .,r,y .' i..qY-(. :•s:Y�a - ; .-_�_. - .[.-:_avan,. o.ra: i .Ha W?'r. ='= -nSsrs,a• �'rr r;l'. . ^ !•-... >zr,E+tiC.:o:. x rA.r.is r as9T1 ��:�Z 3� �� `;CYv�T:,w'�°�i mouse amimmunamWELD LINTY: f 1�INE I f 1 �Cf FOR IDGf fi4/394 13 STEPHEN O . HOGAN PARKWAY CITY Y OF AURORA REFERENCE: GEOFF NETTLETON, PROJECT ENGINEER / CITY OF AURORA PROJECT TEAM MEMBERS (303)739-7300 / GNETTLET@AURORAGOV.ORG Pat Stein - Principal-in-Charge FHU completed final design extending 6th Avenue Parkway (renamed Stephen D. Hogan Kendra Gabbert - Hydraulics Design Parkway in 2018) , which will enhance east-west mobility between 6th Avenue/SH 30 Alivia Plankis - Structures Design and E-470, and address increased travel demand due to new residential and business Zach Grady, PE, CFM - Hydraulics growth in the area . The project includes roadway, intersection , and trail improvements; a Kumar & Associates - Geotechnical 5-span bridge over Sand Creek; onsite and offsite drainage , water quality facilities, and . Design creek outfalls; mitigation for environmental and floodplain impacts including an incidental take permit for bald eagles in the area , and obtaining a CDOT access permit for the SH 30 connection. The project final design included the initial 2 lanes of the ultimate 6- lane facility. FHU worked with the City of Aurora , CDOT, FHWA, Arapahoe County, Buckley Air Force Base, E-470 Public Highway Authority, SEMSWA, UDFCD, and many environmental agencies to complete the design and permits for this project. f Although this project construction is still ongoing , the project is projected to be substantially complete by may. 2 ItCCJi + .' Y.w. . —.. tt .s.AY — —1r•—. Mv:—rrt V• +art So'R.. _4 � early Fall 2019, as was committed to City of Aurora s= *a tZ�v• - .d `_ , >,q(t Sri i .4.(r -t ♦ V ;officials. A -Iti-��.r z,' ,sv 'W y:y,` '/ " ���{"` r.e a d , �...=aM. ,F...� ry ` w• J � J^ > - rr ,tif. .•S v.' ¢ wE'CR4 W ?. �i ° �p��'�'^` - -0" -its : �r v •Y,';a �' f Yb �/ � ('04 b �+•5R Nt r a inn s t-_3� `.�' „',� y 4 ;4‘17:;,-.'=` ?�.. 43 F a > er i y, r r a y fi y �`f ` A f'9.rne4 r77 x <,, r {� .3 ,- ' s <. t*:,1 r ��^ 3 �� .%",Sy�',1+7 / y .r`'u'f' -� ex's,`a2,Vq,.,�% ,i'. i•'^a aA' £r `S 11f 94( r Il ' �ti sr �h.::i t wl�f �. .r 2' r -« W°" srr� ��v+r`^� r� v�'� S` Yer Cyy{fi{eJ�m tlAA l 7,,^��^ (xYr.t�<r �•" r a ,�r�y� y lJnJ� • f7 /Vt"'�. + _ < tF-*'WF.'..r{�.'Y:'titpFiy�$ L�`. ',I S„ s '7F11,(1. h ,'p .St """� ��y� ;:.' • 'Xr .'(d.Y,S t £ 'N:atx � ,p �E;EI lv fir4 ..iµ.. Z. r aY``j b ,r tS .rp, hr M4 ♦.r \r r q� w So -z v tk :.Fm r - b . R /'.w , jY✓' r M Tice n L .,t 't v.• Mg r F. 1 C . � + n!v y m gv. 5- - wf ' - yl < t;v T �f � rti 4M" W l 'r` ` gxv��s ': :' .`�'"' - .?� , .... ` f,l l, �. - r . :Rc ° -_= w,r E - 470 WIDENING , QUINCY TO 1 - 70 E-470 PUBLIC HIGHWAY AUTHORITY [ AURORA ] REFERENCE: JAMES BRADY, ENGINEERING MANAGER / E470 PUBLIC HIGHWAY AUTHORITY PROJECT TEAM MEMBERS [303) 537-3711 /. JBRADY@E-470.COM Pat Stein - Principal-in-Charge FHU is currently completing the design for widening the E-470 tollway to three lanes Kendra Gabbert - Hydraulics Design in each direction for an 8- mile segment from the Quincy Avenue Interchange through ( Alivia Plankis - Structures Design the 1 -70 Interchange to just north of Smith Road and the UPRR crossing . FHU is leading j Zach Grady, PE, CFM - Hydraulics the design for all the roadway widening as well as a new trail from Quincy Avenue to I Kumar & Associates - Geotechnical 6th Avenue Parkway using a Construction Manager/ General Contractor (CMGC) project Design delivery method . The completed project will include widening 14 highway bridges , constructing a new pedestrian bridge, and constructing or extending multiple culverts. Alivia Plankis is leading the design of the structures on the project which will be completed on an aggressive 17-month schedule ; the preliminary design began in August of 2018 and we are on schedule to complete the final construction package submittal in December 2019. FHU also led the drainage design and floodplain analysis for the project which includes submitting two CLOMR packages for trail crossings at Coal Creek and Murphy Creek and involved working with multiple overseeing agencies . The environmental services , signing and striping , and construction phasing design were also provided by the FHU team . Throughout the CMGC process thus far. FHU has worked with the contractor and owner to incorporate design details that will improve the cost and efficiency of the construction . Construction began in mid- 2019 and is planned to be completed at the end of 2020 . ..< . -.r. ..YsE yy�.z ..t - ,. -w,...M w[i.Wn.� r vp.,: y ray - �m1xr ,vy.,¢.� yry�y�T.,ri?i- �se�.KPti:. x ,3.x �g°�kfi... ....:r.:.. .. a..^' °K lk :,,:^:.a,,.,. .. !':. ..:i-:r .kv nr.;2OBI' '7--r- tilR>Xsta"irlf* .E�M'.YVYLttware 1.... r i9iw� 'Yt.e. , :.H IM zar 'Ywrii q + .Mu Nd PYa+^.. 'vs .'F,: •semmommanummin.WELD COUNTY: ENGINEERING SERVICES FOR BRIDGE 64/39A 14 POWERS BOULEVARD 81 - 25 INTERCHANGE NO THGATE PROPERTIES, LIC REFERENCE: GARY ERICKSON, PRESIDENT / N0RTNGATE PROPERTIES, ILL PROJECT TEAM MEMBERS 07191531 -0707 / GARY@EXECOTIVE-COMPANY.COM Pat Stein - Project Manager FHU was selected by Copper Ridge Metro District to complete the preliminary and final Kendra Gabbert - Hydraulics Design/ pp P design of a fully directional interchange at SH 21 (Powers Boulevard) and 1 -25 at the north QA/QC end of Colorado Springs . This new connection to the interstate provides the next link Zach Grady, PE, CFM - Hydraulics in the vital Powers Boulevard beltway around the eastern limits of the City of Colorado Alivia Plankis - Structures Design Springs. FHU is completing the design of six bridges, numerous retaining walls, roadway Kumar & Associates - Ceotechnical and detour design , as well as all the drainage and water quality aspects of the project. Engineering Services This is an ongoing project. US 85 AT WC AU ): UiARY LANE IMPROVEMENTS COLORADO DEPARTMENT OF TRANSPORTATION . REGION 4 REFERENCE: BINBIN ZHANG, PROJECT MANAGER / COOT REGION 4 PROJECT TEAM MEMBERS (970) 350-2245 / BINBIN.ZHANG@STATE.CO.DS Kendra Gabbert - Hydraulics Design The intersection improvements at US 85 and WCR 98 are mitigation for nearby road closures as part of CDOT's Weld County Railroad Closure project. Due to the terms of CDOT's agreement with Union Pacific Railroad , these intersection improvements followed a strict design schedule. Although construction of the project is currently delayed until next spring , FHU delivered the advertisement plans under budget and per design schedule commitments earlier this year. In addition to design and traffic , FHU was responsible for drainage and floodplain analysis for the project. To facilitate the construction schedule, FHU hydraulics and design staff worked together to develop an optimal design to achieve a no-rise condition . Weld County was directly involved in the project as a key stakeholder and Floodplain. Manager. This CDOT project was sole sourced to FHU based on previous work performance in CDOT Region 4. . .._ � .. .. .. _o -. "'9 - .. , _ .. . :„+1z _ .. Svc.SS«. ._ ,..rr:ads.- - .R .�- .mss- 2 .-Y-,r. - �. ...z.. b. . G;n4 br . r.nw ..N�e .•.... :.-<.'•.S.�. ... .-y-z �✓3+E.v. _r... :,.. ->.�, -.�!..�•. ��.?en.w? -- . .�c?r-.:..N+'.. -ael. aiU�, .Iraq . cl 4nK� sMT3Ai`+kf -»... ..a.h.,wY .w14 ♦ 4. .[.�..R. .. .3,�-c' �l. .5� ll _3c. �.. `Kr� ..• .� h u` N1 dr6'.M` Samt cE WELD COUNTY: ENGINEERING SERVICES FOR BRIDGE 64/39A 15 • SAMPLE PLAN AND PROFILE SHEET CURVE DATA: A a 60° 00'45.34" Lt. Dc a a° 46'28.73" o'' 11 R a 1200.00' � ..,. L a 1256.90' ova / T a 693.00' dc�� P1 a 122+02.96 Oc cc) i Layout Line is o chord + between (. Brg. Abut. 1 cc! & Q Brg. Abut. 2 78.1'a1 aE Brg. Abut. I Brq. Abut. 2 Ste. 115+10.93 / SW. 116+35.24 <? -iiii B.F. Abut. 1 I 90° 00_000" (Typ.) / / / I B.F. Abut, 2 ao 1 f To Layout Line 1/ O— V.C. a 550,013' Ur — - ,� _ 9 I J, I' •r• 0 rill i.�'�ie:rnwY.+I..3YOF� -•••.�• l4l:Y N 0 '� o _ ►+- y y I I I ECL Southern Connector + ^ If c ,o o w - rn �? I I y I l 11'7+00 .^ '� U 41 y Ln m w — I 1115+00 ,I S 7 . ' 4$ 116+00 i t -to US A5 v H, o It To Moore ___ ----- Cl. rlr r- m Rood 1 I .+ .Y I� I I 1 y > a. LLI Obi ICJ a W• y I 1 - `6.' � n I I s ■ a N. I7 L? y 1 N �..".'��.�r.�..._�.. �saa: - ^r:.�:awr.�r�r-..:.�.c.<r_tia-.acs.-. .� �rrrr o r 6 -Q _ Location of Stucture s. co Etc) rz r r r .v .v ° CJ (� 4 a2 o a 1>-1 Approach Slot, (Typ.) -1.S7/. w� Q tD \LC \.'.. '‘..' ,••.,., o o a J. Edge of 100 Year cn cO s Floodplam (Typ.) 'n ° s c u 0. W 0 v I SOUTHERN CONNECTOR I cs PLAN PROFILE GRADE m ei T :24'-334" u Dimensions measured alonq j -" O 5800 - - Southern Connector Road HCL L_._ P-3 ' 1 121'-9Y9" . 1'-3' 5800 LI co _ B.F. ! c Brg. Abut 1 ¶ Brg- Abut 2 . B.F. cw — Abut. 1 ' Abut 2 - 55 5780 — I — 5780 o - El 5764.91 El 5759.97 Profile Grade Line - Slope Vanes .- 5760 — - _ - _ _ / — 5760 — - _ 2-1 1 (Typ.) C-5,�%" . .... _ ... ._ ... - .. _ ... ._ _ _.. _ _ - - - - - _. —. 9 -- -\ �-'~ Existing Ground - a 5740 - ere EL . 5729.15 (100-YR).--e Anticipated Bedrock Line — 5740 0 - E - a. _...-.._-... ,, i.►y� __ _.. - Soil RI ra Steel Pilin ✓ 5720 t— Steel Piling (9 inch) (Typ.) g -- 5720 _L. g 115+O0 116+00 7 117+O0 SECTION ♦ Elevation at finished grade se (Taken at HCL) at Southern Connector Rood 0. - i Print Dote: 12/12/2018 Sheet Revisions As Constructed SOUTHERN CONNECTOR ROAD Project No./Code 4 File Nome: 17298_QR0G_8C-6605-01_GenLoy.dgn Dote: Comments Init. OVER DRAINAGEWAY 6605-01 • Horiz. Scale: 1:40 Vert. Scale: As Noted C„ 54 I O ULAS ci OI JNT`j Na ,Revisions: —_— GENERAL LAYOUT i T .:,.. o; ' 9800 Pyramid Court. Suite 350 `J U Lv j Designer: B.MOrcotO COLORADO Revised: g Structure o Englewood, Colorado, 80112 ( Detaiier: K.Soeliner Numbers c Phone_303.3501 490 Void; c _ C Sheet Subset: BridgeC Subset Sheets: 8C-3 of 1g Sheet Number 161 . ..... ..... ... :..... .:: :. ...,<,,k:, r' . . `' -- - - � I♦SIr ■rrwA-�+ar■ra>�rirrrraas asses w■r rrs. l rira rMt Ca w a r rra rair ilir raa,iI II aria r r.MMINIIII % = >z`-> .l9,,,\Pa WELD COUNTY: ENGINEERING SERVICES FOR BRIDGE 64/39A 16 4. I ' 1 i • • • • . J. 4 ' iL . : II I . t I • a I i . . , 0 j t i . f f I lit 1 I - ; NI . I— A f I I e. lb . A _ / II li I`'AA. - I „e, II II ll II R I _ i 1-11 !! I. i . 1 . II., • • 3 • • •- • I . i te • i •c • 1` i 1 II = ' . . • , • #: < .2., t. ,. . . ... ., 4 , t .. t . 1, 1. t • _:�._� -�.._.�._...._...:.... _ .. _ L._ Y-._.« �__� _-.. ,�_ - •rRL .•. .R:C-.-'ta'C -.•<->4•-atw-r. •r y -i - — ; ��T. ✓s �$:' f. •f>} m . 'yY -e��lYYr-...�.•iy+y�.�.� qbi.., f sr• 7 .0,41.0•44 ` • j• F .fi•a- .. \ ,b. ). '�,,:1t Pin " wYr" 3k x !. t - • 1 4 •15{ Y3.J11 !Cpl. . . r''4V J ., e ' 0 1 y ort• , 7 jtY• . v • .n • 11 z- +:v1a Q ' -Cnr, x., n i I, 11•.yF. ♦- fr ra_L- 1.a'u'N/(� .J. �'0 •r i a y •••jl •d•�1•yA�4,5. W �. tub, IS .�, is ��: >.` .t .h•Rt a <: �<Lit,r1Ff t }pry .i �,r• 'i• i '• •�3 d• ' c'`lva/ 1 I [ g}--t•';.1;1 1 1 .::. ` I -v t`I 1 Pt aY-r• •F ct,,t,,� •iA ,�S,,� t5: %q ''^x•!h- , •IC'ri. �Y} YT.Ftt„P; . i'r -i•: � �. i� , I } tY ,. ' "'SN"''� a, A {kA1 , s.. 1'-y > vl -F 1../� ups �r;T �Y I� 1p, 4 -.y. AI. a'.Uy7 :1iIP7".•�. 4 -AUW:,c�. 44C-L3J1;I • • )47:• • t1i �,C^1 I •.: . : �y , , ,�.=f +c ,;I.;jj ..2: !i._4JOr 4. �t., ri ig>.. .- :4i " •' •?;\ 7.J+'_ r J�n.�w/ M fry 'ape . . "Zt, . • • .� i�p x-� _ - /<: - : M: J : .:.,,,,`l. '>s.' ' ..,,,. r,, s-. '•.--141. ? Qc+ f}6•21,0M� th.`14-Z ,, •�. ,,, r tlI' bk •••• •!:i" a•(.Trl,•r ��', 'cz'X _ 1 "-.{ t` j - - ✓ _ •n ^a a a• _ _ •Y. -? "=e Z� --5 iJ(' -• �.",>,•'°'• � ,P• it. a •B l• `h O ^ .�' `� :ti - !,Lr A.�l� `$ya�i�� 1 l __'l• � _ ;aide" �� r r'S o a• a ••�+ L•�q •'• •. •�•� • w :i` .Q _ t "'� J- �o�. .'2 '•• ✓ _ Zi>^r •v. ..1+ ;k ^;.•, Fes^• 4 . .°�,., rase y. F - -• +r. -a- - - `. � q !; �.: .--.....,44„„$...,. ^-�.gy.. •Y-�y'::. x:-L. .{q� = a ':e: • ;ttr' _ _- > a < _ -a - > _�•?<,: .x_ • a .A- r • ,giu 7... - «. ¢ — c — t Si • wit. o .c mac• • • •_. _ • v - .ca< mW uazW,l}f . otip. T . - - s ,"•_ - - f - >_ - .�_ r.�_ a �• .• l' ...gums1. r • a •4/r+c:CRe-�ana•'�cv;"r_vnw .. la.a:_,uo w@$9 .a (+ L'• sl•°,` " - Tk 1�. v ,•vim ` " .r _: '�•.r , a • .,,,,,:v4,-. r �. e ` ya € Q R 1e 'ice. `\ ,N.._ • '�`wy •.r.. e ` a.o:§ +_ y a Y •alb may,, ae, • �yry ••i 4... I °e .}' ': _ if, NS Sit r` `f.sk - f§ Y?4, as`« .s>,u, :,pr�+ '•^nti�rar .��'YI"ice•.. ... �..�.- I d . . :•r.- nl a1. t o }t y F : etAkisa I .• 4.I 2.7 • w• k t •- 1 „@.-- i' RvVai g`�•� 1d _- s`t t cg's my �• r [�r('r v � 1> •" asH• d" •cw �2°STa;Rnw Nss. °y • 'J� '3 •] y a��'. q y' ¢q • tKr'$+i�y'b:.`}iejl:A 41111 'r. b} • a r{,. a • '�. at er .ry ;ye•. w, ! AV%. %1. .Ij ^� 31��II 4� x q,•� . 2t'ts� I yy �' w e gY 3J. •"---... �l I�- Ewa' s• • PHOTO _©<PEER ROME0 y • •of , -AirL , ' .- . , y j ,� •2Y rBr:be� e"9-`. ..",* .w r • ea i £ -.^w ♦.r•w+ p t aa+aJ!-.eYtsY•f^aa• .,rlt I ..... . � .. � - 1 ., -a .S' a r: • ..!:.aTa♦- • vd' a.. , :vi—,.... '`.� ,a Y.a 4...: ....... • .. ... ..Ja f . . .. _ ns ed_ .. J , , Y' .347::::::. . - L5;<...:. X' -l. -d... i-''0.`,4-0M. C, x.p > . . , S +k +y 1, . r� .. . ., GT' s. .. ,. > v , 3.' r L. , o. G� ! ` le ..}. /WJr; : ' :.:.... . . . . . . . - c... v.. ,.a .. .. .. . .. ,, ,. :d .,-%. � .,:.d; ; .. . -r,.ro ,-1c.:):b :•d''�:.. .s.., c1'.:. . . >Syz<' i, 1 . � a FHU IS FAMILIAR WITH THE WELD COUNTY AREA . HAVING WORK D SIT H WELD COUNTY VARIOUS RB JECT FOR OVER A DECADE . INCLUDING THE WCR 49 DESIGN - BUILD . WELD COUNTY BRIDGE 6 - 25A . UPPER FRONT RANGE CMAO ASSISTANCE . AND WELD COUNTY M JFLI / IMPACT FEE ASSISTANCE . T Hr CO . L_AB RA SON HAS LEO TO BENEFICIAL INSIGHT INTO THE REGION ' S HALL N ES - PROJECT TEAM WORK LOCATION Personnel with FHU , HKS, and ME are located in the Denver metro area , less than an hour-and-a-half's travel time from the project locations. K+A is located in Fort Collins . Our team 's project work regularly takes us to the Weld County area , as well as the surrounding region . FELSBURG HOLT Li ULLEVIG 6300 S. Syracuse Way, Suite 600 Centennial , CO 8011 KUMAR 8 ASSOCIATES HARRIS KOCHER SMITH • MDULLER ENGINEERING COMPANY 800 Stockton Avenue, #4 • 1120 Lincoln Street, Suite 1000 777 South Wadsworth Boulevard , Fort Collins , CO 80524 Denver, CO 80203 Suite 4-100 • Lakewood , CO 80226 • KEN TEAS MEMBER ' S FAMILIAtri WITH WELD COUNTY Although FHU 's office is location in Centennial , Pat, Kendra , Cindy, and Kat have worked , and continue to work on many projects in Weld County and Northern Colorado. While FHU staff are routinely in Weld County for project meetings , we also utilize online meeting tools , such as conference calls and Skype to share screens to conserve budget and time. Kumar & Associates has several offices along the front range; however, geotechnical services on Weld county Bridges will be performed out of the Fort Collins office. Kumar is a long-standing partner with FHU and has previously worked together on several Northern Colorado projects . FHU 's previous work with Weld County, both as a client and as a stakeholder, gives FHU an understanding of the County's goals and expectations. Our assembled team understands the steps needed to create a successful project. Our collective time spent listening to and working with public agencies throughout Weld County gives the Public Works Staff assurance that we bring the right experience to deliver the project to completion . Specifically, FHU has designed bridges for CDOT Region 4 and Weld County and not only understands CDOT bridge criteria , but also the nuances of designing bridges in Northern Colorado . Throughout our time working with Weld County, we understand the important role that the Board of County Commissioners (BOCC) plays in the decision making process and the importance placed on the project leads' contributions to overall project success. FHU have participated in multiple BOCC working sessions where our team has presented project status and requested input from the board . We understand what the BOCC is looking for and will prepare them with information to discuss the project with the public and others , if needed . mem � �g ��� WELD COUNTY: ENGINEERING SERVICES FOR BRIDGE 64/39A 17 I , ' i e i.> e i 1 i f i • S. f.. r., R T._ _ IN i 0 ir s li— _ 1,7. - t:...\. w • IlDrillp lyIII III . i . I 0, ... • • I i. 4‘. -_ , , . i . , . , Irogr . L---""14.1.1.-71drel ..‘• .1 �M .. .. �....fil- .. ��._. ... ...... -. .-a _ - c .. y....;r�. rV"'-.�. -. .-_.; .>_: �. 7. ..�. a :'r ?�JL:_:^f1..1!w!^"'T'I:'�r d -9•- - -ti_ - . . ....-...� .... ....• ��� _.. _. _. - ... •— •—••—• . . COST AND WORK HOURS WE KNOW THIS PROJECT NEEDS TO BE THOROUGH AND ECONOMICAL. WE RESPECT YOUR BUDGET AND STRIVE TO USE INNOVATIVE AND COST EFFECTIVE SOLUTIONS TO DELIVER THE COUNTY A DETAILED BRIDGE AND ROAD DESIGN . EN'S LOCAL BRIDGE STAFF OF 13 .ENGINEERS AND DESIGNERS ALONG WITH OUR HYDRAULIC S TAFF Of 10 ENGINEERS AND DESIGNERS HAS THE CAPABILITY AND AVAILABILITY TO DESIGN ALL THREE BRIDGES AND PREPARE THREE CLOMii PACKAGES CONCURRENTLY. WHICH WELL PROVIDE COST- SAVINGS EFFICIENCIES IN COORDINATION. DESIGN DETAILS. AND BUDGET COULD BE REALIZED BY THE COUNTY BY HAVING AR THREE BRIDGES DESIGNED AS PART Of THE SAME FHU TEAM . FHU PROFESSIONAL FEE (LABOR) i ODC and SUBCONSULTANTS/VENDORS �;* FELSBURG I r i x K ©it o a 2 Cy• c, u v o fr ≥ O Z`t� n o 0 g a ≥ D m a e c pc 3� Z '4 c a o a a x 4 Si C a V . C I E a c Q z fi UI L cHi {C� •Cv IL = = y V •JS , _ULLE4fI J C �3 v 4 ? W ` IL t CluU V d c .CtJ J V � u ~ ptC M U� M �n 'so t xo'0 E ? to " �' d `ra E aG da E �+ w t+ C '+ `r' a L `v t'� n ►= = 1- v ~ Cl a�C * zu l7 a s rr n t ni, u o ¢ - c .. ; a ° ; a. ,. ,n O O C' a O. O O 2 _ c c . De c n p v c u d v_ Q a vt u v v �' $ .rs a. vo u no e,e 8 oL u ,� 4o u O g v. « r. F- N C a v F U C Q ` or iS v 'sa 9 ` G O C m n _o tCi 2 g v = c t' E u 2. n t: v nCe - vi ,,n f fit v 4 u m m g. m m f' . n. a s Y w d N IS S d w 2 c m b ? O n C,-1 Q i aC cr i. IS U a l7 < V 43 N 3 R O lu 72 H 9 z N R. Ri O f0- TASK DESCRIPTION Hourly Race S210 $190 5130 $150 5130 SISS S15S 5110 $135 $100 $190 $115 $105 $105 5110 ERA ^ . CT'CO0RD T$ON A!iDM tiAGQS*� +,...._.. ....,..��� - .-_.._.��..« s,.,�..a•.:•..:vim... $ 58,880 .- , .. ..::. s ,.:+;.;) .. .,: ..:.,,.. �n,,...�. , y„. r...e .a .N .K v. ♦ .,^^ ..• qw., -J^ ,rwv •Fie ''t, :GY+ ..v+ ,v .,. r v .., .';. .o: �,. ,. ....F"'.:!' p v1^sRt :' .. '1^A 0'.. '•' rex. ... .. _s .._ .: , .. . . , R..,� e .1Q °.t' � ., ., •h, `Yr Y .• .. + =. a. • ,e v...... .f.- .x «.f.. th•JM �• .. � .'�`� '� .. • . . . ., Y a..� t .! .n. .,rx. ,�A, ,. ,x.. . :.e� ... 5 .. .;�'��r};�. � f' v ;55. b 'Y , .,..C` Js.Project Management t-.oardniauun _ ,��. �,�.x S .. . . , IC ♦ �:. , i, : r. » . .. .. ... � . s. o � �. •;. .,>c ., ;r' r, .� �i i� .� 7""t, 3 f E f, r.,,,.... ,yR, � ., ,, - s e R,a no, � v , ,.y .: ,,g; .> . �. 4 n . ,, , a ;*,. >.� , �,t, , ,. ,. ,, .aa..: 'e .Ca., �a . � `"ti�Y •31, r ., .� �:.-,....k. . . -�� '�'t3ei. ?� t. ��a., ��i��'>�' a� �,�.��,4� � �.� x. I ��, •�A,A�. �i a�� • •«�. ,. . . �,a�� �:��o: ..,F- ' ` a • ,,.�.� 'Fi +��„.>'19. . r .,tr� .. N;v:t"� r�. �' �.xr , 1'�i7.�•'•� b1� x , c�r�:� Team Coordination 80 32 32 7 14t, g 24,540 $ 5,000 S 5.000 $ 29.540 Monthly Billing and Progress Report (assume I8) 24 ! 24 t 4,S61.: $ M S 4.560 Meetings s rs k`.,,r 4 ba.", . : t . N4�f � . 4b R 'R •2�1sy I� Kickoff Meeting (assume 1) 8 I 4 4 20 Progress Meetings (assume 10) 40 20 2 I it i $ 13,300 $ $ 3.500 S - $ 1 l Review Meeting- Conceptual g 4 a I a $ 2,660 S $ 2,6ti Review Meeting- Preliminary .1 4 I 4 r, $ 2.660 $ $ 2,660 Review Macong . Fina1 8 4 4 16 $ 2.660 $ S 2,660 CONCEPTI MfDES$CN' $ 90,170 __ I Topographic Survey and ROW Mapping 0 $ S 10,980 $ 10,980 S 10,980 Floodplain Investigation 6 Analysis 16 188 --, d 284 $ 39.120 $ 500 $ S00 S 39.620 Structure Selection Repoit 1 04 1 66 $ 10,160 $ 10,160 Geotechnical Investigation and Draft Report 0 $ - S 5.070 $ 5070 $ 5,070 Conceptual Design Plan Set B '.2 2 85 $ 11,400 S 5 11.400 QA/QC 16 t, 24 SO $ 8,380 5 3 8.380 7pinion of Cost 2 4 2 I0 8 32 $ 4,560 $ $ 4360 a IMINARY DESIGN 5 94,630 Roadway Drainage Analysis at Bridge 56 16 8 80 $ 10,720 $ - S 10,720 Floodplain Modeling (Proposed Conditions) F 80 4B 136 S 19.120 S S 19,120 Bridge Design ,it 26 2 2 106 S 16.420 5 $ 16.420 Preliminary Design Plan Set 8 4 16 72 I 16 2 120 $ 15,490 S $ 15,490 Quantities and Opinion of Cost 24 4 12 i: 72 S 10,460 • $ 10.460 Drainage Report 2 8 4 I IS $ 2.130 $ • 5 2,130 CLOMR Package 24 24 16 4 72 S 9.820 5 5 9,820 CLOMR Package Submittal Fee 0 5 • 5 6.500 $ 6,500 5 6,500 QA'QC 16 6 :2 S 3.970 $ • 5 3.970 S 63,190 Roadway Drainage Analysis at Bridge 4 40 32 76 $ 10,760 S - $ 10,760 Bridge Design 44 72 2 2 120 $ 18,590 5 $ 18,590 Final Design Plan Set 8 It 64 16 2 2 108 $ 13.810 5 5 13.810 Final Geotechnical Report 0 $ • $ 400 5 ;0. 5 400 Final Drainage Report 2 8 4 15 $ 2.130 S - 5 2,130 Quantities and Opinion of Cost 24 4 12 20 60 5 9,140 $ f 9.140 Pi elect Special Provisions (PSPs) 8 8 2 19 $ 3.250 S S 3.250 QA/QC 8 a 16 $ 2,760 5 S 2.760 Advertisement Plans 4 8 4 I 17 $ 2,350 S • ' i s • • .ITEMS $ $ 87,160 !N � .'r..•.r. ,, :.. .0 ... ....i•(,::_ru.._ivy ,.L r.u'...r.. . . .. ,__.... ... i. . •-. - •.1 _ � .. - • - _ _ .. . . .. _ ,. -... . .. .-. i, a.,... r. ... ..n-4 .-. • • .c..cryr c,b•dT:`v'iTS' scq S,rlp{ v .:fy i , Support Services during Advertisement , ,, u�S L : ,,e't vivs,s> vr`< 5 }} 3 i PP r.vl � o? nr'i5 t. n, r.M.:C'CWu.4„"., .: S�cR.Ar '�' 4..7x � 3 vi, # � ,. - � t Pre•btd Meeting 4 a a S 1,380 ! $ 1,380 Assist County with Bidder Questions 2 4 4 10 $ 1.520 S S :,520 Prepare Bid Addenda (assume I maxtrnurn) 4 2 10 s 1.610 5 1,610 Construction Support Services Review Shop Drawings (per COOT Spec 105) 40 I 40 $ 6.200 5 S 6,200 Review Requests For Information °RFls1 8 212 4 36 $ 5.700 - 5,700 Girder Inspection I2 f 2 $ 1.260 $ 200 c 200 S 1.460 ,t LOMR As•budt survey for LOMR ! u $ $ 5.740 S 5,7740 S 5.740 LOMR Package I6 St. 24 2 911 S 14 140 $ • S 14,140 LOMB Package Submittal Fee I i; $ 8,000 S 8,000 S 8,000 Third Party Bridge Review I i, s - $ 11.410 $ 11.410 $ 1 1,4 10 Other Professional Services 0 $30,000 $ 30.000 S - S 30,000 6 346 581 240 56 362 136 60 220 36 10 10___z_. 12 (2 ^ ,^, . 16 r, . ._2103 $ * 9Q:1 3349230, $ 20,200 $ I 0 $ 5,470 $ 11,410 $ 53 0 $:-. 344.43_,41 MOTES:' I. The values shown herein are for estimating purposes only• final contract values are sublcct to negotiation of Scope of Services during the Scoping Meeting with Weld County 2. Full documentation of subconsultant scopes is available upon request. e'er. - . WELD COUNTY: ENGINEERING SERVICES FOR II DIE 64/39A : . :r; �:xK__.�; 18 f,'�: ;a. ^•4 �� i. •• _..•.U<s's : :- F y YYs�,' �^"?.`„ r•r "Y:t'i'',Y':.z".i�,." .::" F''•` 1 ;.r ^r' my_ 4.-,- r^r ^,------'-'1:-.757;1.•V -...y9_ .rr . ••" iF • ' LL • '' ',jiA _ Yr- r i u,7 4 ,4^00.20. 4^C r"4 F'i'e4.! .t' L ., ,E r yY 1:4•.;:7... :y or.; Ns4, �l� •<•!y-tt >¢y'i •,� • ff S4afii§'s._A•.f;c>.i. < ti+iS,• )• •i. •r \%.` 15" :s `.; ,y; ; ` H•.*`)t r'•,.i1 .1.1%---,T ,♦( il -YFPy3-♦ <+�Y' ♦"',/^,C �•t�r(yq ,il.•IN' r - f} � �( r.{ {• �. .< N'; ' r, y i 2 'r\:-ti . r5 zrc,x.y.A,yn Y =Yrl,, y^i{ `/�Gl Rr,•' .i ya >'-..£#1 rurr�!{} . .\ i .:Y�•^>t9 •C: 1 <. .v,ti.•i. '_X y• � r+"> :. SeR,�.4�:.�:.i.'3 ,•:1!li'ti ,I, i. , T`x �s- z� .rte Le I visa I . }t < • .y ,c.'` '3r r .1::.;.4.• 4 �. 3'_%�F•; a�tc�K�- r`ae.*: <',.": J,K F '!1'>" k`r'.i%i .e.r • t .s�6.- .: .2. „• 5< '.'•: "'tiE.,.��s,. _ ,Sxr ,' [L r:i E r'- _, k �y <„�, al�•fY.+�M' `L, .1syE' YyFy,I<', - ,;v; v - - -- _ ` 4: t7,;•.....„..., ' . ,,.J a f•G-<1'C 1 yf i.� E r cl _rt,: ' -r'.•SL•h�G r',di `^ 7 1I 'Ct`�f,� Y 1 --. ,> .. �L:y.=. �.>< _• r t. C�3,� .i •J;v•�t'li. . 2�, �,r--<rs� iz �"3^'�'sF R > _ , .{�� F $; .s`x'-r't n 'r. ,r • ' • >z' ••%'.� -4-7-;/;:,:m-4(>•;', e•pt t t:Y�}. ;F:•<�_<>Jf;'3C�* _tl '"1e•ttcrt,S=“Vf ..r1-•�s� T �R//tf`�•.• z.-TV.ri 4- • +''J. ', •_ ,:>i._• •. _ r V t .e .. a Ora a" `.1e '>sU).Nt at,Tf'�- L 3= ,3e .4 .•"4_f4W,.'•• .'.c. `,. <:"'n°i�<t ''�';='"Y" P.yr l[Vy 1. - C- -e _/Y•%1'v ,:r E/'• S =:•,4; .. . ''..4.:'::•...C.."' s .,. • .RY n,.'..'•-• ..,_-r..>^_:'3Cr' 1s > _ >3? ^Y " rs, k,."4.4„ ,,,r9,45'.,' 4'�. 3i -,>\ >'+' H v " , i c i ` tr .< ;.r< WI,. h-"t" 'J of i, tl>>� Vic-^,fi..dn`.P:�= t��k��!t 0'-�` • lw �h ' '• '. '• • `,a- y}:, 4,-.t.',. �, ". '\ -;1.4,-:44:.,;;:.....:......‹..--7,--:?—,..,yJ .y<,, AM1l ":,Y`re jk '. (-S> f,�z ... i.,<f`e.AM1�-•Y_ i): ,2' •.:. "••••"; i� .R,'gyri 1 ✓ i } (fJ i L� 1Y ry 1 S fY it5 • 2r•,A :'r3 .C .,� '^ .1 ^ •J '4. ^ '{;::r��'kY:1f: a h fii`y.y:' > Cy' i?s> ^3•< 1 ' , i:: :7.i ia�<3• }::•.'f. .7.,..74.4.14•2101•:•:...“-...} , F <y'..vx�.v_ 1. - - - - - ., ':'r. `t I . •C -• • t '1 f;'•t"'..?st.••x-1 r;t .a Y r s- . - �-Fk ;17.c.•i,.if--i 'rci'��c� f > +1 c.'1, {P d 1 xKr d j �!S`Y'1 N 5> a+,../44:.---.7.4.O.•••••• !. 1 .1 4t1 1 :..>;: i"yr ! - - `v - r.(' >_' .7.••• li c. rr7t� 'r<- 1Ft - " 6Y - -. .�`+3`'v"',?' ' � viA�Y' > yT y r �4 • y• - ,• F'..tl Y 1 a U t 'i i AV:1114r_C :. >v •• e t Y•- } :: . • N f• ' •. , _ •`_ ' �j1C l M $r i !` Y(` _ :l A'�S// N A •r. 1 • K . !. •4C' , t'i Rrt G.S r s rt :C.:L-1..1:#::= nY." r. a•?t ' t:C2.1 . . - r-.n a' 1{� y. • ' :•i. iIr>j X14,T` erg F ^ !`'.� v,� x r1b . ad• YSd ��AA'L ! ` :- C,r ' r .( 'Y 1 c;# r . �, .r N. •1R r ` M1}p•a/ •.�} %t yt � - SBA, • . vJ;a r".,, c •'�s�,�, t,I :F<,1 iz r"�- , • `�+ �',rEdFs. } •yis: t x� •�, .r,r ..,y.` ..:,,,o ,•,4 Suite 600 ..=im,,,,. ia....,,11 A_�' iJ .'<' •1� )'� ^ 4C I> 'fig• s •fe_ (, Ly� 7 t .Tigr •z. tt { \rif 4.•' d� R�r. •Siy,yr^ <`1...... f •.n..3 `c..r`. ''.✓ ..i� % Sc -4"d r . 4.„:„...,..,,,. --r- v � J� .M1 ,,mayy T.+ "'c'a ]!�L�)y'`�AV 741 'CO 80111 • • �rr. , es.i . 11 ''•W- `a✓ i . nR iCcwrfi2 � .1-1 ' � - ., tip' P' • 1-4 • .°p�' .' i �-. - - ._ - _ :Y 'Q TF S,L`4 4,:�Yi-_4 L •`';: ' a• xe > ti"{3-tL' `� - ,;• - - '.I_ lt'o y l it VC: SS?E • i yY zl - 't.e.3" ..}It's S - - I, • r.•.. •l vpt �r1� - ,i. -•!.• - - �._ >i ! ... _ ` ,' 3F riy, ./ �! !R .a • .Y.fa'Rn;1'• •{�• sk 2-.Rt«•q hr's �N'-K+°I':1' y r _ - F f p 40•'' = n'• -t. J In• _ ""•4.•- • .'+? .•.�:.3 o N.,a;it..2 lS�3i-, <'..S"".x^4•z v tlr..'a .7-t d e.P ''�„4 T-�. M r,a,C .>,- _ J1 y t. Y;' ' y" �<i>: i3. &;J�%5csyi'�"(i� ! 4 < .. r {.vi-':[P->F,v(. . J . . +n '<Iz 6.I er, Ay.1" .<rR " . .<,5 11a.r,_74.r,'f031.c. Fu . N.%...ar ! - 1”:":1:11i;4170.414..: � R4[ 4 N r x•• h : x k• '�!• � ar -.n.,n� .rr .c»Y • .. t.-.r 4r � r ', S 1a§�,Rr 7Y}x`11-L1 rw�sT >vr i t4 u :111t..:41:(10.14." G to ,6T+4.•y4d4o, rN-iV ,-`G'Y.. R f .i .. ''A f � ' f { r 4=� vx ' �'Y3b,itir:� 'L`�}.G F 'x m ' _Uf CaI Wit« s ;1:��. �i*e: _ .. ' '" s . it "a �'yU4-'?•.�J-�A;�x��r'q(� y,, # c• �" 4i4t GY?:-','.Y' e� S**. 1 '. •.mot-/ .•- .,1.;� ., $s } � i_-v, ♦ g-d"�MN??Ur' R /f . • e.1 I...: NO 4 nit 'II�I.//s�.4"ZI>+r ,/,-L_rl r I.J <-{ :k 3k ,Y 1 �,> D• �F;;,!%�E'rV'3.,•...t• ._ �A �'� , Sf ti K'4~`3' �� �,.;Tt,. t : 't"'• .. •E <.;,'≥T it , ,Y" _ e • •r5, .,.r �� •: r... '."•&::-• - - Ts -`ts'6 x} +f 1Sv 3` . :1,...! J>1 �T 7,.r;,.•y. wi .<t n� Rvd `t t` ..r •{ _ i ^ ♦ Y ,[Y.Ate,. fi jtir„ or�4 '.'r'•�'.� • ei _ » q- �' ) Y'f y f .Y^ - . / Sid' u I} • J _ •s,• _ , • A' Y ? $' r .r .r )r K? y u '4, 4 :.a. . . • • - + - - .- - a '":5%;"..1 ,e 1'1 ' .}}.Y.:6 rx.r •s. - a i wti `.1'• . . aT W.M1i•=•h�,, - .. ,.a 1 •y - - ,i• lr 4 i nc ,.< I _ i < e..",f , > s .b ,i _ ` t^�• • j, -- Iti - - _ _ - a ~'`.+t�U _ x',• • . ,r > 'CJ'ci:+�• . .. ' LM _ Kb } _ .t+'• mrya p�,i� d ..r/�n Y t.''^er f6 f't ' ,: •'R ≥ - - J'� !_ .t e,•. - .-.,-..2, �� y.. pit>. L-ii �>.o y y' > '!-a 6.11 I, - .�i>L'�a'.: .•-•,,,,,,,..--,,,:7 • .:< 1. �.r ^ aY 1J3: • •=":10.".....• �`-F-' y .� �.°°°.. VC i., _ "'"l> :t"'{�, • 1 II, (1.; __ - _ �'cr' : ?+� :it,".{9 'F• •`• _ _ i'li�s.?.1'' Y 4' a°t6RR,pigt, ',,1• -,;-.1 _ i _1 .iS ' r- Y trt. .} �A • • .i - i'. �.1+N 6^ i F. �.$� i•'3 `'T IS: �' )'.�.^-. ,'ti. * >. t.._ fi p -PP -9.'I - 1'a R _ { - - .. ,ti. / +� '..� (-0' �T•'� r. .r.1.,! , r Y' .K [.4, _ _ !tr•y = _ _ . .. _- _ c• ^�. :T :il CpAJcC � 3 -,�.y .. 1 <� / �,.1 T{ k.S - .Y �^ - •,. _ - t lTkt tt t i r . -, .�,, 4,,;,:.` Ty :r q - S•rC .. .- - .... '[ .• , fir n - - . �.. • 11'r;11 furl Yl - - _ • • �1� 1 r it 1 N ;iry ll< - ..:,ta\L ♦R7 1 -N.,,,..4-... t- — ` r - -Ji�l .. - `n L♦ 1 .S:Y t 2t v`, l'��. - - a - • 'F, - - -. ,;i'.* va«L` ,s'..S <fYr •'/ 2` `Ir yet .f. .!l,• :Sr•% Il = - _ _•— - 1 y - • w Y - _ • • • 0 _ . . M . - - - _ tm / ✓ �iP ! .il{. 'ts,€R< „k +.'v^,�" t !.:.` Y .S•° s \v -' ..1, - _ • .. • • ;.G^ r�o-• e•f I� . • :SL-v>.::, 4 - • _ err xy Y: ,e..;: 2.t: cFy .Y.•1 • - Y yor s r :.�..a •e• Vs•'1 $f <r r • ..i I •1%,,•.•..1%;.r > .t _— - -. . p .AyJj' Y Yhz 5E.. °• ▪ 4. „a. ••:, xi;;, .i;»i-; ▪ • .H, >s, ' • - . . . t'...7.4..'f1'•4 N',i. yy +f •U `• •• '� .y • _ _ _ - .dics �.Yh-'J•: �.,-,.i. ,,^.'. :-t. ,j•L �J .fv .k _ :,�' ` :1 k <nK•1 ry` - n✓' -�^T.,_„i:n,•r.{}_'-:�• _ 4 'a"§R:o; ••:?.+F(T' ;VI:•JY.j' 'y , Q. �M: •.'a.,..�,�-. Y. ',r`'.. • C7 'Fr%:ws4.'�,prr ai ]:p:,, .r• } •a = SE;•„ •:h5- >-l. •'4: <".[',- - �:Ja� - - �.� ^ .S' f1,...1% s?_ ^',yp:F, o' ',ce.. •;. `... --, - cex.p. - - c.'i�ilL.J..c. _ >w G - . . . -;i_- Y • - • f - ii• �c •h.c .:,•-::: - y.. ' ,�{J • . M.} ••,. .....;.t,: ' ':l.Fi ..Ye> z. _ i;✓J"'T..;'.i'c�,Lr'ur.,tS • • •• • • • < .CY•J^Ls 0. i ^k: 1 - • • - ::1G.. i'4 - S - yr. ~7Y! I".C,\ i.4 , 1F •ii• ,-:.-�. i'' i •'i\ia.i... :'R. • ',p _ y >xwt: i�i •1. -r.c' ..^4= .:4;�„ v • 'r'i . �-v. .r .H. - _ ..a.. .t-•. w_#< ?�: a�' _ - �?s5"3-�"..-c.T.' ''^w" .t,_ : s*, es•�- x:t'`A=. �.� �.S ,�dZ' . ,i • i•-''r ^F:"„ , .'E'•Rl'r.:,:.i r _3_•.e. a,. >µ 1.` ..A Ji,r • . F. :,J J`%i F.A • �•.. . .. to t.Y F z, :.• • a • :\. :a7‘.... :>. . \ • <`4`� a,.. Ji'.,�<^"''� .,r.. .,>•S i. •▪!' T- •'t• .j• .¢>. .N.,i. x.£v;i--� ,J,"i:�'_' a' > ;rY "FK.. o r:'`• YCr "�<e x :..".,Y., '•tV- .t• T.. , ! 'L ,},.r. - _ - '"Y ��,:s' rx „'i• '<:, v,- Y. .�•1'. �:i '.a.,>a .,.yx'�^4`p _ ./' �•• ..c'::," ..iw 5o. 3..„ y�. _ -- a v 4. 5 " x 'r.= T t". _y, 5: r� n f�`•c. r^'Sac . >� ��5:': in s„•.,"..1 n.l' •,j �h Sa Sf'. • -1'i'-' • • `-YU' �. • j' :.r. ..�,•.. .N, .g^: .fe��"^ e. ?,'\,•', r..J'v3n �w 7,.Z :S,a;c:, Y3: \. .C,':. .:.%t `�1� .,,� h 1.3' - r e Nom.,: rR• ii{ f M,1 �} •i i• of�''� I wY3 .:'sr': �,,.�': ,.A°� 1. • �-�< �!'r' i �1.<n `S ^9 < . .:[ is<"..c 1.�}^,:4'. ':�`S> .Sn ,v"% ,'.�•' ..J:, '2 a t. r:>:.',.',.t`= 3� � .' . .,ux /."`�.. . �:!'f<i$:: ! ')ty ,1� !! .i'.ti :•�`<n ` N :.•S` Y -.':',..S. - j.. o,rb'• ,.,y {• •r.. f ..r ...H-,< att ,'%.A:<.4°'- .At• b `�C>. C: 3:r4''.i.,I• p rl;'• .4 'F•"r> - .i•, '[;C� Z z ,' :F.,, ,r .t;� •ity .• 'e' �.r, .3 'lM.�• .�,a..,�$ tt - a �- V F 1 A , 1 PR 1. Y too v. i1 p:2 �H Y R 4�' r' Sa 47,44,5 Y Iz4.4;,;;;•4,-,.#4,,-..4-7•7,..1+,+"•\ r - - C e5 Nt ssF •e 1 13 x 2 < C pc' •t .411 }>' ` r,r �'t'! ki:• a'�,q 1pflk . °' * - _ - ., e t'. r.._, ... .i •:. .Y.. - - - - - - - - - •-. - - 1y�„ _ - •c__ •,.._ •r b ••Saktdar,. a�.r-r c..-.,a..>< .v.>m-.a, SA.A;..,...a>,-w)% >•.. • ... • *, i..ccc.r;:�Yarca.,-fi'i'.°>is-.._ ^:+w } . ... ., __ ... .-L•.y.. - ,a. .`- ,>.,._-.=-,"r -„�'. - .-._ !' _. - G: •. -•3-sir^. •r - .. 'G`• -t - r.r% e'...-44----,:A.- ?C.:•"Sa3c5_ - . ... _ 5 777 `. • • • • • • t. . - f _ 4 .r _ _ 1i^- •--1•° . -. - "5: • - `t cr."-;'u �'-,,,-;-•. "�} . N.. -ct _ •.:.:F-<`k•'<• a a _ i-`FIY'r _ _ _ • -•-, .. ••••••.'• . v,,,, ' ,••,• m-.. ...r .•iw-. >'✓wke t9.- �t. ztir1 le Fayr.. r.-•. Y Y % '. ,Cl.J ` w..V.v'r..7,'.:i w�+:.w._-r.,.-..__,.. ... - - -_ - -- - - -1 l 1 !' "Y�40094NN�1„� i il�Y'i.ti*I•ut�G.r Y t� '. �( t � . 5_55 / •.. �,.•,tl!KAIARmtR„,/.Fi 1�!/M1hF�iRM ;kR:ff71f(4?">„ ,Y1M1:f 4^ Gr.,-+'-'.. _.. .�fORIMICwt k$YR•(�c� �t`E7Ftra•i.^.`7CJYIi♦�.dIEA 1M" •1� .. �d?J ,QVII•SFe:1l�)fAQ};N�ICrrMt!Y_•nK!WMrFt"'Fk15A'+.R`9»AvQR'd��tA �!'.!'vv...a'!,"9/'RrFL�4fN4•}>e'MOa.MM1tR:�YRIY/11 A FELsBuRG , . , . .. . ‘ . . _:rdirir..,.....,..• . . .... _ . .: ,,..,.: arm . , „.,,,,, i; 4 t IAFE [ SBURG 1-1 O LT a ULLEVIG October 4, 2019 Clay Kimmi , PE Senior Engineer Weld County Public Works l l l l H Street, PO Box 758 Greeley, CO 80632-0758 Reference: Detailed Scope of Engineering Services for Bridge 64/ 39A Dear Mr. Kimmi : FHU is pleased to submit this detailed scope of work for the design of Weld County Bridge 64/39A over Eaton Draw. This scope of work supports the hour and fee estimate of $ 394,030 submitted with our proposal for Engineering Services for Bridge 64/39A on September 13 , 2019 . Scope of r Project Management Project management tasks for this project will include : Attending and help facilitate up to I 0 monthly progress meetings . If the schedule is extended we will coordinate with Weld County on additional monthly progress meetings • Attend and help facilitate a project kickoff meeting, a conceptual design meeting, a preliminary design meeting, and a final design meeting. Meeting minutes will be provided by FHU for the conceptual , preliminary, and final design meetings . General project administration including invoices, progress reports , and subconsultant coordination . Bridge Design FHU will provide conceptual , preliminary and final bridge design services for the 64/39A Bridge Replacement. These services assume the design will be for one new single-span bridge built in one phase to accommodate the two- lane roadway section of O Street with possible additional turning lane width . FHU anticipates that the conceptual bridge design will include the following: • Conduct a site visit. a Coordinate with the Weld County team and FHU hydraulics team to determine bridge location , span length, and section . ■ Coordinate with Kumar & Associates on required subsurface investigation for bridge foundation recommendations . • Perform necessary structural analysis to determine an appropriate structure type. Complete a structural selection report (SSR) evaluating at least three structure types, including a concept level opinion of probably construction cost for each bridge type. a Prepare conceptual structural plans including a plan , elevation , and typical section for the new bridge. • Perform QC review of conceptual bridge plans and structure selection report. October 4 , 2019 Mr. Clay Kimmi Page 2 Conceptual design will conclude with the submittal of the structure selection report and concept design plans to Weld County. Any comments on this submittal received at the conceptual design review meeting will be addressed and incorporated as applicable into the next scheduled submittal milestone. FHU expects the preliminary bridge design to include the following: • Complete necessary structural analysis and design of all major bridge components. Design shall be done in accordance with AASHTO LRFD Bridge Design Specifications, Eighth Edition and the CDOT Bridge Design Manual as applicable . a Coordinate with Weld County , FHU hydraulic team , and Kumar & Associates on relevant bridge design details . • Develop detailed plans for all major structural components . • Complete sufficient design and plan preparation to facilitate the start of the independent design check directly following the 60% submittal . • Provide a bridge construction cost estimate based on a cost per square foot estimate to be included in the total 60% project construction estimate . Preliminary design will conclude with the submittal of 60% bridge design plans to Weld County. Any comments on this submittal received at the preliminary plan review meeting will be addressed an incorporated li l as applicable e into the next scheduled submittal milestone. FHU expects the final bridge design to include the following: • Finalize design calculations and plan details for all structural components . • Perform independent bridge design check. • Document design process with calculations, notes , and computer analysis output. • Continue coordination with Weld County, FHU hydraulics team , and Kumar & Associates on relevant design changes impacting structural design . a Finalize structural plans and details . • Prepare project special structural specifications . • Calculate detailed structural quantities and opinion of probable construction cost and perform quantity check . • Compute bridge rating using AASHTOWare BridgeRating. • Perform QC review of bridge plans. FHU expects to provide 95% plans , specifications, and opinion of probable cost to Weld County for review. After a final plan review meeting to discuss any comments, the plans, specifications , and cost estimate will be revised and finalized for County use in an advertisement package including plan set, structural project special provisions, and an opinion of probable construction cost. Hydraulic Analysis and Design FHU will provide conceptual , preliminary and final analysis and design of the Eaton Draw floodplain to determine impacts from the replacement of Bridge 64/39A. FHU will also provide preliminary and final design of drainage elements related to the bridge replacement including extensive coordination with Weld County staff on the drainage design of the roadway improvements outside of the bridge. Hydrologic Analysis will include: • Minor sub- basin delineations on the bridge • Rational calculations for bridge minor basins • Obtaining the 100-year design flow for Eaton Draw from the FEMA effective floodplain analysis October 4, 2019 Mr. Clay Kimmi Page 3 Hydraulic analysis will include: ■ inlet capacity calculations for inlets on the bridge if needed Coordination with Weld County staff to tie bridge inlets to the rest of the proposed storm sewer system if needed Coordination with Weld County staff to determine stormwater quality treatment requirements from the new impervious area on the bridge m Coordination with Weld County staff to create a drainage report for this project. It is assumed that Weld County will lead the effort to write and compile the memo or drainage report and FHU will provide a write up and calculations to include in the report. It is assumed that a report will be submitted at preliminary design , final design and advertisement. Floodplain analysis, bridge hydraulics, and floodplain permitting will include: Obtain FEMA effective hydraulic model of the Eaton Draw Q Create a duplicate effective HEC- RAS model of the Eaton Draw u Create a corrected effective HEC- RAS model of the Eaton Draw with survey specific to the project to ensure the topographic information at the bridge is up to date • Create a proposed conditions HEC- RAS model of the Eaton Draw for the final bridge replacement options • It is assumed that there may be up to 3 alternative bridge options modeled in HEC- RAS to help determine the final bridge option It is assumed that there may up to 4 roadway grading options modeled in HEC- RAS to help determine the least impactful design on the floodplain • If a rise in the floodplain occurs due to the project improvements , a CLOMR package will be created for submittal to FEMA If a rise in the floodplain does not occur due to the project improvements, a floodplain memo will be provided to document the floodplain analysis Fill out and apply for a Weld County Floodplain Development Permit ra Provide bridge hydraulic sheets documenting the I00-year and 500-year scour analysis, revetment design , freeboard provided and the proposed 100-year water surface elevation at the bridge m Provide a LOMR after the bridge has been constructed if required due to the impacts to the floodplain Additional Items Other items included in the Fee include: m Support services during Advertisement by attending the pre- bid meeting and assisting with responding to bidder questions u Eighty hours for construction support services ■ Girder fabrication QA by in house staff with PCI Level II certification • Third party structural review by Muller Engineering ® Other professional services have been included for the fee of $ 30, 000 for additional items that may come up during the design m Geotechnical investigation , preliminary draft geotechnical report, and final draft geotechnical report for bridge foundation recommendations by Kumar & Associates . m Supplemental survey for bridge design and hydraulic analysis by HKS . October 4, 2019 Mr. Clay Kimmi m m i Page 4 Exclusions The following work items are not included in the scope . E• Utilities — It is understood that all utilities in the project area including irrigation facilities will be located by others and any coordination necessary to relocate utilities will also be performed by others . ■ Subsurface Utility Engineering Quality Level B requirements — It is understood that these services will be provided by a consultant contracted with Weld County and are excluded from this scope and fee. • Primary Survey — Survey has already been completed for the project area and will be provided to FHU when the project commences . • Environmental — It is understood that environmental clearance and mitigation needs will be provided by Tiglas Ecological Services through a separate contract with Weld County. e Lighting — Any lighting, if needed , will be designed by others . • Right-of-Way ( ROW) -- It is understood that right-of-way plans and acquisition will be performed by others as part of the intersection improvement project for Weld County. It is assumed that the proposed bridge will fit with the ROW required for the intersection improvements . Schedule The scope described above is assumed for a schedule that has the following milestones: • Kickoff meeting end of October 2019 a Submit Conceptual Design end of January 2020 ■ Submit Preliminary Design end of April 2020 • Submit CLOMR, if required, middle of May 2020 • Submit Final Design middle of August 2020 ■ Ad documents ready for Bid ed of October 2020 FHU understands this schedule may change and we have built in flexibility to accommodate reasonable schedule changes . FHU will coordinate with Weld County frequently throughout the project on the schedule. If significant schedule changes occur and there is a concern of these changes affecting the scope and fee, FHU will coordinate with Weld County at the earliest sign of these concerns . October 4, 2019 Mr. Clay Kimmi Page 5 If the scope of services and contract amount is acceptable, please let us know at your earliest convenience . Please call me at 303 - 721 - 1440 if you have any questions regarding this scope of services. Sincerely, FELSBURG HOLT & ULLEVIG 7 f 1 ( tom. Kendra Gabbert, PE Project Manager Attachments: • Professional Fee Estimate m Project Schedule ■ Kumar & Associates Geotechnical Investigation Services Scope and Fee • Harris Kocher Smith Surveying Services Scope and Fee Muller Engineering Company Third Party Structural Review Scope and Fee c E i } 1 t i 1 1 1 FHU PROFESSIONAL FEE (LABOR) ODC and SUBCONSULTANTSIVENDORS _ . . - - - — � �.SBUR 0. al 0 2^ ,{(�''jE I T 1 oC 7 cc oc a � id. rin ! E O r..,L { a_ N G 4 ~ ^ W 'C.' y o co o co his ill il;,,.'', .. Q G V rw L.�J a �« G C U N yDO VI a,,,....,•.� c ci — u o �j n� a [4� a D Q S 'to c u Q !n»�tiizA .i^ 'i/ tit. fin, d [` C. 4 ST r•. w., V ifi M t� ,�U ! �.ri r.- I; 'C C �. —� V W d �. a `% ,C C G w 1,. ti 3_ A C: V ^i HI '^ W M a. C +� U .Fci l7 A ., u yr fi as rJ oo _ »u > na eia x T_ Y " iG`d .. ac, o it W ale �:. uciQ e F D M CA Pi a4 Es. a w f 0 ao C.Ofi c.,t, ung & L'nhaist:inn communities G a it C u a ro c v K N c n u aG ..t a s u .P j �a J .3 .� k 1 O ty 0 "1 �O u �. 0 a Q 2 c , ti ,ti w e H u +o c c ao cr u n v u o v tit iii .13 n I•-, h G ., a c i- U n ,� S wo u [ rY ap T. f, c, n y Cp S' a .et C 'n i n r `^ ! c 0:3CL g I a uCO CO F- !- Q a c. sc t5 a W X to T. e O 0 *-Ti Ore t q O� n 6 SI < O , 0 vbj ?C s4, n w e2 o a Z U i9 .1.J yr U .. Dii U T - I st E � v�j e ) OI•-• 0 TASK DESCRIPTION Hourly Rate $210 $190 $130 $150 $130 $155 $155 5110 $135 $100 X140 • $116- $105 $105 $110 GENERAL PROJECT COORDINATION AND MANAGEMENT $ 58,880 ..- �v.,:Y 4'. .'.-.Y. 4y_., v9 ,.rry wN-!.f.�^• ..X. seq. M.... ra .a ! ':I {Ya K! +Y`! .vw.c� :H'+^tAY•aau a.Yyr• ri2.,7'. .:oa�+,,.`.+•yf`>�; - d.Y "v .<-. "•]i '<334. R' .,,1 "•x,,,, . K� - �,. ti" d-�- x.a, - x��.-' .....-3-:+ tty. �� .. %&` :'- <h^.-' :. _. , � ., f':y7�r ,•^,: Y, rs .�; �' .7":.--•. .�,.• �''�" ^ '�f�'>. <"C . .�_.• �, Project 1s 4 .h'a 5,y����. �T5''��4G"f!...�: xi= � c�. mid. 45w ••a �Gr �'•� �.''.� t�'�..�,a•'y -a •:,•:; !, hf. 4.,.. �. ,�. 'sh�s-. '-:nv Management eniCfl. and COOrd,nai.On �_ 7' , r ...r -s K -c.- :•< •.�.tr. ,�� i , a t^ r >s r .1 ` 'ti ,.' v.< � �yi.� :a. . 3,. _t . - Sv; '5 'x.�.y3 ..:. s - g4�a � Jy��.�s '� °�- .� �.,,. �t�:1�J���$��y �` --..'��'s'',..' �y,Cyui. ,y,/ ������yy5 �:s»y +srl b . �y r :r ,'`{� • ti1Yn5 -� . •_e.. . .J�)y_�{' 3; ��.�. �<o" � �-" .N>,' .'Ss, :�• ,Y�;,Yt' ,y5: >u. � �j c_;z e.: a�. x,rG�TN>61 J{E� �i Ac�l t. i.-5�e < liYl �����U$?Se.SS9i�v�p9�� d- 4,-P:et', ! aG < <.�, r.e>:.`� ��• ri ,0„. .1-4;,S.4,,.. ^'�-. w�.-_.-_._ � l'1�:%. 4�. -_��y�. .�3�_ � A�>a .. ��•�:.?s�� - frX . M,� _- __ }i> �XG�" .�j� ��It Team Coordination 80 32 32 1 1 2 146 $ 24.540 $ 5,000 $ 5.000 $ 29.540 Monthly Billing and Progress Report (assume I8) 24 I 24 $ 4.560 $ - $ 4.560 �m !¢ 'b� . G' 8 an s.F ` Yvr�r.:.r 'Y W' r' iroc .r t_ �w^z.sr.: Tr. �+^^ ,tic _ - .;.,. aro.r„�.. �. ..,.<.. +vt age ..6x3'.`_ •Y a ilzifiXti. '�-�t fi^;fl it *U" :Y-. .�',c, ,,.:,r1"� "e�` _ . • v. P .,. •r,�, ≥ v'5. �i"'<w''o:. eri.--4:47) fg. 1�N. '�3S> t« Ya �, .�,. -se .te Meetings 4 d .. � .. s `nr. �i '^ Au � < a . �'. ..:x .._. ... � r ... .�'c. .PF ' � ��''� °'Y �" i ,e. < . : _ .=o .T?`,� . - .Sr � .�.. �+r:. D'��Y•'Wp ': .,�5 � � ,. ,< J•. .w °��' '4 � l .y „�� r. ,.Q" ,rYif ���. t,.n :TL �c t1�:ry: ���� ≤���.�«a ,:.�.s��s. ._�,� �ww..:�� f,� .. .. a> '+'Mt x `^��<'2r�o-.„�x'u��,?sra.•�. " '}- ��"3«'as�,.,.�>.� "- .w,,.�l`�si'.'r. , MIsxi's� . ;i�.r^-• C;4 ��� ir �^•w��.�,����c�i �...a� .. gin. ,�rsz; ..�''k:«'z..a+��w�.,, � '�:`-�acY � ... • Kickoff Meeting (assume 1) 4 8 4 4 I 20 $ 3,500 $ - $ 3.500 1 Progress Meetings (assume I0) 40 20 20 I I 80 $ 13.300 $ - $ 13,300 Review Meeting - Conceptual 8 4 4 1 1 16 S 2460 $ - $ 2.660 Review Meeting - Preliminary 8 4 4 16 $ 2.660 $ • $ 2.660 Review Meeting - Final 8 4 4 16 $ 2.660 $ - $ 2,660 CONCEPTUAL DESIGN.. $ 90,170 Topographic Survey and ROW Mapping 0 $ $ 10.980 $ 10.980 5 10.980 Fioodplain Investigation & Analysis 16 188 72 8 284 $ 39.120 $ 500 $ 500 $ 39.620 Structure Selection Report i 64 1 66 $ 10.160 $ $ 10.160 Geotechnical Investigation and Draft Report I 0 $ - $ 5.070 S 5.070 $ 5.070 Conceptual Design Plan Set 8 2 72 2 I 85 $ 11.400 $ - $ 11.400 QAlQC 2 16 8 r 24 50 $ 8,380 1 $ - $ 8,380 Opinion of Cost 2 4 2 16 8 32 $ 4.560 $ - $ 4,560 PRELIMINARY DESIGtd $ 94,630 Roadway Drainage Analysis at Bridge $6 16 8 80 $ 10,72 0 $ - $ 10.72.0 Floodpiain Modeling (Proposed Conditions) 8 80 48 136 $ 19,120 $ - $ 19,120 Bridge Design 76 26 2 2 106 $ 16.420 S - $ 16.420 Preliminary Design Plan Set 8 4 16 72 16 2 2 120 $ 15,490 $ - $ 15,490 Quantities and Opinion of Cost 24 4 12 32 72 $ 10.460 S - $ 10.460 Drainage Report 2 8 1 4 1 IS $ 2.130 S - $ 2.130 CLOMR Package 2 24 24 16 4 2 72 $ 9.820 $ - $ 9.820 CLOMR Package Submittal Fee 0 S - $ 6,500 $ 6.500 $ 6.500 QA/QC 16 6 22 5 3,970 S - $ 3,970 *ANAL.DEESIGN $ 63,190 Drainage Analysis at Bridge 4 40 32 76 $ 10.760 $ - $ 10,760 Bridge Design 44 72 2 2 120 $ 18.590 5 - $ 18.590 Final Design Plan Set 8 16 64 16 2 2 108 $ 13,810 $ - $ 13.810 Final Geotechnical Report - 0 $ • $ 400 $ 400 $ 400 Final Drainage Report 2 8 4 I IS 5 2,130 i $ - $ 2,130 Quantities and Opinion of Cost 24 4 12 20 60 $ 9,140 $ $ 9.140 Project Special Provisions (PSPsj B 8 2 I 19 $ 3,250 $ - $ 3,250 QA/QC 8 8 16 $ 2,760 $ - $ 2,760 Advertisement Pians 4 8 4 I 17 $ 2.3S0 $ - S 2.350 ADDITIONAL ITEMS 8T 160 .. >—.i-..v. ...- r _...:... : ..r �..'..._. .. � 1..:'. :.. (•. . ._. ul.s «-:'Cv ...4u <- .4 .Mn .: ��.�_.Jy 1... il, _J.. .A.... Support Services during Advertisement Pre-bid Meeting 4 I • a ! i B $ ; 380 $ $ 1.380 Assist County with BidderQuestions 4 I• • u ;tEl i $ $ 1,520 Prepare Bid Addenda (assume I maximum) I 4 I j - •i I 0 $ I .b 1 J $ - $ 1.610 ' Construction Support Services I I I 1 : Shop Drawings (per Spec ) 40 1 ;il b.2GJ $ ) 6. 00. Review CDOT 1051 I Review Requests For Information (RF1s) 8 12 12 S 5:700 $ $ 5.700 Girder Inspection {' + I (• j : 2 $ 1260 $ 200 $ 200 5 1.460 LOMR �. — - As-built survey for L0MR 0 $ $ 5.740 $ 5.740 $ 5,740 LOMR Package 16 56 24 I 2 98 $ 14.140 $ - $ 14.140 LOMR Package Submittal Fee 0 $ $ 8.000 $ 8,000 $ 8.000 Third Party Bridge Review 0 $ - $ 11,410 $ 11,410 $ 11.410 Other Professional Services 0 $30,000 $ 30,000 $ - $ 30,000 _ b 346 5 1 240 56 362 136 60 220 36 10 10 12 12 16 2103 30 000 :$, 340230 • 20,200 $ :16,720 $ 5470 $ 1.1 410 • $ 53,1100 $._ , 4 3.9 ;03Q. NOTES: I The values shown herein are for estimating purposes only - final contract values arc subject CO negotiation of Scope of Services during the Scraping Meeting with Weld County . 2 Full documentation of subconsultant scopes is available upon request •S, �r ~T,?I ••1 f Z '�1. a_.. _ ....1 fi. !,1'R « — e r. 1, • _ v .. _ 7GM M - M•1l . • ' . lei _ Rq !c' ••.f'' , , r•.. C' . +. h- r r • a.- , 7J" .t. {h: ,,rtY•r T 1+ kf • # a• .. 'API S.r • . . . • w .t .r/; Ir ^. •,' : �r � - .:Y•� ei^__.. yA, eiL )a hY ` - •. _/ Q 'i,±• rj- >‘be .'•' . � • 4 -r • •� t y s � { ` a ; t :\ • 1tti '.'It '( •1 'T"•/- %'. 4'r ,•`�a l%:. h ,1 � F. �,�,�,r� . rye ��` \t fa°a..�,�, .rA�_'�. ,l f .�tt: ,\.� .,�«.• •r '� 1 Y-L `� A'� 1� v !: ' • f . Vrd'/_ •ii 0. ♦w !.� . .� ' 5- `•. N i f r1 .7 „� _ S trk • - • • • $ y it�j♦ _ ti . „ry • • ••.�1!1w.. --=L n 'y+ • - . :S n 'i4.`.` \. J �r �.'. »•S• fl • • - 4'F •�.. . 1: '. `�f i fir'' .ly, LAW 'i t I : _ '' i .•a' yr� ti•T v�� •'r` }}i.,+ FY- . 7 airti ! ♦ _ //!!���� ` . : 1 : / LI'. %° �p e,p •rJr �{`ar t - t ,w �' ,•J �' t Y' - °.:.a-.ti tit✓r •F �r `= + r `r r'r: • `~_' " lam,, Tea-,£Yf 'rT iY1 . ♦.��.e ft.t ?! t'hl '�" 14/1•11:111,1,, -` . ..�f :. :I�:ti:, `f • A�i •� tiff < �. )t r M ��• 1 w'f 9' �. ' �:A%r �• :{r . i .^ fir 4.1. 1 • >. I ! « � n^ �• . • I.•. . . • � .. � ( „� . 1 .. • • . .•� •. Hee,. t, r\. v..� • .} S« 1 " •�- t 7►�T .•� '1�T` _I �. f �::�.+. .•V-,1 4,•.rlf,ry •:�!V:•�y ' -�: r «� - �. ,.♦• ✓ ry .• Y , t • r1 •_.� •_ 1 '� ♦ . . f� '•1�f .w,r ~ /• "« .!,• •f • . 1, I. v ^-i _�'�,,,; L• 1"✓ 1 ).rr�rt • •. � rV v ir/r •' •. I1• • /T '}� + ••. 1e. •A ' •: •� 'e L S Sy '.� �. �' • ZZ .r y , -.1 '� r!•�.1-! '.. E•'�. ) • •t 1 • • •"' J I r /t r. {� • `• t, ♦ 1 �••+�•� If ] �UIU 1• J([�+ M t v Z rca�3� N. 1� • ♦S•.• i " • � �♦ .S \ 1 \i•�r • {O ' �.r�• M'�� . �1 .w �. 1 � ,lt ' _ l i. .t r • e; ,4 ,. `f '~ , I•-,, f( 'v�.•,� : ;� • . .•o /� . . •�.'f 11� ..,N� _ 1' .. ; I .t' .• t w _ 1 , r ♦• M lr/ IIL.... ___� ••'` e►�.� ' i•`r• ; ir•INe`ti�r� ♦ .�•, . ,, S.► t ♦„• ', ,.{y"+�ry 1, i} .'4,, ---IIIw. .. ,r s/t ,j .• f11 •.• w l •t. • T l ' 1• ''{_\'h S' ♦ l '•.i�•� • .• '• 3/4„ • '•/l.F: . � } t .•. I•At1' •11.' - ,! ♦ • -AI.tbn 1^ «..l • 11Y. 1�' ��. Yi�i • •• �. •-• ' •. •. .�r r ' • - )r` tip 1,..4.1 Y 77 ( Y ,,/ .. •� rr ¶ .l: k*' F, 'ti _ ♦ 1 P+1�,4, 4 + 'f r v r J /`'" •'..w'tit •f «p .`! .- ►{{1... .4` D • - ii. / • rd,•• ) ' .1 ;:Q' i;j,. .7 .. ' tip• . 17 •J . ` y r� � / a CIP • ': •'' 1 . / •.•.w�'�S j' ..._••�II 'Il ♦ �•l `i 1/ �{ •1 •'1 yfik 7 � iq yL 'iVt "%•••\.i/Y ` _ ♦• ;i _�� • Io� �l I♦ .• 1..• a '.{b �.!��4 �{�� � iar.�•�...•� '. , • yjl`. � 4« .?. t�!!.. �) .�� � .�.� 1 •tY • . .t' :.t:¢. �"1�, I� 1--.•T•' • t -( 4n ' S 1 ' 'S. '' '. , •f - fl' +t �r • _ _ ••4',\.. q• , ay,' 4 A . 4 •fr ; • : 1 , ' • v'W .. t I•.'•":µ..:- tF+tf�, # Ii', rr •.. lYt wi r 1' _ • �•• y r s, • w'4 7, v [ � C I /• .1 'v'Y7`' '�"t '[i I• R�'`f ..X \ (J • .r.;•�:_e� •' .ale -•. 1 • 1�'.i' � 1 � r ti` . i; _ .. , . r •',j ' T yyr ,.r `"s � attt& 4.'•`� tw • I /l _ ;, / f � 7a° -+f li' b• •� r�• Y.• .1� .. . f !r ! [.L Y«.1 • _I ,.J'}iP ( r '•' • ♦.;. ''9�, L �f «Ir _ •F, «' ' ' ' •�M~► e > r `;.EMI •. • . . • l ' G• � A' , ) \ �' « • ' . . • • •.. . .. ... . ..'.,. !� ..•fir a • `�� '� �� ..S • a r. �� >• } irstriii.: .. r • 4. • SCHEDULE OUR TEAM IS COMMITTED TO MEETING THE SCHEUUI.E FOR THE ENGINEERING SERVICES FOR BRIDGE 64/39A IN WELD COUNTY. FRU DILIGENTLY MONITORS OUR PROJECT'S PROGRESS TO ANTICIPATE CRITICAL. ISSUES AND .JO MITIGATE THEM , ENSURING THIS PRO It LIT MEETS THE COUNTY 'S JANUARY 2020 DESIGN COMPLETION MILT STONE. 2019 2020 - Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sept Oct Nov Notice To Proceed (a Monthly Progress MeetingOa (2) oit (2) Cv) ( i)J (9 Key Meetings •:• Kickoff Meeting . Conceptual Design €1.-bf Pr Gil rn cam v &01 . . : FIr' ' t P r� tl Review Meeting f' ROW Plat' Pc-view Meeting Rev ' ev„ Meetwq Survey Geotechnical Engineering Fieldwork Prelinunar ! Report Conceptual Design D) Submit Conceptual Design__..- Preliminary Design Preliminary Submit Prelinary Desrg; , : —I CLOMR • y,Fr r &- ••• , • •r • ., • r r • • ., CLOMR at �, FEMA Review Cl OMR Subn'iit Approval Final Design & Specifications °' ry,,,, ,< •° t ' •Pt try >�•lc,,Mla W,,, ` � SLEbmit Fina e r„,,,s Desigf1 ..-Alftm .,\ !c nio Ad Doc u nzent5 Advertisement Documents "`°�°c<� T4 `' '�it, ` , . � �s+ .4 �1 Rc� �� ely for Bid Anticipated Construction Startle " Utility, Environmental and Roadway coordiantion begin at Notice to Proceed and continue through design to maintain the schedule for the CLOMP Submittal Construction support ongoing through 2021 LOMR approval anticipated in 2022 FINAL SCHEDULE WILL BE DETERMINED. WITH WELD COUNTY TO INCLUDE INPUT FOR ROADWAY DESIGN AND ENVIRONMENTAL. SERVICES. SUBMITTAL DATES SHOWN ABOVE MAY CHANGE fig ( "�i' .. azs(...,. ,,._. . . .. ..� .... .. .... .evaN' .. „a. rr•._sun. nT.n�•rev(at. ,. v. .... ., , rarRs, ter-;ee"., •.• -- .vs.. ,� .n p,•� , G.'` g ". ... :. .. 1 0 SERVICES FOR BRIDGE W . .. � WELD COUNTY: ENGINEEt �39> 5 Kumar & Associates, inc. 800 Stockton Avenue . #4 --- Geotechnical and Materials Engineers Fort Collins . CO 80524 and Environmental Scientists phone : ( 9 70`) 416- 9045 fax : ( 970 ) 416- 9040 email : kaftcollms@kunnarusa . com An Employee Owned Company wwvy k.umarusa Coin Office Locations Denver ( HO ) Parker Colorado Springs : Fort Collins Glenwood Springs and Summit County Colorado ♦�xi A;S Stla el 4.4 September 972019 Felsbur g Holt & Ullevig y�.�4 � :�� I �£���' .k rusa.com 6300 S Syracuse Way , Suite 600 ) www 909 - 2L117 Centennial , CO 60111 Attention : Cynthia A . Otegui , P . E . Subject : Proposal for Geotechnical Engineering Study and Pavement Thickness Design , Proposed Weld County Bridge 64/39A . County Road 64 at Eaton Draw , Weld County , Colorado Proposal No . P3- 19-263 Dear Ms . Otegui : Kumar & Associates , Inc . is pleased to submit this proposal to conduct a geotechnical engineering study and pavement thickness design for the proposed replacement structure for the Weld County Bridge 64/39A located at County Road 64 at Eaton Draw in Weld County , Colorado . We understand the existing bridge will be demolished and replaced with a new bridge . It is anticipated that the roadway section for the new bridge will consist of one lane in each direction . The new bridge is expected to span approximately 39 feet . f Scope of Work : Based on the information provided and our previous experience on similar projects we have completed in the past , we propose the following : 1 . Drill a total of 4 exploratory borings . One boring will be drilled on each side of the bridge structure for the abutments and one boring will be drilled on each side for the bridge structure for the approaches . The structure borings are anticipated to range from about 20 to 30 feet deep and the approach borings are anticipated to range from 5 to 10 feet deep . The final depths of the borings will be determined in the field as drilling progresses • and as the subsurface profile becomes evident . The borings will be made to obtain information on the subsurface profile , to obtain samples for laboratory testing , and to estimate the groundwater level and depth to bedrock , if encountered within the drilled depth . We will coordinate with the Utility Notification Center of Colorado to locate buried utilities prior to drilling . Utilities cleared through this service will not include privately owned on - site utility lines . The property owner should review the proposed boring locations once they are staked in the field and verify that borings are clear of privately-owned underground utilities . We assume that any necessary right of way permits will be issued at no charge . We also assume that traffic control will be required to perform the field exploration activities . Costs for obtaining the necessary permits and traffic control are included in the lump sum fee presented below . Felsburg Holt & Ullevig P3- 19-263 September 9 , 2019 Page 2 2 . Conduct a laboratory testing program on selected samples obtained from the borings to determine : • Moisture content • Density of undisturbed fine -grained samples • Gradation characteristics of coarse-grained samples • Consolidation and/or swell potential (of fine-grained soil samples ) • Atterberg limits • Water soluble sulfates • Standard Proctor 3 . Analyze the data obtained from the field and laboratory portions of the study to provide engineering recommendations for: Foundation type or types , depths and allowable bearing pressures for the building structure • Axial and lateral geotechnical design parameters of deep foundations , if applicable • Floor slabs on grade including requirements for overexcavation of expansive soils and bedrock • Earthwork recommendations . including temporary slopes . suitability of on-site soils for use as engineered fill , subgrade preparation measures , and fill placement and compaction criteria Foundation construction criteria • Pavement design for the access drives and parking stalls using soil classification data and AASHTO pavement design procedures • Subgrade stabilization requirements . if necessary • Mitigation of sulfate attack , if any . on concrete • Seismic design criteria in accordance with IBC 2009 or 2012 (ASCE 7- 10) 4 _ Prepare a report to summarize the site _exploration _data, ia.bo.raf.ary._ test results . observations , and provide our conclusions and recommendations . The field work and report preparation will be supervised by a registered professional engineer . st Fees : We propose to perform the above described scope of work for a lump sum fee of $6 , 470 in accordance with the Terms and Conditions on the attached Fee Schedule . Please note the Terms and Conditions contain a limitation of Kumar & Associates . Inc . ' s liability . Modifications to the scope of work , if required . and associated fees , will be discussed with you and approval obtained prior to exceeding the above lump sum fee . An itemized breakdown of the associated costs is attached . Schedule : We propose to initiate the study immediately upon being given notice-to-proceed and to begin field exploration within 1 to 2 business days of notice to proceed . We anticipate that field exploration will be completed within 2 to 3 weeks of notice-to-proceed , and that preliminary design information can be provided within 1 to 2 days after completing field exploration . A final report will be completed 3 to 5 weeks after notice-to- proceed . Specific times may vary somewhat if weather or other conditions beyond our control delay field exploration activities . In any event , we will coordinate with you to expedite our work to fit into your schedule , and will notify you of our progress and any available information . 4 Kumar & Associates . Inc. Felsburg Holt & Ullevig P3- 19-263 September 9 , 2019 Page 3 If this proposal meets your approval , please sign one copy and return it to this office . If you have any questions about the scope of work , please call . Thank you for considering us for the study of this project. Sincerely , KUMAR & ASSOCIATES , INC . By J ob Hanson , P . E . JAH/ Enclosures cc : book Agreed to this day of , 2019 Organization By Printed Name Kumar & Associates , Inc. GEOTECHNICAL ENGINEERING STUDY AND PAVEMENT THICKNESS DESIGN PROPOSED WELD COUNTY BRIDGE 64/39A COUNTY ROAD 64 AT EATON DRAW WELD COUNTY , COLORADO ITEMIZATION OF ESTIMATED COST PROJECT OTHER PRINCIPAL ENGINEER/ FIELD ENGR/ WORD DIRECT COST TASK ENGINEER GEOLOGIST GEOLOGIST DRAFTING PROCESSING TASK HOURS ODC "� ., .. , .., .., .d, ..,.. , . .d ..... ;.� _. � -tl_. .. en. �'� , .,. (.,, 1r. .. ,, r._st. � -e f ,.f aR• 7... .a M'. u, n.: Y'.r' ..r z:n.. 5Y. ,: v. - w .:..� ... T i. v ..... .: :.. � .'. . .,. ..• n, 2 ., .. :\( .. r jam.l^ a , .,h_.Ifr, gl. ve , uv•� .n ,:ds y.•.M.,. . 2 e.x J.. ....0 ... ,1 .fel., .... r Ij• '4�..-- s'T�.rxl.n. s�Y'.''Y i -, v�'"w� . sn<..:x'.'¢d-. v r.�{:;; r � 'e¢.r ft :.,..a..wk�'' ef..:,..� , .. s .. •n, ''.1 .t,r,: . FIELD EXPLORATION4 • ._ D. Utility Locate (Including call-in , travel, field locate) 0.5 4 4. 5 I. I. Traffic Control/Permitting 2 $1 ,2.00 Drilling {r}ii l l i n g y yy y. y��p �q� �) �} 6 y�yy,`gyp{may 6 $930 •Shc• C+✓F•L.C37.-� ,K••�'vV11„ 2'Mil'LCr �S -v�.Iilt,'�. ��1.•{"VA a t - w.+WJ..)X511134!!S`'R.lROrf 'v1,vM }Ssal.WNW'P LABORATORY TESTING Setup 0.5 0.5 Moisture Content and Dry Density (.6) $90 Gradation (2) $160 h Atterberg Limits (4 $200 • I. Percent Passing #200 (2) $60 Swell-Consol (3) $210 Water Soluble Sulfate (1 ) $50 Standard Proctor (1 ) $95 ggi .aA. /.. f r a^^ .w _. .. -.. Z. :..S4/14.7" :iii -:-.. '..:,b �...Y.".W..e .. r .a: •`V' R".. wl'! ., aW. ✓^ . '+E'. . ..:. ,. t .. �. _ . .0. .. ,. \ � _ ._. P. . ._. H a n t.. L,',. a ..�' m Ai" l•\. v.��J �"[a, r ,:.L. �. vYu '�f,. 1ar.� . � .- .... .�v 4n . '1 r h •' . ..-K � ti. .. . � ''-c��^' ..,. .;.L'.An' i ,..... .. •.. . . --.s> r.�. .\ . ,ia:. rovr'"� 'Wfd.aA^�x��.'l - F'i<8'W�4n�N• A3:�V2. .H.....w1.n��d ff,Aw wAti+L^i. u, <YSois�. Ywk.�Ad.W.?','Y..nL+.A�"r.IZf•.�'.u..:'�.•dS3'+ It �.--... ..C� a. �.-. .. V. A._-... .. .. ,. 1.. u•.e-. _ - .lv. ..C... .. .. -.[.. ......�, ,.. .aw err:-.. `. 4'S.� -. . .. i, „ . .a. ..r. \ _vY.'.tt'Ci ..:. 4.. ANALYSES AND REPORT • • Analysis and Rep in 3 9 2 1 15 , r • .:: '. •..of. w _•e rY .. A ., ..•.. :2". rn,. :.:. .:... � J \ . it v: J q'a "C ..1 C'� :. 1 ! ] M1 ., I . .. _ . .v n 1. ., ._ .i .:, r.\. .. ,\... f ) A J � S. 6. '.Y . ...r :-.. i.. . S( , ,.: i 59 ! < h`. 1..�}.�� Q R .•.xr Y` .I t A t1 Y r'+' ,rY . r -w`» b . i -, .F .., ,tih r . . . h ... , : . ..:.. <f. a. . F� .., . . . - .J 'a. . m Y .: .. .' ek.. .....yy.���'���JJ./ {�'��1���tn .�+'�'t�_s'�f.�:'.�'�F y _a � V1y �1y�� p�� ��/ u�.� .}�.£. _-� �., / , • ,y1d.. ....1 .. •� _ S , ,. r . 1" fu..,.. '� .1-, '>,•.. .ry..y , ..f,.� f. t ,..._ 1 , < ... . z. <.. ._ ,. __ m . h F^ ,';.",.1\. ,P. .�. x. Y'_ _z4,.�: .2. . n. .�, . . 1'x�':+ sw... \ .: °Jp.: .: . .�:.......a '4o,..�.,Jv i...__.•I:tK.x 1:'C`.��+Y�+v...c.os.t..�> � T •. ��O d' 'OW-)a'.YN H»'['N>��R' CCFW rSui._.u+ F:�'i ♦:.din. rf+.S ♦.)�..v .l t .../l.�yPo.._-'$?'T��'S�..nry.M..,,�..< 4/- �4f J< . 1 � _. a ,r d:C•..Et'E • I. An. n i•... r• . , . ... ..} _.5, rw�vWta � . Sk./..N_lp . ,�1 /' a� �M r. n'� � n,�.' n �:.a •�1 .J..v,,. S e- i aY -v.�%.... TASK HOURS 3 12 10 2 1 28 RATE $140 $95 $70 $80 $55 • LABOR COST $420 $ 1 , 140 $700 $ 160 $55 Labor Total = $2,475 ODC Total = $2,995 Est. Task Subtotal = $5,470 - t 9/9/2019 Kumar & Associates, Inc : it PROFESSIONAL SERVICES FEE SCHEDULE ENGINEERING, ENVIRONMENTAL AND FIELD TECHNICAL SERVICES Principal Engineer $180.00 - $210.00/hr. Senior Project Engineer/Geologist/Manager $120.00 - $ 150.00/hr. Project Engineer/Geologist/Scientist $95.00 - $125.00/hr. Staff Engineer/Geologist/Scientist $75.00 - $100.00/hr. Project Supervisor $90.00 - $130.00/hr. Construction Inspector I $65.00 - $75.00/hr. Construction Inspector II $75.00 - $90.00/hr. Environmental Specialist/Scientist $90.00 - $135.00/hr. Environmental Field Technician/Geologist $70.00 - $80.00/hr. Safety Professional $110.00 - $125.00/hr. Project Administrator . . . $110.00 - $ 120.00/hr. Staff Administrator $70.00 - $80.00/hr. Exploration Field Engineer/Technician/Geologist $60.00 - $80.00/hr. Construction Materials Testing Technicians: • Field Observation $65.00 - $75.00/hr. • Concrete $50.00 - $60 .00/hr. • Soils, Reinforcing Steel, Asphalt $53.00 - $62.00/hr. • Piers, Masonry $60.00 - $70.00/hr. • Fireproofing $70.00 - $80.00/hr. • Structural Steel $75.00 - $85.00/hr. • Post-Tensioning $50.00 - $60.00/hr. • Floor Flatness $70.00 - $80.00/hr. Word Processing $45.00 - $55.00/hr. Drafting $70.00 - $90.00/hr. Laboratory Technician $45.00 - $55.00/hr. Litigation/Expert Witness/Deposition $175.00 - $350.00/hr. OTHER DIRECT CHARGES Auto or Pickup Mileage $0.75/mile Out of Town Expenses, Travel, Rental Etc Cost + 15% Expedited Laboratory Services: 1 .35 x Test Price (See No. 16 on Reverse Side) SUBSURFACE EXPLORATION, SAMPLING, MONITORING WELL INSTALLATION Exploration Subcontractor Subconsultant`s (4-Inch Solid Auger, Hollow Stem Auger. Rotary and Diamond Core Drilling, Exploratory Pit Excavation, ATV Drill Rig, Geophysical Exploration . Specialty Sampling, etc.) Cost + 15% Materials/Equipment Rental/Outsourced Laboratory Testing/Subconsultants . ... Cost + 15% Falling Weight Defiectometer (Includes Operator) $200.00/hr. Concrete/Asphalt Coring $75.00/hr. Photoionization Detector $ 100.00/Day LEL/CO/H2S/O2 Meter . . . . $ 100.00/Day Conductivity, Temperature, pH Tester $25.00/Day Personal Protective Equipment Rates Quoted on Project Basis LABORATORY TESTING Soils Moisture Content (ASTM D2216) $10.00 ea. Moisture Content & Density (ASTM D2216) $ 15.00 ea. Gradation (ASTM D6913) $85 .00 ea. Hydrometer (ASTM D7928) $85.00 ea. Double Hydrometer (ASTM D4221 ) $225.00 ea. Percent Less than #200 Sieve (ASTM D1140) $30.00 ea . Atterberg Limits (ASTM D4318) Method A $75.00 ea. Atterberg Limits (ASTM D4318) Method B $50.00 ea. Standard Proctor (ASTM D698) $95.00 ea. Modified Proctor (ASTM D1557) $ 110 .00 ea. Soil/Cement Proctor (ASTM D558) $135.00 ea. Proctor Checkpoint (ASTM D698 or ASTM D1557) $50.00 ea. Relative Density (ASTM D4253 and ASTM O4254) $ 175.00 ea. Specific Gravity (ASTM D854) .. .. $80.00 ea. Standard Swell-Consolidation (ASTM D4546) $70.00 ea. Air-Dried Swell-Consolidation (ASTM D4546) $80.00 ea. Remolded Swell-Consolidation (ASTM D4546) $ 100.00 ea. Unconfined Compressive Strength (ASTM D2166) $60.00 ea. Slake Durability (ASTM D4644) $ 100.00 ea. Pinhole Dispersion (ASTM D4647) $ 150.00 ea. Water Soluble Sulfates (AASHTO T290, CP-L 2103) $50.00 ea. pH (ASTM E70) $40.00 ea. Chloride (AASHTO T291 , CP-L 2104) . $50.00 ea . Electrical Resistivity (ASTM G57) . $ 150.00 ea. Organics (AASHTO T267) $70 .00 ea. R-Value (ASTM D2844) $350 .00 ea . California Bearing Ratio (ASTM D1883) 1 -Pt $ 150 .00 ea. California Bearing Ratio (ASTM D1883) 3-Pt $400.00 ea. Soil/Lime, Soil/Cement Mix Analysis (Cost Will Vary Depending on Specification Requirements) Call for Pricing Freeze/Thaw (ASTM D560) $350.00 ea. Wet/Dry (ASTM D559) $350.00 ea. Compressive Strength of Soil-Cement (ASTM D1633) $60.00 ea. Direct Shear/per point (ASTM D3080) Unconsolidated-Undrained (Quick Test) $ 150 .00 ea. Residual Strength, Additional Per Carriage Reversal $50.00 ea. Drained Tests Quoted on Project-Specific Basis Soil Suction (ASTM D6836 Method D) $50.00 ea. Miscellaneous Sample Preparation . .. . . . $50.00/hr. X %Marketing MateriaislFEE SCHEDULES\\2018.1 ProfessionalProf Fee Schedule 07 17 19 doc TERMS AND CONDITIONS (Geotechnical and Environmental Engineering ) 1 _ Invoices are due and payable upon presentation . Unpaid balance after 30 days shall be subject to a finance rate of 1 . 5% per month which is an annual rate of 18 . 00% . Client agrees to pay interest , all costs of collections , including attorney's fee and court costs . 2 . Kumar & Associates . Inc. , including officers , directors , owners , employees and agents , (Hereinafter referred to as Kumar) represents that the work will be performed with the care and skill ordinarily exercised by the members of the profession practicing in the locality where services were rendered under similar circumstances . NO WARRANTY . EXPRESSED OR IMPLIED , IS MADE BY THE RENDERING OF CONSULTING SERVICES . 3 . inherent in our dealings with clients is the confidentiality of all work performed for any client. AM reports are submitted for the exclusive use of the client for whom it is addressed . 4 . The significance of the report is subject to the adequacy and representative character of the samples tested as indicated in the report and the comprehensiveness of the tests and observations . Quotation from our reports or use of Kumar's name is not permitted except as authorized in writing by Kumar. 5 . Kumar will take normal precautions during site exploration to avoid damage to underground pipes , wires or other objects . including utilizing utility location services . Due to limitations on locating such underground objects , particularly private service utilities , Kumar does not accept responsibility for damage to utilities or other underground objects . Client agrees to indemnify and hold Kumar harmless for any and all damage to underground utilities and structures . Cost of restoration , repairs or damage which results from field operations will be the clients responsibility . 6 . This agreement may be terminated by either party upon ten ( 10) days written notice in the event of substantial failure to perform in accordance with the terms of this Agreement by the other party through no fault of the termination party . If this agreement is terminated during the performance of services . Kumar shall be paid for the total amount of any work which has been completed , and shall be paid for work in progress on the basis of Kumar's reasonable estimate of the portion completed prior to termination . Such payment shall constitute total payment for services rendered . Clauses 1 , 2 , 3 and 8 through 14 shall survive the termination of contract. 7 . Unless otherwise stated , Kumar will have access to the site for activities necessary for the performance of the services . Kumar will take precautions to minimize damage due to these activities . but have not included in the fee the cost of restoration of any resulting damage . 8 . Any claims or disputes made during design , construction or post-construction between the Client and Kumar shall be submitted to non-binding mediation for a period of 30 days . If the disputes are not resolved in 30 days , the matter may be submitted to arbitration or litigated in the court of law, as solely determined by Kumar. ar. 9 . The Client . shall . to the fullest extent permitted by law. indemnify and hold harmless Kumar's officers , directors , owners , employees , agents and subconsultant' s from and against all damage , liability and cost. including reasonable attorney's fees and defense costs arising out of or in any way connected with the performance by any of the parties above named of the services under this agreement . except only those damages . liabilities or costs attributable to the sole negligence or willful misconduct of Kumar. 10 . Kumar shall not be required to execute any documentation that would result in their certifying . guaranteeing or warranting the existence of conditions whose existence Kumar cannot ascertain . 11 . In recognition of the relative risks , rewards and benefits of the project to both the client and Kumar, the risks have been allocated such that the Client agrees that, to the fullest extent permitted by law, Kumar's liability, and the liability of its past and present officers, and employees , to the Client for any and all injuries , claims , losses , expenses , damages or claim expenses arising out of or relating to this agreement from any cause or causes , shall not exceed $50, 000 or Kumar's fee , whichever is greater. Such causes include, but are not limited to Kumar's negligence, errors , omissions, strict liability, breach of contract or breach of warranty . The limitation of liability of this provision shall apply to any other party who may rely on Kumar's work pursuant to this agreement. 12 . All documents produced by Kumar under this agreement shall remain the property of Kumar and may not be used by the Client for any other endeavor without the written consent of Kumar & Associates . 13 . For geotechnical studies and observations and materials testing , Kumar assumes there are no hazardous materials on the project site . unless otherwise in►►formed . Hazardous materials may exist at a site where there is no reason to believe they could or should be present. Kumar and Client agree that the discovery of unanticipated hazardous materials constitutes a changed condition mandating a renegotiation of the scope of work or termination of services . Kumar and Client also agree that the discovery of unanticipated hazardous materials may make it necessary for Kumar to take immediate measures to protect health and safety . Client agrees to compensate Kumar for extra work . Client also recognizes there is a risk that sampling through an unknown contaminated zone may result in spread of contamination and in turn spreading hazardous materials off- site . Client recognizes nothing can be done to prevent such an occurrence because such sampling is a necessary aspect of the work which Kumar will perform for Client's benefit. Client waives any claim against Kumar and agrees to defend , indemnify and save Kumar harmless from any claim or liability for injury or loss of any type arising from Kumar' s discovery of unanticipated hazardous materials on site . 14 . The Client agrees that Kumar has neither created nor contributed to the creation or existence of any hazardous substances at the site . Accordingly, Client agrees to indemnify Kumar against any injury or loss sustained by any party allegedly arising out of or related to Kumar's performance of services stated in this proposal . 15 . Rates are subject to change 30 days from proposal date . 16 . Laboratory services are considered expedited when new testing is assigned a higher priority than other testing programs in progress . Kumar & Associates , Inc . Revised 07-17-19 Flire. HARRIS ikb KOCHER SMITH DENVER m DALLAS / FORT WORTH Scope of Services -- Surveying Services and SUE Investigation Weld County Bridge 64139A Surveying Services : The following tasks or information will be provided generally within 1000' of the approach to the bridge from either direction and within 100 feet up and down stream of the bridge structure , all as shown on the attached survey extents map : Right-of-Entry Research existing property owners and request right-of-entry onto private property for the purpose of surveying . Right- of-entry letters will be prepared in CDOT format for each impacted private property owner and mailed to the owner with return receipt requested . Should no response be obtained , we will attempt to contact the resident of the property and request right-of-entry at the time of field work . 2 . Horizontal and Vertical Control Set three to four permanent control monuments, being a S/8 " x18" rebar with 1 - 1/4" plastic cap marked 'control point' near the project site . The project control will be provided by Weld County sufficient to locate the project in relation to ROW mapping and utility mapping to be provided by the County . 3 . Topographic and Cross-section Survey Perform a detailed topographic survey acquiring locations of the existing roadway, visible surface utilities, bridge abutments, bridge deck , bridge low chord , bridge piers, wing walls, terrain grade breaks and lit contours of the existing topography . The survey will also include four (4 ) downstream river cross-sections and four ( 4) upstream river cross sections based on the `Cross-section Survey Locations' as depicted on the attached map . Cross- section locations may vary based on accessibility and safety . Contours will not be delineated within cross - section areas on the overall base map . Topography and cross -sectional data within Eaton Draw may be limited based on safety and accessibility . The use of a boat, raft , or other watercraft to obtain survey data is not anticipated and therefore not a part of this scope . 4 . Bridge As- built Prepare an as - built survey after construction . The survey will include topography of the limits of construction , generally within 100 feet of the new construction and depicted at a 1 -foot contour interval . The survey will report spot elevations of top of deck, low chord , storm drain and inlet rims and inverts, along with pipe size and material , where discernable . The as - built survey will be stamped and signed by a Colorado Licensed Professional Land Surveyor . Deliverables : The completed product will be prepared utilizing Bentley Microstation V8i SS2 and delivered in ( . dgn ) & ( . dtm ) file formats . The base tit-awing will include the location of all found and or set horizontal/vertical control points and topographic survey depicting the existing roadway, visible surface utilities, bridge abutments, bridge deck, bridge low chord , bridge piers, terrain grade breaks and 1ft contours of the existing topography . September 10, 2019 Weld County Bridges — 64-39A Page 1of6 After construction, an as- built survey will be prepared . A PDF stamped and signed by a Colorado Licensed Professional Land Surveyor of the as-built survey will be provided . Exclusions : The following tasks or items are excluded from the above scope of services and deliverables : • Preparation of written descriptions • Preparation of illustrations to accompany written descriptions • Preparation of ROW Plan Set • Underground utility locations • Right of way or easement depiction • Acquisition of title commitments • Review of title commitments • Location of section corners or property corners • Replacement or rehabilitation of section corners or property corners • Acquisition of data within hazardous areas or potentially unsafe conditions • Use of a boat to obtain elevations within waterways } tr September 10, 2019 Weld County Bridges — 64 -39A Page 2 of 6 Survey Extents Map zywre. - : �r�Tr-jd W •<'J' � ,2,--,r77.7.,, - ... ._.. '� •"rY. p<... "z = /d a' V M - _ TT. T - .8+� •- - • x7�..n"wt J t '+ ( It $ ,..„....„..s.,:„.,.....1 �:' `r�'9': -.}� . r.11•y` • �. � �_ ( �..\.ct i .•a. ..Z ' rS. �'� - nl•}( • t.r1 �_, isS,,Sa c^..` •^^ )•,/....F.,,r a e< YF_ . x w &• •''r7 `•- '_ 'tt. •n u vl {f a r kF�"Ssn]• a .I9p�•�+ %JI •'r'r• _ $ .~,_• �...„,4„ ••'ti Kj•�\ a a f - J' �•'• x'J <'-."t'd \ ! 5 ' 11"I+ .ty k-,•..,': �J J�f '.;�. .._ °,,�I,. i..•• ' '(IY;I••^,ii" ' '_` '.T-'1,� 4,` is irt� .-4-...,-J. Cdr n ,aai p '\i„wn•�= - q!^' J { ., 1! S w;. f" 4f qE }ye'.�X .r r:, x'59 "1� v C'i s'. r�;r d .. :.4,•T `" _i;•r Y!• M !'I:.4+ l n r _ rt r+ii -5�'�.Sir'.'.' + t - & r 7 ..1 i;C• -' T+... v'. y. %..c$ '71 y »i _r+g'i'g - 1..: � ,5f';V ;�' a F . ,-/..' 6 P. --, 1 Y• i $"• er d:'` s g,-:-.CV "i •t 0., d ,.GG",. i,b. % :y> ' - •st ,i. y160, d f �y;... ,. ; ". . °i,. : .. ` < .ti- . I. , 1 ,t 2; .. 4 , a. r ...k.> .•,,...2 c. . f,4 ): .j.aJ.< ,} P, :Y .. R•f ' :: Y. C d ':I Ax ''I �t 1'La'�_ . TRt. v n. d ;ss r.. k ,y. _v El r .S.; 'W •R 9 �4dr ;" ' ✓v , • 4'. .-- 'ii.s.Rx?!b. :rF?. • ,•xf 'rf' '. ,'' �' .pbq .. � . .d •� t � d�'A Si:, , ✓ • .� t ;� r'.�C. 3 ' .t '�,•n jty`4 2 (,7 •�,. -a[ s c 4yt -. ..F, } ifsea.w 'I �1>, ! .,. .�.v*� _ J,. ' f . ,.s., �,. .r'. n 't ' � 7 • rr • µ << • tt �M1M1 . ' r +:I. c •" \.4 _ t .,,s:be ..t Y e , n x..- :'(.7,",,:f. a • ^ i. d... ;t14/:`,V.' '\ J �r :: : Y .,. C . 3 . ._ ..Z% d �'" 7i.�" .• r" 4 1,:r Y '•6... I-*-t. sity „•t.4 7f: " , .!: '4b •T '� Y'^ tr`}iek , .1. ,T;- 'i .Ir'h, �s r. K . n,. t.., "d ` r. :!a •t �N;..r•� is . • . �.., n,' S t. .. . .� .,„...t. ... �. f»<5. ..xti^ x. �i• � c,.r• R 3y 'Y)'n,p ..r•x T r .+ i., ....< :, -e rS, F F .! . . .:.., .y.,.... ,.. ..,vEr t` . _ ,{, Tt 3` W." 31n „ .. Va." '... :.iR. ._d.. ,. W°. ,j I � 6.A �. L _ n . ,x.. :1,_ f.., c Q<}�.�,. A x y` .. '7 :r er a r.. t4� '. >.r1 '.K . _ ," . W- f` `i J:,e .t. . �:. 'i.(' :,. `I ' .3 •J., J « ti:. ,i'.3} v r6 .S'.%.i e•. S, +,+ i i'�,_ M - I,,.,,. 4. .t ".+' , r; " T'yy, < RYy/ .fi,. . •,, ✓ R k cda-5';.� `A.� - - ypr"`x^' '.d�`'�j .+ � r �. � i Ya.5 • �pe>Y '. ' ' .1 4 �t } 1lty.. ..Y L "J.k. .�i [ ?l. ) 7.. .0 5, ‘-it y,.. 4 '' "� l: '.5''i}. - :"d{ YE. i. ; i0 .'Pe: w• .r 'D• em, ?w 3 "i. r.c w F s e v.,� r G y. 3!• gv�.. "". 7 a. "9 . _I ,4-)t, k ,pp,4T !. i. .L'.i R.t _- ^t:. 1.,,*.s Vic :. F.. .,k5� k `e_ ry v 7t'�J '.'.P. ( S� 4 .ra ,r u d' ' S ,l P'� ( 'a• !• 5;.'•✓ .n 4> - ` s p"d A( ,�R'` . a1R ';iv 'Yi fi"� _ c .Ah . :.iii. a- r:�.n• Y .,Yi. .)*".'f1�1{` "- ,-+ , -K,i�' _ •„+-c L ', r .;.C. - - •' '�" ' �3. r ' 3 att•. . ;:• s �:. at;, ;••. r r w . v 5�i.. r, :3 'I: Kt 1 'R' "i �( '. ':*'�.r v;R''y '�": I'�• - �a".1fJ'° �rJ+', .a,4---, �.'-�M•. gy r,: ..�A-, ' {., y:. �" 1a. J�' •."l .--.- .�, � .,Q - t •^ : . •� h � :. r 3�k'""YI_ li�j₹t :.._. . .,>�,. s -,� „a�• fa .(.''�- . t ).l t • '" �� .mow .[• - y _. Z I lek-P'jr 1 a.• , ., t. ,^ 7s .,. �r4,„ .Y: ,e- .. . ,:el . a ... °�" k '�I,:. E ll ^ 'i.�Jf = pw • W.(. vI i�1� y:o� a-• - •'- `:1 ar _r:t2{ fi` � '(` • �� k'g Y �ntitz `y�'r •'f• ` .k �1. :o "V-- rt' `I:' �y� _ ;� �.W, '�'yy >� 3��t:I• .:.).0 • .Cy.} S+' ' '� yY'' eR�e>=n'6C'. _ �,4�' +.`• re .R 7'- f< yJ. xc- tea ter k f� x`Sct 1 K • d< hb:_' —t 4 I : `1L i • - jIYA x' ti>: � b ! . - : r..• } ,•iv .1 •� 'r • Yi x l.ft t�.. ,[ a r A' r'11 it • t-'c:.{'' 1. Vii. re .� ' �S7 °VY, ¢,,,, ��' • ` S ,�,,//yy `R' t2xt v •p '4 ,•'{ •u -,./.2•••••--2::( 4, ,• '2y N.. db'. x. '.?b tt_ .d ;;3,0- -.� \ 4 - _ •C?'� .r .✓'. vvr , I `_r. - V r.).; `r, • • ..�4; °'� '.¢� �,' , S ',} `+�: )� SS • �d _Z' — . .. .-0,,,,..4t...........1r > ...�.. - • 1 �,, _. .. . r• . , ,. h• ,;„,:h-ii: N/y,�-��'Y.!al, .fit T 1 I ✓'.j" r 4 ' ., 1 . F:3.. rn g .�� - � ; ^ ` .R;.,J, !� � �..; �ll ail • I .�� �^ .4,,. ✓.,y. +S::". !^ .' rlll,' f` S a, - "Y • >Y 1 -., < 7 1y 5 1 x . .1\.M' !y SF..e' �v. ^tvai .1.:Y. .�1'i. - L ,7 ;. y' ¢ .v , ,;. .' I z .,'.' r.I - +r • .L . •vI _ •• . ' 4 _k htt4f srb'�e vS' '' ,e:. S `} ;:r e .-Ot* . ). • {. t ,Vi' 1 Y-`r rke•.p,:• '!,( y.. WI/it;r P(. 44j%••••',4„..,,,,„5.3/4,,,,,,,1.:. . . Z. P u « 1 . Z. /.,1',•'`•, C r li. Sj JA S lute'.49. yy. _ ;lt .� R'• s` .< 4 _ t • .Y 5 . .,.x f y s' `1 twy. ,f; '�d • .WI-.$ Z •tJ ,; -'r• ...r• fl: r vjC,�. `F ^ , riR'. a 4'3` ',;,:54,,, } . t . .i 1� ,ytr �• � t .;�. .S -h. . �: •9h. '.i� 1.1 '�, IA y -> r, ,.r ,F J ppy^fi�r 5 .�. � 'Y ' M 1 aTn 'J):O A•kw \Q • a ,JFS , r E';1T, 4 .1.,,`7 f fit" .`. ` e .r .• ci r. . r- a ,:r \. . z Ic n;. . . g .(Iµ., • (.' _ Ply J , .F 1 n o• 41 r%A E �0. � f:• 3 . <•:�rt � �• M. f�,,,_C,, iY17 .��'T.;c,t l� ��:N" -t,,; r rr^^.ir' :. , t ' :, . ,- ,,,i 'R r 'St 'Yu'A•!l5 ! S � si. • ;J }:'�ICL•' -n ..c,< <e 5Y ' _. � 1..):-...3.-:): ,a44 � • �, a e. • 4 � .{Y �,.,. J,, x, ;. ? � ti+9' 4..rF:'Ntr 3 .k.h� 'r:d��x-� - 1 . , 1 `..: z ..., 3 wKr . • ` t w i i ,.. '''5154."- . :�u .r� - - .. f 1 S r "f x;s �- •r t a ti r S 11r,,� ! -- "r• `mot...- rAA�'>li, X rl ,'ei t. ;` _ .. cS'<•¢». ,'rr"w " ,{.e`.^•.�..� ++rte.-. .w.e-.....-^w_.wza.,....rN..;.. •,�..�y,_.—__,r. . • F a 1 yj 1S41,• i....._ ra <.Y'. YLJ4•-,c.., t�l -cv+t°'j 9:..•�"F'....- . : y•i >ii�gVlR . gg • ~i. ! • Y t '•. J.; • rW -..0.,:„ � I��` x.• \yy r • t$R. • S£eM'. S •F .Ryan tJ • S • ( :f?� • € :-t { tt n• kk ' 1 t'ox II• Ald • r G, bvk i .... ...„• ;,,,., a '"' _ } •.'�+ s< ,Tt,;- • r rr� a,1 :{y r, . ;.a •z.r E,�J S rr� yl • '! )~ .:{. '9YY3 fr- I-. I. rIr/I • > S t S �':4 �xx r _ r- ice, r� t as m'. ••••• e rsb'v35"` ~§{ Y's. + t L.: - _ � J7L • r �. • . v(µ' K' yr dr" Ws.. j .i c ;jj• • •rT .w ,,,`v�(�' '�,za*'9+K'�` 5e4f yf'F '`:S` 3, • � v yy i�1 3F- r. ( e j'�I ,iir 0a•`�+Gn''w kE r}, '` d:' Goog le Earth nIA it 3 _ •t. jir° ,`� f.{• Y ',� ; • ',, aye -..245.4;*t • •a //�(/�� j(]� A µ1+ ..5�p,5 ,Yi.. /�1, `ta#'_ 1 ! Q yvp 'nif - . p _ YY� V �Y���V '-, l ) -� ,,,.1 1 . 4'Bb' • &n� _ �. • ii _ - - _. $ ' • .F r- l tom:{* r2' 4 99�t _�y ;�g ` # ., '' :magar� Date: i2J � 8 46°27'C�a.43` f'9 1Q4-.'4e.56•6- , ' Qn w Biel o f,- eye ait :,ti9 ft J September 10, 2019 Weld County Bridges — 64 -39A Page 3 of 6 Cross-section Survey Locations y g• I S a '; - •war , I• ,•.K' D r . 9fi,n • d 1 .<r s z. f I`1 -, }� b. �• `'°� _ }� Jtm dpi ° ,! (akblersfr \ t. w, f i 11 11 !1 3iiy \r Il'pIEBB(' 4 ' i * < 1 'rl I.P s �y j �lY 2. , j3 x 6 • C 4 \IC\ C SINE i Zs t' I R. 'L _ $.v I▪ G F%w e35 f spill i.lilt YL am''' N a. 1 1 y e ^i+ <a to• 7lz+t s . [ . tee �( -. 'c7 �.e x2 71 '2 a"aaS J 1- I RJ?y •d. � 'aa ^:, < ( )) S, 3 t7 �Si..eWi ' Yrt`.•.a�°C •• rjrF� p £ £'k' + 1 {I w ;. # w^� VIi° is ti i!JS , -31 w 1 till's); h 5S• 24a 1 J ;.• WYY N tt • j• n 1.` ' I - 't - .- J Intl rts ,y • ,4, „:cam. :I:" �' f •♦ :ti s ! ( ;' ral° - .t.. a▪e Yu awl. '• v s' � l� r> illta r.. t751 d � •% • te P> •'> I 11, I , y y,� = tJls :. pr rt Ili 3j 11--..-44(..."- 44 •Yv a MrrJd I,A• -51, t• tS � J( rl c. �i , $s'Pi . x .+ T` * t � .i Itt`L▪ _ ll It..c. c . • , • ~ o {e. n SS r• { ill, SA airi °EL ... .:c .t.'?r: N• cc.• 1121 t v 1 e I '`" I 1_ ' f J .l 1 sal••!� a: . r. 1 , 2 ! l` o,� . ` , 4 l Pry '� 1r,,:J t ' z I, t ,• F , 3 t x v _ . ti i I. 3 ' �.. , • I a .. • s t t� '�I. 7 ' is , 3 A.4,. r J . .,Iii `, •} .Y:" J I 1 •� i"' d ° ...I ,_ ° a�. -�' b "ft • lirga. cu ac l'il _ 4. % 3 .s' 3- . .t[Ili; in L 1 I JJ i' • , a •y�� ��m. why• o A � s ' r _ a 1 I { p r I d• S ' J i,. 7,41 A •-^yt; $a T5 a may, 4. 4. } 1;r�y. 1 6 -'..� j .. £ it • i`b�,3 ° ...",-,.o114::: e t °�:'h'.f { _! I. J. Y ` ''.Ili di 'l » P let " e .ice r r q, i.: • a Y.. r' t I '8 e t , 7r• , + 7'y 1 4 x, '6 A• r t i .11X _ , < .�• l`7 J ! i rj.C ,!:• k,£t/ c�'s> I,°l rG� 'Y' 14:11. ;.. 1 } ♦�1) {=f 4 # r x r = j 11 ;, 7. �.i r5 Yc�M J _ r q 1 I s `'▪.3- Y ' V▪ , b�PP C R . S`'+.. r ra• �t tnw fP jrP r r YI; Ca 1 :i,... --,,�.`. I l + • _ S�. r • ` 2•r ; g-7.1. J r, yy1 I 1 t '( a 3.1 r+. •s .. �'.'+d.lyYL,' 9 S • 'f-"v ''Y , ,.,w o �{• Aerlv'�' ,�, ti t f • !� a v' �' f 'ta li -e-. �� `r ' '� t ,4 .a , .,i` fir i a s t. may- 2 W�( ' r pie 1 r _ ,,......ryJx fr � ` r' f •I :i ggyy�� If a : .� 4 ;...... 7,. 4 Atx' k4 1....r + , ��' ,� . . ' 4 ti.' a i'� a i S,r <ta`5'LE ,v:: so Rj r e» 3d _P r S. '. I u'�t 'yq ,r- w �'. i' • < rrtr; Y 't.. 4b[5'.. s 6 s . r ae.' y4d`�`a T' J i,.• ''`3'5x,.1 IS E. tP I 8 '-� a P;•ti r � * � A 'e. r _.t.Sr., .d '.+. •e� v l e a 3 r �' > i £� .'1`. ° •c 't3 esY R vg�� a c? S P • ._, + 2. j ` ° q'°{�J{^yj�,a,, "iN �$'y�'6'.S •�. ,f .. r Al _ �yl 1• �L • � df' k'Sf 3� V -"y a C P I _ +Z "-^I�i r;• l l ' r. _ yCr. t - ` ft- \`' '. 1 'rir• yy' i, �[`�', it p U i X I: _ � oy , } _ t n� .>•�'@. Y'. te � �. tyl 7' c1- ,•{ n 1 •@ " rk l a E Y hl • YS` mar L ti fy`q".J*T I tell ' 1 'tb�ba st '. 7"!1`r ;S C',.y ) }-a ° L� ° x • i ' ..S" / r,"' 'a o h i t L‘''' 44.124i24., �'� �,,y+ _ s t � �� �s 1 - .1:�. lir V { P T' y - • t _ �'°t s 1, r., I,'" t , d �� xY - O• ajr 1 ' b '� ♦YIP .. ' `a if t_1��`� ,- Rr5 'ar _ .,r" ' -'>5 Citi1 iii 1. ■ _ yr+ P el„ . y _ l j : ii i 21 -`' 1 . ,41 -r _ _ W s a r 3'y `s ^'< °a 1 I R _ r l C ._-�f _I _-..J` 'v ... - 1 September 10, 2019 Weld County Bridges — 64 -39A Page 4 of 6 ESTIMATED COST OF SERVICES SURVEYING SERVICES LUMP SUM FEE 1 ) Request Right of Entry $ 670 . 00 2 ) Horizontal and Vertical Control $ 2 , 030 . 00 3 ) Topographic and Cross- section Survey $ 8 , 280 . 00 4 ) Bridge As- built $ 5, 740 . 00 TOTAL COST OF SERVICES $ 16, 720 . 00 September 10, 2019 Weld County Bridges — 64 -39A Page 5 of 6 HOURLY RATE SCHEDULE ( Rates effective through December 31, 2019 ) Principal $ 185 .00 per hour Associate Principal $ 170 .00 per hour Department Manager $ 155 .00 per hour Senior Project Manager $ 150 .00 per hour Project Manager $ 140 .00 per hour Senior Project Engineer $ 130 .00 per hour Project Engineer $ 125 .00 per hour Design Engineer $ 115 .00 per hour Engineering Technician $ 100 .00 per hour Utility Coordinator $ 100 .00 per hour Construction Observer $ 105 .00 per hour Survey Manager $ 150.00 per hour Survey Project Manager $ 125 .00 per hour Construction Survey Manager $ 125 .00 per hour Project Surveyor $ 105 .00 per hour 1-Man Survey Crew $ 135 .00 per hour 2 - Man Survey Crew $ 170 .00 per hour Clerical . $ 90.00 per hour September 10, 2019 Weld County Bridges — 64-39A Page 6 of 6 3 �s ten E r. 1 i.— L) iF\) (w ; ' ( N1PANY September 10, 2019 Mrs . Cynthia Otegui Project Manager Felsburg Holt & Ullevig 6300 S Syracuse Way, Suite 600 Centennial , Colorado 80111 RE : Third Party Bridge Review for Weld County Bridge No . 64/39A MEC Proposal No . 919 . 45 Dear Cynthia : Muller Engineering is pleased to submit this proposal for the Third Party Plan Review of the Weld County Bridge No . 64/39A over the Eaton Draw . It is our understanding that another firm will be performing the bridge design and independent check . Muller will perform the plan review of the submittal to determine that the bridge design was completed in general conformance with applicable standards . Based on communications with you , a review of the project Request for Proposal , below is our understanding of the basic elements to be reviewed : Bridge No . 64/39A over the Eaton Draw ✓ Bridge Replacement over the Eaton Draw in Weld County, Colorado . The bridge is considered a major structure and will require a design , independent design check, and a load rating package . These tasks will be performed by a separate consultant . ✓ Weld County is requesting a third party review . ✓ Muller will review Design Plans, Geotechnical Report, Structure Selection Report ( Memo ) , Drainage Report, and the Load Rating Package to determine if the bridge design is in general conformance with applicable standards according to Weld County, CDOT, and AASHTO Guidelines . Scope of Work ✓ Provide reviews of the Bridge Design Plan submittals at three stages : The bridge designer will submit Concept Bridge Plans, Preliminary Bridge Plans, Final Bridge Design Plans . As part of the bridge plan submittals, the designer will also submit the Geotechnical Report, Drainage Report, Structure Selection Report ( Memo ) , and the Bridge Rating Package . A Professional Engineer licensed in the State of Colorado will review each of these documents . Documentation : Muller will submit a comment resolution form following each review . The form will describe each comment and provide a reference to the appropriate document location for each comment . V Deliverable : Following concurrence on all comments, Muller will provide a letter signed and sealed by a Professional Engineer licensed in the State of Colorado indicating that the bridge design is in conformance with applicable standards . This letter will be submitted along with all documentation of the comments and their resolutions . voi a' ., ; years Mrs . Cynthia Otegui September 10, 2019 Page 2 Schedule Review Process : It is anticipated that the Design contract will be awarded during the month of October of 2019 . It is anticipated that the three reviews will be completed between October of 2019 and January of 2021 . ✓ Concept Review: Muller will conduct a review of the Concept Bridge Design Package and return a comment resolution form within three weeks of receipt of transmittal . Preliminary Review: Muller will perform a review of the Preliminary Bridge Design Package . Muller will also determine concurrence with the comment resolution form from the previous submittal . This review will be performed and an updated comment resolution form will be submitted within three weeks of receipt of transmittal . ✓ Final Review: Muller will perform a review of the Final Bridge Design Package . Muller will also determine concurrence with the comment resolution form from the previous submittal . This review will be performed within three weeks of receipt of transmittal . Meetings Muller' s fee does not include attending design review.. rne-etings--with- Weld...County. Deliverables: The signed letter from the PE who performed the review will be submitted to Weld County immediately following concurrence of all comments . Exclusions The following are tasks assumed to be excluded from the scope of work : • Concept Reviews : The scope assumes a one plan and document reviews of Concept submittal . Therefore, any additional reviews beyond those listed are considered outside of Muller' s scope for this project . • Preliminary Reviews: The scope assumes a one plan and document reviews of Preliminary submittal . Therefore, any additional reviews beyond those listed are considered outside of M uller' s scope for this project . • Final Reviews: The scope assumes up to two plan and document reviews of Final submittal . Therefore, any additional reviews beyond those listed are considered outside of Muller' s scope for this project . • Bridge Design Calculations : This scope includes only a check for conformance of the bridge plan submittals to the appropriate design guidelines listed in this proposal . The consultant for the bridge design is responsible for the independent design calculations . Therefore , no structural analysis of bridge elements will be performed by Muller as part of this project . • Quantity Calculations : This scope includes only a check for conformance of the bridge plan submittals to the appropriate design guidelines listed in this proposal . The consultant for the bridge design is responsible for the quantity calculations ( or take offs ) and the subsequent Mrs . Cynthia Otegui September 10, 2019 Page 3 independent check of the quantity calculations . Therefore , no quantity calculations of bridge elements will be performed by Muller as part of this project . Construction Inspection/Management: This proposal does not include any allowances for construction inspection/management tasks for the bridge . Those tasks are assumed to be covered under a separate agreement . ® Roadway and/or Drainage Reviews : This proposal does not cover the review of the roadway and/or drainage design . Comments will only be provided for the bridge design and conformance of the bridge design with respect to the drainage and roadway designs . Proposed Engineering Fee We propose an engineering fee of $ 11,410 for the scope of work described above . Attached is a detailed tabulation of our estimated work- hours and reimbursable expenses . The hourly rates of the personnel who will be working on the project are included on the fee estimate . We will provide these services on an hourly rate plus expenses basis, and we will not exceed this proposed fee without approval from you . Use of computers and computer software are included in the hourly rates of personnel . We appreciate your consideration of Muller for this work . Please contact us if you have any questions or comments with our proposal . Sincerely, MULLER ENGINEERING COMPANY, INC . Jonathon L . Sera , P . E . Project Manager Enclosures : Project Fee Estimating Sheet , v , LL„,H r I CLIENT: Weld County/Subconsultant to FHU PROPOSAL NO.: 919.45 -a " i r4. ,„ PROJECT: Bridge Replacement 64/39A PREPARED BY: JLS DATE: 9/7/2019 Bridge over Eaton Draw CHECKED BY. ASP PROPOSED TOTAL FEE: $11,410 TIME (HOURS) EXPENSES TOTALS CC CZ CC a � W 4 z z C5 _a ¢ a> z Q ui en Fr-z a ac D `� w c� wci) O •- >- r- a `- CC z -J a s� N + w w u lel Z O O -J cc ec z -' O o a a u a m a = m a f- Q TASK DESCRIPTION m w ain ~ g X o Billing Rate >>> $167 5153 $128 $96 $78 Bridge Design Review - Concept Review • l i 1 Initial Review _.. . -` - -- - ° - -_ - .. _ -- -- -_ - - •• • . - _ ..... _--�— --- -a- a Review eurements/Checklist 1 2 __.__._ .... . . $ — $ 423 Weld County Requirements/Checklist_._. _. . _. . .. . . ... 1 _ ._ _�___ 3 423 b Review Preliminary Geotechnical Report - for concurence to bridge plans 1. 2 3 $ 423 I - $ 423 ._ -.__.__._-_-_.. ... . �. - . . - _ . . �_ _ c Review Structure Selection Report - for concurence to bridge plans 1 $ 2 3 L . 423 -' , $ 423 d Review Bridge Plansincluding constructability 1 4 5 $ —_ _679 ' $ - 6 e Review Bridge Plans - verify design crttena 2 . $ ._ _... _ . ... . _ 256 2 256 _ 256 2 Comment Resolution Form - ~_ r - -. ._ _.~W - -- - a Provide a detailed comment resolution form 1 4 5 $ 679 • , $ 679 b Distribute comment resolution form 1 1 _ 167 • _ $ 167 ---------- - - - - _. - .. i . . . . ... - . —_ -- - - n Subtotal 22 $ 3,050 i $ 3,050 • Bridge Design Review -Preliminary Review j 1 Secondary Review _ r-._ - .__ . . �_ ____ _____ _ __ _ a Review Comment Resolution Responses _ 1 3 _ • . — 4 $ 551 $ - 551 b Review Geotechnical Report • for concurence to bridge plans 1 2 3 S. _ 423 * 4 $ 423 c Review Drainaage Report for concurence to bridge plans -- 1 2 _ 3 $ 423 $ 423 d Review Bridge Plans including constructability 1 44. 5 $ _ 679 $ 679 e Review Bridge Plans • verify design criteria 2 2 $ 256 $ 256 _ -- - 4 9 ----- --- ----- - - . • t _ __--_------t•• - I - .---\ f Review Structure Selection Report - verify any updates or changes 2 Y 2 $ -^ 256 • -^ $ --256 • _ . - -. _ . 1' 2 Comment Resolution Form - _ _ _ ' _ ...- _..— . . . ._. a x i r �. (. _ l . _. --{--- - a Provide a detailed comment resolution form 1 2 3 •i $ _..___....423 , $ 423 _. _ .__ ... - -- 1 • - b Distribute comment resolution form — _ . __ _ 1 $ __ - 167 $ _ - 167 . --_ _ .__ ._ __ Subtotal 23 $ 3,178 . $ 3,178 Bridge Design Review -Final Review • . 1 Secondary Review - a Review Comment Resolution Responses 1 3 4 $ 551 l . $ 551 b Review Geotechnical Report - for concurence to bridge plans 1 3 423 423 i c Review Drainaage Report for concurence to bridge plans 1 2 3 • $ 423 * $ 423 d Review Bridge Plans - including constructability 1 4 5 $ ,— 679 - , _ $ 679 . a_ _ . _----_---.. --•._ . --- e Review Bridge Plans - verify design criteria- 2 2 $ 256 $ 256 f Review Load Rating Package - verify rating criteria _ 3 3 $ 384 $ 384 - 2 Comment Resolution Form - - _ _ - - _ _ _ a Provide a_detailed comment resolution form 1 2 3 $ 423 $ _ 423 • b Distribute comment resolution form I `_ _ 1 } $__ __ 167 $ ^— 167 c Final review that all comments have been addressed 2 2 • •• 4 . $ 590 . $ 590 d Prepare and distribute final acceptance letter for Weld County 2 1 3 $ 462 $ 462 • Subtotal 31 $ 4,358 $ 4,358 MEETINGS/ADMINISTRATION a Progress Reoprts and Monthly Billings 4 2 6 $ 824 $ 824 b Attend Concept design review meeting (excluded) —-- _._. . _ ___--- _ _ c Attend Preliminary review meeting (excluded) ,.. t-- -----__-___-- d Attend Final Design review meeting (excluded) Subtotal 6 L $ 824 = . $ 824 EXCLUSIONS 1 Construction observation, waikthorughs, partnering meetings, review meetings ` • 2 Design Calculations • Independed Design Check by ohters _ . -- _--.. . . . _ _ . _ 3 Quantity Calculations • independent Design Check by others .. ....__ __ _ . _ _ _—. _ ..... . . - _ _______ {. ._ _—�--_.. r . -- a .-... ._.. .. TOTAL HOURS 26 0 54 0 2 82 i TOTAL LABOR- $ 4,342 5 $ 6,912 $ - $ 156 $ 11,410 TOTAL EXPENSES. $ $ - $ $ - TOTAL FEE• $ 11,410 \ N \ \\ \ \ \ \ \\ 1 Att. \\\'` 1 .: 1 H: \ ' :ik ‘ ;. 6 .. . ' . q \ \ \ \ , \ \ \\\' , , , \ „, \\\\,\ , \ , \ -\ \ \ \ \ \„\ \ . . ,- ' _New Contiaa..K0400:1: II: I. - . I ' ' • ‘... • •t: .i:i.::::::ELI:y.s.i,*. :Lic&:-1 :.::::..::::: :... . • ":: . . -.. - • •• • •� ...n a ..... :ItittitithitS11010ii,;:...;:.:'.5.::y,.,..:::% . . .. . 1:H . .. . .. .. .. Emily Name * artily D New Entity? ity FELSBURG HOLT & LILLEVIG, INC,. ga1000.00851 \ Contract Name *e * Contract ID. Parent Contract ct • BRIDGE 641.32A REPLACEMENT DESIGN CONTRACT 3181 1 .Contract Status Contract Lead * Requires Board Approval CTB REVIEW COML. YE I Contract Lead Email epar m n :Project it 1 CKi:m i j �:�. o.. _ i . .. �. R : R-4 LI 4 \ Contract ' vi. : c ion * \ I CONTRACT FOR DESIGN SERVICES ON BRIDGE 64.139A Contract Description 2 4 Contract Type:e: m nt Requested BOCC Agenda Due Date E CONTRACT T PUBLIC WORKS R1 an 9 1011612019 1 Amount* Department 4 $ 94220.30..0 CM.. Will a work with 0CC be qu rt ? 1 Public‘Vorks@weldgov...com��� r� @weldg v..com Re . NO Department Head Email Does Contract require :Pureh . ng Dept to be included? r ._a the & r ks- ._ . Automatic Renewal DeptFlead@weidg c .co County tt n y \ Bi ( E;1 A Grant L COUNTY :A I I ORNEY EMA1. County : rn ` Email 1 C uN TvAT oRNE ire@I E D GV`.COQ It . is a nenevval enterprevious. flt ctH) If this is an of enter MSA. Contr.act ID Note: � Contract t : �•�•' �Z'�' u should left •:n� .\ N .�tw . . .' 6"R Note . the Previous N u m ' r' and Master Services�s Agreement Number be � �'�<�'; , ,€.. are i : \ OnBase Contract ` .... , . . . .. . .. .. Effective Date Review Date * Renewal w t tam 12019 o 1 Termination; Notice Bailed Committed ;Delivery Date Expiration Date * 1013012020 20 r -Contact ktf Contact Name Contact Type Contact Email Contact tact Phone ContactPhone'. 2 Purchasing 1 ° Purchasing Approver Purchasing .Approved Date I ROB TURF ' 0-19 9 Department anc Approver Legal nse JAYMCDONALD BARB CONNOLLY BOBCHOATE DH Approved Date Approved over Date Legal Counsel:. Approved: o:v I 1011412019 1011412019 101142019 t o pprova`.. I, .. BOCC Approved Tyler Ref # .AG 101619 1 BO CC Signed Date I BO CC Agenda Date \ `arr$DS Originator CKI M y11 Hello