Loading...
HomeMy WebLinkAbout20183177.tiffMEMORANDUM TO: Board of County Commissioners DATE: November 7, 2018 FROM: Erich Green, Project Manager SUBJECT: Professional Services Agreement Engineering Design Services for the WCR 39 Between WCR 50.5 and WCR 52 Project 7/ Public Works is requesting the Board authorize the Chair's signature on this Professional Services Agreement in the amount of $316,240.50 for engineering design services for the WCR 39 Between WCR 50.5 and WCR 52 Project. Staff recommends authorization of the Chair's signature on the Professional Services Agreement. I am available to answer any questions you may have. 67(.6(Pu)) /-7-/9 cQ(7( ail -7 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & FARNSWORTH GROUP, INC. WCR 39 BETWEEN WCR 50.5 AND WCR 52 THIS AGREEMENT is made and entered into this day of — , 2018, by and between the County of Weld, a body corporate and politic o the State of olorado, by and through its Board of County Commissioners, whose address is 1150 "0" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Farnsworth Group, Inc, a corporation, whose address is 1612 Specht Point Road, Suite 105, Fort Collins, Colorado 80525, 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 B1800141. The RFP contains of 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 un 'l Contract Professional's /� compl/etti n of the responsibilities oactPJH/ described in Exhibit A Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contract Professional if it wishes to renew this Contract 4 Termination County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement However, nothing herein shall be construed as giving Contract Professional the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (I) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County, (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment, and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work County shall be entitled to the use of all material generated pursuant to this Agreement upon termination Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient, and, Contract Professional shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County Copies of work product incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE " Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered 5. Extension or Modification Any amendments or modifications to this agreement shall be in writing signed by both parties No additional services or work performed by Contract Professional shall be the basis for additional compensation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement 6. Compensation/Contract Amount. Upon Contract Professional's successful completion of the services, and County's acceptance of the same, County agrees to pay an amount no greater than $316,240 50, which is the bid set forth in Exhibit B Conti act Professional acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in Exhibit 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 County will not withhold any taxes from monies paid to the Contract Professional hereunder and Contract Professional agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement Mileage may be reimbursed if the provisions of Exhibit A permit such payment at the rate set forth in Exhibit B Contract Professional shall not be paid any other expenses unless set forth in this Agreement Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C R S 29-1-101 et seq ) and the TABOR Amendment (Colorado Constitution, Article X, Sec 20) 7 Independent Contract Professional. Contract Professional agrees that It is an independent Contract Professional and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement Contract Professional shall perform its duties hereunder as an independent Contract Professional Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Contract Professional, its employees and agents are not entitled to unemployment Insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees Unemployment Insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) Incurred pursuant to this Agreement Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement Contract Professional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law (and as set forth in Exhibit A provide proof thereof when requested to do so by County S Subcontractors Contract Professional acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contract Professional Contract Professional shall not enter into any subcontractor agreements for the completion of this project without County's prior written consent, which may be withheld in County's sole discretion County shall have the right in its reasonable discretion to approve all personnel assigned to the subject project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, by this Agreement, assumes toward County County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contract Professional and Contract Professional shall cooperate in such process The Contract Professional shall be responsible for the acts and omissions of its agents, employees and subcontractors 9. Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain (as applicable), the property of County In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contract Professional in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County 10. Confidentiality Confidential financial information of the Contract Professional should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL " However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of C R S 24-72-201, et seq , with regard to public records, and cannot guarantee the confidentiality of all documents Contract Professional agrees to keep confidential all of County's confidential information Contract Professional agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County Contract Professional agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement 11 Warranty Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement Contract Professional further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications 12 Acceptance of Services Not a Waiver Upon completion of the work, Contract Professional shall submit to County originals of all test results, reports, etc , generated during completion of this work Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the project In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contract Professional, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally 13 Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A M Best Company as "A"VIII or better Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof; the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional Contract Professional shall be responsible for the payment of any deductible or self - insured retention County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement Any modification to these requirements must be made in writing by Weld County The Contract Professional stipulates that it has met the insurance requirements identified herein The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies INDEMNITY- The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures, or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree This paragraph shall survive expiration or termination hereof It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County A failure to comply with this provision shall result in County's right to immediately terminate this Agreement Types of Insurance The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts Workers' Compensation Insurance as required by state statute, and Employer's Liability insurance covering all of the Contract Professional's employees acting within the course and scope of their employment Policy shall contain a waiver of subrogation against the County This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act , AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract $1,000,000 each occurrence, $1,000,000 general aggregate, $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract, and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal Proof of Insurance. County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion Additional Insureds For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County Subcontractors All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contract Professional Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County 14. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contract Professional hereunder Such consent may be granted or denied at the sole and absolute discretion of County 15. Examination off Records To the extent required by law, the Contract Professional 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 Contract Professional, involving all matters and/or transactions related to this Agreement The Contract Professional 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, all necessary and proper decisions with reference to the project All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances (a) personal service by a reputable courier service requiring signature for receipt, or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract, or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contract Professional: Attn.: Gary Davis, Assistant Secretary Address: 100 Walnut Street, Suite 200 Address: Peoria, IL 61602 Phone: (309) 689-9888 E-mail: Gdavis@f-w.com Facsimile: (309) 689-9820 With copy to: Name: Bill Cornelius Position: Senior Project Manager Address: 1612 Specht Point Rd, Suite 105 Address: Fort Collins, CO 80525 Phone: (970) 484-7477 E-mail: Bcornelius@f-w.com Facsimile: (970) 484-7488 County: Name: Erich Green Position: Engineer II Address: 1111 H Street Address: Greeley, CO 80632 E-mail: egreen@weldgov.com Facsimile: (970) 304-6497 Don Dunker, P.E. County Engineer l 11 1 H Street Greeley, CO 80632 ddunker@weldgov.com (970) 304-6497 18. Compliance with Law. Contract Professional shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 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 business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional 23. Severability If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties 24 Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq , as applicable now or hereafter amended 25. No Third Party Beneficiary It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only 26 Board of County Commissioners of Weld County Approval This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void In the event of a legal dispute between the parties, Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute 28 Public Contracts for Services C.R.S §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C R S §8-17 5-102(5)(c) Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal 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 an 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 CRS § 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 31. Attorneys 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 32. 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 33 Official Engineering Pubhcations• Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Compensation 33 Compliance with Colorado Department of Transportation Regulations and Standards Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and Contract Professional agrees to meet or exceed all standards set by these publications Contract Professional further acknowledges and agrees that a failure to meet the standards set by these publications may result ►n withholding by County of some or all of the Contract Amount Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement I TNES WHEREOF, the parties hereto have signed this Agreement this 7{A day of . ,2018. CONTRACT PROFESSIONAL: By: Name: C', ARC I I Title: ASs, s-rn6'-T SC.cRF_TAA Date November 6, 2018 WELD COV�.� ATTES BOARD OF COUNTY COMMISSIONERS Weld erk to the Boa r+ WELD COUNTY, COLORADO BY: Deputy Cler ' to the Boar eve Moreno, Chair NOV 0 7 2018 („2. 2 / g-te/ 77 EXHIBIT A RFP #B1800141 Request for Proposals I N. Jaz es AP - 1861t ENGINEERING DESIGN SERVICES FOR WCR 39 BETWEEN WCR 50.5 AND WCR 52 I. Purpose Weld County is requesting a proposal for the engineering design services required to produce bid documents for the construction of this new roadway. As part of the proposal, please include a cost/fee estimate with associated hours for all professional services. This is not a CDOT project; there are no Federal Funds involved with the project. II. General Project Description The project is located just north of the Town of LaSalle (LaSalle) and just east of the Union Pacific Railroad (UPRR) and will include designing Weld County Road (WCR) 39, a new roadway segment, between WCR 50.5 and WCR 52 including the intersections at each end. The new roadway will provide an alternative connection allowing access to US 85 when trains are blocking Main Street in the LaSalle. Weld County, LaSalle, and UPRR have formed a partnership to implement the proposed improvements. Once the new roadway is constructed, LaSalle will close the 5th Avenue (Pickle Dock) on each side of the UPRR tracks to eliminate an unsignalized crossing of the UPRR tracks. The total construction project budget (including all engineering design services) has been estimated at approximately $2,000,000. III. Scope of Services General engineering services: The services will consist of detailed roadway design generally including land surveying, geotechnical investigation, utilities impact investigation with a subsurface utility engineering report and utilities identified and located to a minimum Quality Level B per ASCE 38, traffic study and recommendations, roadway horizontal and vertical design, hydrologic and hydraulic design for drainage. property ownership mapping, right-of-way (ROW) acquisition plans, ROW acquisition services, environmental investigations and permitting, FEMA floodplain permitting, floodplain modeling and possible LOMR, construction plans, Weld County flood hazard development permit and specifications preparation for a complete construction bid package, and project meetings. A. Project Requirements General Requirements • The consultant will be expected to provide a full range of engineering services and accept project management responsibility at all levels. The proposed estimate of cost and work hours shall be based on the work items described herein. • 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 I www.co.weld.co.us. [Meld County Code Section 5-4-150 C.] A selection committee shall include Weld County Public Works representatives. Conceptual Design • At the conceptual design level, the consultant will be required to provide as many as two (2) conceptual design alternatives for the proposed roadway. Conceptual drawings at this stage should identify horizontal and vertical design of the roadway, drainage and irrigation improvements, all recorded ROW and easements, all land acquisition requirements, and all existing surface and subsurface utilities impacted by each design concept. Each design concept should also include a conceptual Opinion of Cost to identify any possible funding shortfalls. Preliminary Design • The geotechnical report, traffic study, floodplain modeling, hydrologic and hydraulic drainage analyses, environmental investigations, and utilities impact investigation/ subsurface utility engineering report must be submitted, reviewed, and approved by Weld County prior to the preliminary design plans being finalized. • At the preliminary design level, the consultant will be required to provide detailed design plans for all aspects of the project. A status set of plans will be kept available to the owner for review and submittal to the appropriate agencies, utility companies, and affected property owners as needed. • The plans must show all existing utilities and obstructions affected by the project. They must be shown both horizontally and vertically and in relation to the proposed improvements. Existing utilities must be located to a minimum Quality Level B per ASCE 38 in accordance with Senate Bill (S. B.) 18-167, enacted by the General Assembly of the State of Colorado, effective August 8, 2018. All conflicts must be identified, and the consultant shall be responsible for drafting and executing relocations or removals agreements for the resolution of these conflicts with each affected utility or obstruction owner. These agreements shall provide a schedule of when the utility company or obstruction owner will have the conflicts resolved and include plans and exhibits. The consultant shall also provide coordination including site meetings with all affected utility companies and obstruction owners. • The plans must show all existing irrigation ditches and structures. They must be shown both horizontally and vertically and in relation to the proposed improvements. All conflicts must be identified, and the consultant shall be responsible for drafting and executing relocation/improvement agreements with each irrigation company or private party affected. These agreements shall provide a schedule of when the irrigation conflicts will be resolved and include plans and exhibits. The consultant shall also provide coordination including site meetings with all affected irrigation companies or private parties and may require the consultant to attend irrigation company board meetings. • The consultant will be required to identify. coordinate, and acquire all ROW and easements (permanent and temporary easements) necessary for the construction of the proposed roadway. The work will require the preparation of ROW/easement exhibits and plans in standard CDOT format, as well as executing the ROW and easement acquisition process after the ROW and easement plans have been approved by Weld County and, if required, UPRR. • The consultant will be required to prepare documents and conduct environmental investigations in accordance with the requirements of the current federal and state environmental regulations. The documents will be prepared in standard CDOT format and presented to the applicable affected government agencies for their review and possible approval. Please refer to the following tabulation of resource clearances and their applicability to this project: o Air Quality (Hot Spot Analysis) — NOT required io Noise — NOT required o Hazmat — ISA/MESA — NOT required o T&E and State Listed Species — REQUIRED I • Wetland Delineation (Survey) — REQUIRED o Paleontology — NOT required o Archaeology — NOT required o History — POSSIBLE with POSSIBLE State Historic Preservation Office (SHPO) review o Section4(f) — Historic — NOT required o Section 4(f) — Non -Historic — NOT required o Section6(f) — NOT required o 404 Permit — REQUIRED o 401 Certification — NOT required o 402 Certification — NOT required o Construction Stormwater Permit (CDPS) — REQUIRED o Construction Dewatering Permit — REQUIRED o Noxious Weed Management — REQUIRED o SB40 Certification — NOT required o Wetland Finding — REQUIRED o Structure Demolition Permit — POSSIBLE with POSSIBLE State Historic Preservation Office (SHPO) review o Hazardous Materials — Phase II — NOT required o Permanent WQ — REQUIRED o SWMP — REQUIRED o Other Phase I Environmental Study (Including Map of Proposed Road) REQUIRED • The consultant must provide detailed written monthly progress reports throughout the duration of the design The progress reports will be part of the billing submitted monthly © At the completion of the Preliminary Design Phase, the consultant shall provide the County with ten (10) 11"x17" sets of review plans, including a detailed Engineer's Estimate of the construction costs At this stage, the plans should be approximately 60% complete The consultant shall also provide the County with drawings in electronic format (pdf) and AutoCAD Civil 3D if requested • The Consultant shall prepare and attend an F I R type meeting and provide the support information for the meeting in accordance with CDOT procedures Meeting minutes will be prepared by the Consultant for group distribution The consultant shall receive comments from the County and other affected agencies and incorporate these comments into the final set of bid documents Final Design 6 At the final design level, the consultant will be required to provide detailed design plans for all aspects of the project These aspects include but are not necessarily limited to typical sections, general notes, summary of quantities, quantity tabulations, survey control, demolition/removals, sediment and erosion control, grading, installation of proposed utilities/relocation of existing utilities (plan/profile), drainage (plan/profile), irrigation (plan/profile/details), roadway plan/profiles/cross sections (50' minimum intervals), driveway/access plan/profile/details, roadway intersection details with spot elevations, detours to be used during construction, permanent signage and striping, and property restoration • The consultant will be required to prepare project special provisions and current CDOT standard specifications These technical specifications shall be prepared in the CDOT format Near the completion of the Final Design Phase, the consultant shall provide the County with ten (10) 11 "x17" sets of review plans and the specification package At this 3 stage the plans should be approximately 95% complete The consultant shall also provide the County with drawings in electronic format (pdf) and AutoCAD Civil 3D if requested The consultant shall receive comments from the County and other affected agencies and incorporate these comments into the final set of bid documents • The Consultant shall prepare and attend an F O R type meeting and provide the support information for the meeting in accordance with CDOT procedures Meeting minutes will be prepared by the Consultant for group distribution • After the F O R meeting, the consultant shall submit the final ROW Plans which have been approved and signed by Weld County and submit all final environmental clearance documents At this time, the FEMA Permit for Floodplain Development and Weld County Floodplain Development Permit applications shall also be submitted to the necessary review agencies • Consultants shall allow a minimum of 25 hours to review shop drawings, if required, in their total cost • All proposers shall include a $30,000 Other Professional Services (OPS) item in their total cost • All work shall be completed using the latest AASHTO and CDOT design and construction standards or guidelines, practices, and procedures • Quantities shall be double checked by hand and submitted to the County for review If there are additional costs associated with any incorrect quantity during construction the Consultant shall be responsible for paying the additional cost B. Project Schedule (Anticipated) • Pre -proposal Meeting (Mandatory) October 16, 2018 (11 00 AM) • Last Request for Proposal Questions Due October 23, 2018 (5 00 PM) • Proposals Due at Purchasing October 31, 2018 (10 00 AM) • Estimated Contract Award November 7, 2018 A (mandatory) pre -proposal meeting for the short-listed firms will be held on October 16, 2018 (11 00 AM) at the Weld County Public Works Conference Room, located at 1111 H Street, Greeley, Colorado The project schedule currently anticipates the following milestones • Preliminary Design and all Reports Complete January 11, 2019 • Final Design Complete — March 29, 2019 • ROW/Easement Acquisition Complete May 31, 2019 • Advertisement for Construction June 10, 2019 • Construction --- July 25, 2019 — October 31, 2019 IV Instructions to Consultants A Submittal Requirements Qualified consultants interested in performing the work described in this request for proposals should submit the following information to the County in any order they choose 1 Qualifications of your firm and staff proposed to perform the work on this project 2 A list of similar projects completed in the last five years 3 A list of critical issues that the consultant considers to be of importance for the project 4 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, with corresponding work hours required to complete each task. 6. References from at least three other projects with similar requirements that have involved the staff proposed to work on this project. As part of the reference check process, the County may choose to visit one or more of the listed projects and/or request a copy of the plans and documentation completed. 7. A sample plan and profile sheet(s) of a similar project should be included in each submittal. Examples should be 11"x17". 8. A statement of the Consultant's willingness to enter into the Weld County Standard Contract Agreement included as part of the RFP. Limit the total length of your proposal to a maximum of 18 pages (excluding covers). Font size must be a minimum of 11 points. The County will reject proposals received that are longer than 18 pages and/or with font size less than 11 points. 10. Submit a total of five (5) copies of your proposal, and one electronic copy (PDF) on a disk. Proposals will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley. CO 80631 until: 10:00 a.m. Wednesday, October 31, 2018 (Weld County Purchasing Time Clock). 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: Erich Green, Project Manager Weld County Public Works (970) 304-6496, ext. 3742, egreen©weldgov.com [END OF PART 1] PART 2 - SELECTION PROCESS V. Selection Criteria and Method 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 www.co.weld.co.us. [Weld County Code Section 5-4-150 C.] A selection committee shall include Weld County Public Works representatives. Selection Criteria (Best Value) Review and Assessment Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the written proposals and interview session. The rating scale shall be from 1 to 5. with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. WEIGHT FACTOR QUALIFICATION STANDARD 5.0 Scope of Proposal The objectives, desired proposal by clearly Department. shows to an understanding be used, and final of results the that project are the methodology 5.0 Critical Issues The solutions major proposal issues to those demonstrates associated issues. with the the firm project. clearly understands and offers realistic the 4.0 Project Control The design ability appropriate. place firm to to and ensure has construction described Does State the the or quality firm cost. Federal their have of their The methods a procedures firm Quality deliverables? has of demonstrated Control controlling are used process where their an in manage 4.0 Location/Familiarity Work Project Key County team team's and members the work goals location have of the demonstrated relative Department. to the familiarity project site with location. Weld 15.0 Cost and Work Hours _ includes Is the consistent project cost. all scores with tasks work the the hours. necessary project highest. and goals? tasks to successfully presented The lowest complete reasonable cost that the and [END OF PART 2] 6 PART 3 - PROFESSIONAL SERVICES AGREEMENT AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & SELECTED COMPANY WCR 39 BETWEEN WCR 50.5 AND WCR 52 **(SAMPLE)** THIS AGREEMENT is made and entered into this day of , 2018, 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 "Selected Company," [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 B1800141. The RFP contains all of the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contract Professionals performing services of a similar nature to those 7 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 of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contract Professional if it wishes to renew this Contract 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement However, nothing herein shall be construed as giving Contract Professional the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (I) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County, (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment, and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work County shall be entitled to the use of all material generated pursuant to this Agreement upon termination Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient, and, Contract Professional shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County Copies of work product incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE " Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered 5 Extension or Modification Any amendments or modifications to this agreement shall be in writing signed by both parties No additional services or work performed by Contract Professional shall be the basis for additional compensation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is m fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of 8 any work covered in the anticipated supplemental Agreement Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement 6 Compensation/Contract Amount Upon Contract Professional's successful completion of the services, and County's acceptance of the same, County agrees to pay an amount no greater than $ , which is the bid set forth in Exhibit 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 bid amount set forth in Exhibit B Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein i 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 County will not withhold any taxes from monies paid to the Contract Professional hereunder and Contract Professional agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement Mileage may be reimbursed if the provisions of Exhibit A permit such payment at the rate set forth in Exhibit B Contract Professional shall not be paid any other expenses unless set forth in this Agreement Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C R S 29-1-101 et seq ) and the TABOR Amendment (Colorado Constitution, Article X, Sec 20) 7. Independent Contract Professional Contract Professional agrees that it is an independent Contract Professional and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement Contract Professional shall perform its duties hereunder as an independent Contract Professional Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Contract Professional, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement Contract Professional shall not have authorization, express of implied, to bind County to any agreement, liability or understanding, 9 except as expressly set forth in this Agreement Contract Piofessional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law (and as set forth in Exhibit A provide proof thereof when requested to do so by County 8 Subcontractors Contract Professional acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contract Professional Contract Professional shall not enter Into any subcontractor agreements for the completion of this project without County's prior written consent, which may be withheld in County's sole discretion County shall have the right in its reasonable discretion to approve all personnel assigned to the subject project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, by this Agreement, assumes toward County County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contract Professional and Contract Professional shall cooperate in such process The Contract Professional shall be responsible for the acts and omissions of its agents, employees and subcontractors 9 Ownership All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain (as applicable), the property of County In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contract Professional in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County 10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL " However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of C R S 24-72-201, et seq , with regard to public records, and cannot guarantee the confidentiality of all documents Contract Professional agrees to keep confidential all of County's confidential information Contract Professional agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County Contract Professional agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement 11 Warranty. Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement Contract Professional further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications 12. Acceptance of Services Not a Waiver Upon completion of the work, Contract Professional shall submit to County originals of all test results, reports, etc , generated during completion of this work Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the project In 10 no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contract Professional, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally 13. Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A M Best Company as "A"VIII or better Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof; the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional Contract Professional shall be responsible for the payment of any deductible or self - insured retention County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement Any modification to these requirements must be made in writing by Weld County The Contract Professional stipulates that it has met the insurance requirements identified herein The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity 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.i 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, 11 persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures, or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree This paragraph shall survive expiration or termination hereof It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County A failure to comply with this provision shall result in County's right to immediately terminate this Agreement Types of Insurance The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment Policy shall contain a waiver of subrogation against the County This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act , AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract $1,000,000 each occurrence, $1,000,000 general aggregate, $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if 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 12 Minimum Limits. Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion Additional Insureds• For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured Waiver of Subrogation For all coverages, Contract Professional's insurer shall waive subrogation rights against County Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contract Professional Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County 14. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contract Professional hereunder Such consent may be granted or denied at the sole and absolute discretion of County 15. Examination of Records To the extent required by law, the Contract Professional 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 Contract Professional, involving all matters and/or transactions related to this Agreement The Contract Professional 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 13 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, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contract Professional: Attn.: President, Address: Address: E-mail: Facsimile: With copy to: Name: Position: Address: Address: E-mail: Facsimile: County: Name: Erich Green Position: Engineer II Address: 1 I 1 1 H Street Address: Greeley, CO 80632 E-mail: egreen@weldgov.com Facsimile: (970) 304-6497 Don Dunker, P.E. County Engineer 1 1 1 1 1-1 Street Greeley, CO 80632 ddunker@weldgov.com (970) 304-6497 18. Compliance with Law. Contract Professional shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and 14 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. §§24-1S-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 business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional 23 Severabibty. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties 24. Governmental Immunity No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq , as applicable now or hereafter amended 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void In the event of a legal dispute between the parties, Contract 15 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 an 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 pi oduce 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 CRS § 24-76 5-103 pi for to the effective date of the contract 31. Attorneys 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 32. 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 16 33 Official Engineering Publications: Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Compensation 33 Compliance with Colorado Department of Transportation Regulations and Standards Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and Contract Professional agrees to meet or exceed all standards set by these publications Contract Professional further acknowledges and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Contract Amount Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement 17 IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of ,2018. CONTRACT PROFESSIONAL: By: ,47 �'` - Date November 6, 2018 Name: Clary IWvis Title: Assistant Secretary WELD COUNTY: ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Steve Moreno, Chair GR-48 WCR 39 Between WCR 50 5 and WCR 52 Bid Request No B1800141 Weld County, Colorado ADDENDUM NUMBER ONE October 17, 2018 The following shall be incorporated into the REQUEST FOR PROPOSALS, for the above -referenced PROJECT ADD Part 1, Section VI All other terms and conditions of the REQUEST FOR PROPOSALS shall remain unchanged CONSULTANT submitting a proposal must acknowledge receipt of this addendum in their proposal Failure to acknowledge receipt of an ADDENDUM may be cause for rejection of a proposal VI. CONSULTANT QUESTIONS AND RESPONSES Question 1 Is a neighborhood meeting required with Town of LaSalle residents'? Answer 1 Yes, a neighborhood meeting is required, and the consultant will need to attend this meeting and provide presentation boards to convey the plans to attendees The specific date, time, and location will be determined after the consultant is selected, but we anticipate this meeting occurring as part of the Preliminary Design phase Question 2 What role does Weld County expect Town of LaSalle to play in the project'? Answer 2 Weld County expects Town of LaSalle to play a review role during design of the project, but Weld County will remain the project manager for design of the project and any necessary review by Town of LaSalle will not delay the design schedule Question 3 Are cover, table of content, and section tab sheets included in the 18 -page maximum'? Answer 3 No These sheets will not be included in the 18 -page maximum, however, the section tab sheets (if included) must not include additional information other than identifying the applicable section of the proposal Question 4: Are the sample plan and profile sheet(s) included in the 18 -page maximum'? Answer 4 Yes, the sample plan and profile sheet(s) are included in the 18 -page maximum Question 5: Will each 11" x 17" sample plan and profile sheet count as more than one page'? Answer 5 No Each 11" x 17" sample plan and profile sheet included in the proposal will be counted as one page Question 6 Are three (3) sample plan and profile sheets required'? Answer 6 No A minimum of one sample plan and profile sheet (11" x 17") is required but the consultant may choose to provide more than one sample plan and profile sheet, to be included in 18 -page maximum, if desired Question 7 How was the weighting factor of 15 determined for the Cost and Work Hours selection criterion shown in the Request for Proposals (RFP)? M \--Active Projects\WCR 39 Btwn WCR 50 5 and WCR 52 (GR-48)\Design\QBS Consultant Selection\RFP\Addendum 1\GR-48 Addendum #1 doc Answer 7 All selection criteria shown in the RFP, including the Cost and Work Hours criterion, is provided by our Purchasing Department and is in accordance with Weld County Code as referenced in the RFP Question 8 Is the scoring from the qualifications submittals considered as part of the proposal submittals'? Answer 8 No The scoring of proposals is a separate process Question 9 Are consultant interviews anticipated as part of the consultant selection process? Answer 9 No We do not anticipate conducting consultant interviews in order to make a consultant selection Question 10 Do the project limits include any of the planned improvements located south of WCR 50 5, such as the closure of the at -grade railroad crossing at 5th Avenue'? Answer 10 No The project limits are only inclusive of the improvements necessary to provide a new WCR 39 roadway from WCR 50 5 to WCR 52, including the intersection improvements at each end It is worth noting however, that if off -site improvements such as striping and signage are required along existing WCR 39, WCR 50 5, and/or WCR 52, these improvements must be included in the scope of the new WCR 39 roadway design project Question 11 Does Weld County intend that the road will be fitted entirely within Union Pacific Railroad Right -of -Way (ROW)? Answer 11 No Weld County expects that the road will be located within portions of the Union Pacific Railroad ROW, portions of fee owned private properties, and portions of currently recorded ROW for WCR 39, WCR 50 5, and WCR 52 Question 12 Who will be handling the ROW aspect of the project'? Answer 12 The consultant will be handling all ROW aspects of the project including delineation of existing ROW, determination of additional ROW needs, preparation of ROW exhibits and plans, coordination, and acquiring the additional ROW from all necessary parties Weld County will only provide reviews, staff approvals, and necessary Board of County Commissioner approvals regarding ROW (all must be completed by the deadline shown in the RFP) After the ROW has been acquired, Weld County will also prepare an annexation map for Town of LaSalle necessary for annexing the new WCR 39 roadway/ROW into Town of LaSalle Question 13 What road section will be used for the design'? Answer 13 A 2 -lane section (with shoulders) will be the general section utilized for the design Question 14 What is the overall goal of the required environmental clearances'? Answer 14 Since this is not a CDOT project requiring full National Environmental Protection Act (NEPA) clearances, a full NEPA process is not being performed on this project The approach was to select resource clearances that are applicable to this project in order to cover the necessary environmental due diligence, and to define an environmental resource scope for each consultant submitting a proposal Question 15 What is the anticipated timing of the Conceptual Design phase ahead of the Preliminary Design phase? Answer 15 A finite deadline has not been determined Consultants should cover their approach in their proposals and the selected consultant/Weld County will need to communicate M \—Active Projects\WCR 39 Btwn WCR 50 5 and WCR 52 (GR-48)\Design\QBS Consultant Selection\RFP\Addendum 1\GR-48 Addendum #1 doc on this item Weld County will minimize its review times so that the Conceptual Design phase does not hold up the Preliminary Design and Final Design phases Question 16 Is InRoads an acceptable format for the possible electronic design submittals instead of Civil3D? Answer 16 InRoads is an acceptable electronic design submittal format instead of Civil3D if the information is converted to AutoCAD Civil 3D format prior to submittal Question 17 For the Final Design phase requirement that "Quantities shall be double checked by hand and submitted to the County for review If there are additional costs associated with any incorrect quantity dunng construction the Consultant shall be responsible for paying the additional cost " Is this related to additional construction costs or additional design costs? Answer 17 Following the Pre -Proposal Meeting on 10/16/18, another question was asked regarding this statement (Question 19 below) Please refer to Answer 19 below for the final answer to both questions Question 18 For the Final Design phase requirement that "Quantities shall be double checked by hand and submitted to the County for review If there are additional costs associated with any incorrect quantity dunng construction the Consultant shall be responsible for paying the additional cost " Can this statement be eliminated from the RFP? Answer 18 This requirement cannot be eliminated from the RFP, however, we have revised the statement Please replace the original statement with the following statement • Quantities shall be double checked by hand and submitted to the County for review If errors in the final design and/or the quantities determined from the final design result in a change order to the construction contract during construction of the project, the consultant shall be responsible for paying the time and materials construction cost increase to the project in the amount of that change order. Prepared By Erich Green Project Manager M \—Active Projects\WCR 39 Btwn WCR 50 5 and WCR 52 (GR-48)\Design\QBS Consultant Selection\RFP\Addendum 1\GR-48 Addendum #1 doc GR-48 WCR 39 Between WCR 50 5 and WCR 52 Bid Request No B1800141 Weld County, Colorado ADDENDUM NUMBER TWO October22, 2018 The following shall be incorporated into the REQUEST FOR PROPOSALS, for the above -referenced PROJECT ADD Part 1, Section VI All other terms and conditions of the REQUEST FOR PROPOSALS shall remain unchanged CONSULTANT submitting a proposal must acknowledge receipt of this addendum in their proposal Failure to acknowledge receipt of an ADDENDUM may be cause for rejection of a proposal VI CONSULTANT QUESTIONS AND RESPONSES Question 19 As stated in the RFP under Conceptual Design, the consultant will be required to provide as many as two (2) conceptual design alternatives for the proposed roadway, with identification of all existing surface and subsurface utilities impacted by each design concept Will the identification of these surface and subsurface utilities at the Conceptual stage be required to be at ASCE 38 -Level B investigation? Answer 19 In order to show all existing surface and subsurface utilities at the Conceptual Design phase as stated in the RFP, yes, it is anticipated that the utilities will need to be identified at a minimum ASCE 38 Quality Level B during the Conceptual Design stage Complete utility information is critical in determining two viable conceptual designs, and existing utilities could be a key factor in deciding which conceptual design alternative to choose That being said, it is not expected that the subsurface utility engineering report be completed during the Conceptual Design phase, nor would the relocations agreements, plans, or exhibits be completed during the Conceptual Design phase Question 20 I am assuming this roadway will be designed using an Ultimate -Rural -Local functional classification, with two twelve -foot lanes and two -foot shoulders (1 foot paved and 1 foot gravel) and a 60 -foot Right -of -Way (ROW) width Is this correct? Answer 20 In general, for straight sections, yes, this is the road section we have in mind Please be aware, however, that unique sections may be required near the intersections, along curves, and/or along places where significant elevation difference will exist between the proposed road surface and the adjacent final grade Determination of these unique sections will be based in part on the horizontal and vertical alignment the consultant designs Question 21 Will re -grading of the ditch just east of the outlet of the twin Corrugated Metal Pipe (CMP) culverts running under the Union Pacific Railroad (UPRR) be allowed under this project? This ditch is the main source of drainage for these parcels, and also passes the drainage west of Highway 85 back to the Latham Ditch Currently, there is a substantial pond in this location due to sedimentation buildup Answer 21 The site investigations (i e land survey and environmental), the consultant's conceptual designs, and an understanding of the entitlements necessary to perform grading work in this area will need to be achieved in order to fully answer this question For example, portions of this area are within the 100 -year floodplain and 500 -year floodplain and are also located within private property/UPRR right-of-way Weld County would be open to regrading in M \—Active Projects\WCR 39 Btwn WCR 50 5 and WCR 52 (GR-48)\Design\QBS Consultant Selection\RFP\Addendum 2\GR-48 Addendum #2 doc this area if it is determined that including this in the design will minimize overall construction duration and costs, and the project design and entitlements will remain on schedule Question 22 Does Weld County require a Work Breakdown Structure type schedule with the proposal'? Answer 22 Yes, Weld County will require a Work Breakdown Structure type schedule As mentioned at the Pre -Proposal Meeting, the total work hours required for each task is critical to this project and we will review this information closely Prepared By Erich Green Project Manager M \—Active Projects\WCR 39 Btwn WCR 50 5 and WCR 52 (GR-48)\Design\QBS Consultant Selection\RFP\Addendum 2\GR-48 Addendum #2 doc EXHIBIT OCTOBER 31, 2018 PROPOSAL Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 RFP #B1800141 tev dal a ✓ MS aga . S - SOS ale la WNW S Sae aft aft ea Ca - - aft Ina aft aft OMNI aft Ir Sena a la as aft a aa as .a ea a en a ab a ▪ .44a a- aft ale a as sea a as Sa- e ea ann.. Qualifications of Firm and Staff Farnsworth Group has been serving governmental clients in Colorado for more than 25 years. Our team includes engineers and surveyors who are well equipped to provide efficient, high -quality services to Weld County. Our Fort Collins office will provide project management and design for this project. The project team has significant experience in the design of roadway projects. Additionally, Farnsworth Group is a CDOT Pre - Qualified Consultant for the following services: • Transportation Engineering • Traffic Engineering • Surveying • Bridge Inspection • Engineering Management • Hydraulics • Environmental Engineering • Landscape Architecture • Electrical Engineering • Highway and Street Design • Civil Engineering • Bridge Design • Structural Engineering • Value Engineering • Architecture • Sanitary Engineering • Mechanical Engineering Our surveyors and engineers have ample experience working with CDOT and can deliver the project design documents that adhere to CDOT standards. PROJECT MANAGEMENT APPROACH As a firm, we thrive on collaboration and effective communication, both between our expert staff and with our clients. Our experience has taught us that no matter how well you plan, issues can and will arise during a project. 3eing prepared for them and tackling them head-on is what ensures project success. We believe that there is a balance between creative and pragmatic problem solving, and will implement that balance throughout the design process. We will ensure all aspects of the project design and deliverables are reviewed thoroughly by the quality control team, and should problems arise, we will be transparent with you to solve the problem at the lowest cost to benefit the County. At Farnsworth Group, our approach to success is proper structuring of the project team. We assign an experienced project manager to lead the project who is supported by engineers who are experienced in the disciplines required by the project. Additional support staff are assigned as needed. With this approach, we can ensure that your projects will receive the utmost attention from the most qualified and experienced engineers. While we are a larger firm, this approach to project management allows for individualized service that is more often associated with smaller firms. We have developed sound managerial processes to ensure that our work meets and exceeds expectations. ROADWAY ENGINEERING Farnsworth Group engineers design highways, city streets, secondary roads and internal roadway networks for public agencies and private developers. Our expertise includes conceptual planning, feasibility studies, Phase I studies, Phase II design and Phase III construction inspection. We provide these services for federal, state, county and local governments in both urban and rural environments. Our experience working with contractors and government agencies allows us to complete projects on schedule, within budget and to the specifications. "Farnsworth Group has proven to be a capable engineering firm, dedicated to high -quality services specifically related to drainage, utility, roadway design and construction period services. KEVIN ASH FORMER ENGINEERING MANAGER TOWN OF ESTES PARK Weld County FARNSWORTH GROUP PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #B1800141 Our Project Manager, Bill Cornelius has 20 years of experience in highway and bridge design and construction, hydrology, hydraulics, land development, utilities design, highway design, and traffic engineering. His experience in transportation engineering, working with four Departments of Transportation, positions him to manage our multi -disciplined team to complete your roadway project while providing excellent communication and attention to detail. Bill will be supported by J.C. Cundall, an accomplished engineer and project manager with over 20 years of experience with civil infrastructure projects. J.C. led the successful completion of the Weld County Parkway Drainage Master Plan in 2015. His experience working with the County and providing roadway design services for a multitude of Colorado projects wilt enable him to provide excellence through quality assurance and quality control for this project. In addition to our assigned project team, we have a number of qualified personnel who can offer support as necessary. You will find our civil engineering team to be experienced, reliable and budget conscious while being committed to finding the best solution for your project. LAND SURVEYING Farnsworth Group is passionate about providing quality surveying services to a diverse client base. Company -wide, we boast a surveying staff of nearly 70, with 24 licensed land surveyors and more than 20 field survey crews to provide adequate resources to handle large projects concurrent with normal workloads. All survey crews are railroad -safety trained and are capable of surveying within 25 feet of active tracks. Farnsworth Group's surveying reputation in the Rocky Mountain Region has expanded to include boundary/right-of-way surveys, ALTA/ACSM land title surveys, municipal and governmental boundaries, topographic design surveys, legal descriptions for right-of-way and/or easement acquisition, Colorado Department of Transportation (CDOT) right-of- way plans, title research, railroad title research and surveying, aerial mapping, control networks, construction surveying, and expert witness testimony. Land Surveying Manager, Jeffry Eickelman, retired from the Colorado Department of Transportation CDOT after 13 years of service, where he served as a Region Survey Coordinator. Jeff has over 30 years of survey and right-of-way mapping experience and will oversee Farnsworth Group's survey team for this project. His experience will ensure quality and timely deliverables. Charlie Tucker is an experienced surveyor and is extremely skilled in the surveying, design, layout, planning and construction of infrastructure and public work around operating railroads. Charlie is experienced and available to coordinate with the railroad company to obtain the necessary construction easements, if necessary. FARNSWORTH GROUP HAS COMPLETED MORE THAN 80 SU FO RVEY PROJECTS CDOT. Weld County FARNSWORTH GROUP PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50 5 and WCR 52 / RFP #81800141 FLOODPLAIN MODELING BAI ENGINEERS Bai Engineers, LLC was established in 2014 by Xuehua Bai, PE, BCEE. From its inception, Rai Engineers has been committed to providing water technologies and services to small communities throughout the Rocky Mountain and Midwest regions. Xuehua Bai brings extensive floodplain study and hydraulic modeling expertise with a particular niche in GIS-based data extraction and HEC-RAS analysis. He has over 25 -years' experience with four of the nation's leading water utilities and consulting engineering companies. Xuehua is also a Board Certified Environmental Engineer (RCEE) from the American Academy of Environmental Engineers (AAEE). GEOTECHNICAL ENGINEERING EARTH ENGINEERING CONSULTANTS Since 1993, Earth Engineering Consultants, LLC (EEC) has provided geotechnical consulting services for projects including roads and highways, subdivisions, municipal facilities, commercial development, schools, industrial parks, river channel improvements, and flood way mitigation approaches concerning geotechnical/earthwork related issues, etc. EEC provides consulting services on 300 to 400 projects per year involving predominately development and/or commercial construction in the Colorado Front Range. Typical projects involve construction of pavements throughout Northern Colorado and Colorado Department of Transportation (COOT) roadway projects with several projects developed on or within in expansive soil/bedrock areas. David Richer currently serves as a senior geotechnical engineer for EEC in the Windsor, Colorado office. In that position, his responsibilities include management of daily administrative tasks, and technical oversight of geotechnical explorations and construction quality control programs. ENVIRONMENTAL INVESTIGATION ERO RESOURCES ERO has provided environmental services for numerous municipal transportation and engineering projects, many of which fell under Colorado Department of Transportation's (COOT) jurisdiction or that required CDOT approvals. ERO staff are experienced with all aspects of CDOT's National Environmental Policy Act (NEPA) compliance processes, including Categorical Exclusions (CatExs), environmental assessments (EAs), and environmental impact statements (EISs). For the CatEx projects, ERO has provided Modified Phase I Environmental Site Assessments (MESAs); wetland delineations and wetland finding reports; Clean Water Act (CWA) Section 404 permitting; Senate Bill 40 Wildlife Certifications; noxious weed mapping and management plans; threatened, endangered, and sensitive species surveys and mitigation plans; cultural and historic clearances; and Section 4(f) and 6(f) property assessments. ERO Resources offers the following qualified staff to provide services for this project: Denise Larson has worked as an ecologist throughout the Rocky Mountains and Great Plains since 1993. As a project manager and as part of interdisciplinary teams, she has worked on projects involving wetlands, and threatened and endangered (T&E) species and noxious weeds. Denise has an in-depth understanding of Clean Water Act (CWA), Endangered Species Act, the Colorado Noxious Weed Act, and other pertinent regulations. Abigail Sanocki has over 13 years of professional archaeological experience performing all classes and phases of survey, investigation, and monitoring of prehistoric and historic resources related to Sections 106 and 110 of the National Historic Preservation Act (NHPA). Abigail also conducts cultural resource investigations to assist with environmental assessment and NEPA documentation. She is academically trained and experienced in drafting NRHP nominations and Historic American Buildings Survey (NABS)/ Weld County FARNSWORTH GROUP / 3 PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #B1800141 Historic American Engineering Record (HAER) documentation, developing historic contexts for public agencies, and curating archival materials in laboratory and museum settings. Courtney Sockwell has completed numerous Phase I ESAs for agricultural, residential, commercial, and industrial properties and has served as project manager for ESAs for various Colorado Department of Transportation (CDOT), local agency, and county road and trail construction projects along the Front Range and throughout Colorado since 2000. He has experience with well installation; soil and ground water contamination delineation; soil, vapor, and ground water sampling; remediation system design, installation, and operation; and solid and hazardous waste management. He is a Certified Asbestos Building Inspector (CABI) and listed environmental consultant with the Colorado Department of Labor and Employment, Division of Oil and Public Safety. UTILITY LOCATES KINETIC ENERGY SERVICES Kinetic Industry is a detail oriented, full service Subsurface Utility Engineering company. They pride themselves on providing superior Underground Utility Locating, Utility Mapping and Hydro -Vacuum excavation/ utility potholing services. Their Utility Locating and Potholing services are performed to the standards set forth by ASCE 38-02 which is the standard guideline for the collection and depiction of existing subsurface utility data; All Utility Locates (Electronic Designation) are performed to Quality Level B standards and all Utility Potholing services meet Quality Level A. Dustin Muir has exceptional communication and management skills. He has been working in the utility locating industry for more than 20 years. He joins our team as an expert providing potholing and utility locating services. He will ensure utilities are located meeting the level B standard. RIGHT-OF-WAY ACQUISITION FARNSWORTH GROUP STAFF HAVE PREVIOUSLY COMPLETED SUCCESSFUL PROJECTS WITH THESE SUBCONSULTANTS TRANSPORTATION RESOURCE SERVICES, INC. D/B/A TRS CORP. (TRS) is a Colorado Subchapter S Corporation incorporated in 2006 providing right-of-way consultant services to public agencies across Colorado. The principals and all employees of TRS are all residents of Colorado. TRS employs nine people between its two Colorado offices. TRS is a CDOT approved right-of-way consultant for acquisition and relocation consulting services on its behalf and for local public agencies. Four of TRS' current consulting staff members are individually approved by CDOT. Bradley Rodenberg has managed right-of-way projects for Colorado public agencies statewide, including RTD, the Colorado Department of Transportation, Arapahoe County, El Paso County, City of Colorado Springs and the City of Grand Junction. His duties as principal with TRS include project management and development of TRS right-of-way staff. Having over 20 years of industry experience, he is recognized for his ability to develop innovative solutions to challenges presented when acquiring private property for public purposes. TRAFFIC ENGINEERING DELICH ASSOCIATES Delich Associates (formerly Matthew J. Delich, P.E.) has been in private consulting since 1980, specializing in traffic engineering and transportation planning projects, while concentrating services on the northern front range of Colorado and southeastern Wyoming areas. Delich Associates will be assisting the team by evaluating public access and performing a traffic study. Weld County FARNSWORTH GROUP PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #B1800141 Matthew Delich, PE, PTOE provides professional engineering services in the areas of traffic ano transportation engineering, transportation planning, and civil engineering. He has worked as a technical consultant to numerous governmental agencies, engineering consultants, and private industry. BRIDGE DESIGN LORIS AND ASSOCIATES Loris has designed over 70 vehicular bridges, with extensive experience in designing both small and large vehicular bridges in rural locations and small communities across Colorado. Regardless of location, Loris strives to create special places with their bridge designs —enhancing the surroundings and improving the connectivity, rather than applying cookie -cutter templates and imposing a standardized look that really doesn't belong. This is important to Loris and, in the end, does not cost more if designed properly. All of Loris' bridge projects incorporate roadway design some of which involved only a few hundred feet of roadway, whereas others involved miles. Dan Beltzer, PE has more than 25 years of experience as a project manager and engineer of vehicular and pedestrian bridge projects, underpasses, and culverts as well as various wall and site structures. Having worked on more than 70 bridge projects, Dan is experienced with cast -in -place and prestressed concrete, steel, cable, and timber design. He also has a strong understanding of client expectations, having served in a consultant plan review capacity at a state department of transportation central office. Keely Matson, PE is a bridge engineer with over 12 years of experience. Keely has worked on many bridge projects throughout the western United States. She has experience designing and detailing a variety of steel and concrete bridge structures, including interchanges, railroad structures, water crossings, and forest structures, in addition to retaining walls and transportation hydraulics structures. Keely is skilled in structural analysis and modeling, and steel and concrete design using LRFD AASHTO specifications. In addition, Keely has experience in designing bridge substructures such as pile foundations, spread footings, drilled shafts, bent/piers, columns, and abutments. REQUIRED SERVICES AND STAFF SUMMARY REQUIRED SERVICE ASSIGNED PERSONNEL Project Management ✓ Farnsworth Group Land Surveying ✓ Farnsworth Group Geotechnical Investigation Earth Consultants Engineering (EEC) Utilities Impact Investigation ✓ Kinetic Energy Services Traffic Recommendations Study and V Delich Associates Roadway Design ✓ Farnsworth Group Drainage Design ✓ Farnsworth Group Property Ownership Mapping ✓ Farnsworth Group Right -of -Way Acquisition Plans V Farnsworth Group Right Services -of -Way Acquisition V TRS Environmental and Permitting Investigations V ERO Resources Bridge Engineering ✓ Loris and Associates Floodplain Permitting Modeling (Weld and County Only] I Bai Engineers Potential LOMR ✓ Bai Engineers Construction Plans and V Farnsworth Group P Project Meetings V Farnsworth Group Weld County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #B1800141 FARNSWORTH GROUP List of Similar Projects PROJECT NAME CLIENT FEATURES COMPLETION YEAR Dry Rehabilitation Gulch Road Town of Estes Park 4,926 curb Plan, and LF floodplain of gutter), roadway modeling Drainage (asphalt Master with 2016 Harmony Subdivision Harmony LLC 3rd design gutter] 4th roadway gutter) Filing Filing (asphalt (asphalt -6,631 - 5,124 with LF LF with local curb of curb local roadway and and 2014 Overlook Subdivision Journey Homes 29572 roadway gutter) 3,980 (asphalt 5,651 (asphalt LF LF LF (asphalt of with of with of collector arterial Sub curb curb -Urban with and roadway and roadway curb gutter) gutter) local and Currently under construction Hunters Subdivision Crossing Journey Homesp 24,080 with curb LF of and local gutter) roadway [asphalt in Currently Review Design Staunton State Park Colorado and Wildlife Parks 8,500 LF of roadway 2013 Boomerang Ranch Journey Homes 1,000 with curb LF of and local gutter) roadway (asphalt 2016 Weld Master County Drainage Parkway Study Weld Count y Stormwater hydrologic modelin Management g Plan, 2016 Weld County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50 5 and WCR 52 / RFP #B1800141 FARNSWORTH GROUP Critical Issues As mentioned by County staff in the pre -proposal meeting, the project timeline milestones are not n egotiable. Defining all critical issues with any project is not possible before a thorough investigation of e xisting conditions has been completed. After considering two concept alignments (shown in Exhibit Al, it has become apparent, without further investigation, that there are a few potential design challenges. Using contours downloaded from United State Geographic Survey (USGSJ, our staff created a terrain model to run a few scenarios using a 24 -foot traveled way, 2 -foot shoulders and 4:1 side slopes. Critical Issues 1-5: We found that Alternative A would severely exceed the typical right-of-way width for this functional classification in some areas. The e xisting centerline grade at approximately 300 to 400 LF north of WCR 50.5 is approximately 12%. See Exhibit A, below. By flattening out the proposed profile to accommodate a more conservative 5-6% longitudinal grade to allow for more manageable winter driving, the roadway footprint would encroach o n both Union Pacific Railroad (UPRR) right-of-way and would also create a dam on the west side, that would lock in storm water runoff south of the fill slope. Additionally, a guardrail might be needed though this section as any 6:1 traversable side slopes would only exacerbate the footprint width. Footprint exceeds right- of-way width Critical Issue 6: Drainage Ditch Maintenance with two site visits and careful examination of aerial photos, the drainage ditch that serves this basin shows sign of deterioration especially just downstream of the UPRR twin CMPs. The silt and sediment has collected in this general vicinity to create the appearance o f a pond. Reshaping and regrading of the ditch would be beneficial with respect to avoiding the cost of design, construction and maintenance of a longer span bridge for the Alternative A alignment. Coordination with the Latham Ditch Company will be an important aspect o f remediating the fluvial conditions and good Best Management Practices will be followed to mitigate future occurrence in this location. Critical Issue 7: Often times, especially with rural projects, negotiating with property owners can be contentious and time consuming. As there are two potential alignments in consideration for this project it is imperative that we start the right-of- way acquisition process in the early stages, to allow time for adjustments. Ultimately, the preferred alignment will require n egotiation that is satisfactory to both the County and the property owner. As issues arise and if the compensation offered is n ot acceptable to the property owner and u ltimately ends up in arbitration or through a Court decision, this process would be costly and lengthy which would impact the project schedule. Therefore, understanding 5ti win 60 -inch CMPs under UPRR Proposed Bridge or Box Culvert Existing Box Culvert under ;t US 85 Ditch Crossing Box Culvert < 4 Exhibit A - Anticipated Alignment Alternatives Weld County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #B1800141 FARNSWORTH GROUP the acquisition limitations in the concept phase will be a critical component of selecting the preferred alignment. Critical Issue 8: While both alignments A and B have their advantages and disadvantages, one critical issue to consider is the County owning right-of-way that does not serve a purpose. As such, Alignment B, north of the drainage ditch, bisects a parcel and would leave remnants of unused right-of-way on the west side of the proposed roadway. Typically, a governing agency does not seek to own or maintain right-of-way that is not needed; therefore, reassignment of the excess right-of-way can be accomplished through a quitclaim deed to the adjacent property owner on the west side of the remnant, or sold at a reduced price to recapture some of the original cost. Critical Issue 9: eased on potentially needing a Letter of Map Revision (LOMR), as with any federal agency, permitting can be time consuming with many unknowns. Our Project Manager will work closely with our Floodplain Modeling Engineer to ensure we expedite our modeling and submittal for required permitting. Until we further investigate the modeling and permitting requirements, the limits of the modeling will not be known. However, once this is known, we will ensure all submittals are in place to keep our critical path intact. Critical Issue 10: While sight distance is not an issue with Alignment B, there may be moderate amount of risk with the northern terminus of Alignment A. We have changed the intersection location from our original Alignment A that was sumbitted with our qualifications, and moved it farther to the east to provide braking distance. The Alignment A intersection centerline is 170 feet east of the centerline of the UPRR tracks which cannot be traversed at more than 20 mph -roughly 30 feet per second. Based on reaction time and braking distance, 170 feet exceeds the 110 feet of safe stopping distance assuming a 3% negative grade. The table below summarizes the critical issues. CRITICAL ISSUES SUMMARY View looking west coming up to UPRR on WCR 52. New Alignment A on left. 1. Natural topography with steep slopes (Alignment A) 2. Steep longitudinal roadway grade in some locations (Alignment Ai 3. Exceeds standard right-of-way width in some locations (Alignment A) 4. Roadway Ditch on west side has flow restrictions (Alignment Al 5. Encroachment on UPRR right-of-way (Alignment A) 6. Drainage ditch maintenance issues where sedimentation occurs (Alignment Al 7. Property and right-of-way acquisition might be contentious and slow moving (Alignments A and B) 8. Parcels might be bisected -setting up excess County -owned land- Quitclaim issues (Alignment B) 9. Based (Alignments on a possible A and B) LOMR, FEMA Permitting, as with all permitting, timeline can be unknown '10. Sight distance sight triangles might be limited (Alignment Al Weld County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #B1800141 FARNSWORTH GROUP How We Can Meet the Project Schedule One of our strengths at Farnsworth Group is project management. Our team's project manager, Bill Cornelius, served as both a project manager and project engineer for the City of Fort Collins Engineering Department, where he oversaw the design and construction of 12 million -dollar bridge and roadway project. Additionally, Bill has served as a Roadway Design Engineer, Traffic Engineer, Regional Access Management Engineer, and Construction Inspector for four different Departments of Transportation throughout his career. He will lead our team and serve as the project liaison for the duration of the project. He will schedule and facilitate all necessary meetings and any additional meetings that may become necessary to share information or to clarify project related ambiguities. We have formed a very experienced team to undertake the many facets of this project, and will endeavor to ensure that all project deliverables are within cost, scope, and schedule. Only mid to senior level staff will be assigned to this project; therefore, roadway, drainage, erosion control and modeling will be done by experts in their fields. With such a tight schedule, we will not leave the schedule to 'chance'. Bill Cornelius, who has managed the design and construction of large DOT projects will use his past work experience and graduate level education in project management to ensure the critical path is maintained throughout the design schedule. Many ancillary items can float alongside the key critical path design tasks; however, all items will be examined weekly to avoid any type of delays or sidetracking. Within our project schedule, we have assigned a task number with the same task number in our fee structure. This will help our project manager track each task and provide clarity when reporting our progress to key stakeholders. "Bill was instrumental to the overall success in the project, which resulted in approximately $90o thousand in savings for the $12 million contract, or 7.5% overall savings. Additionally, the project was completed on schedule despite many challenges encountered during construction" BRAD BUCKMAN, PE, CFM CITY OF FORT COLLINS With an open book type of transparency, each team member and sub -consultant can take accountability for their schedules. Our experienced team will be involved in semi-monthly conference call progress meetings to assuage schedule tension and to give our project manager an opportunity to redirect and focus our efforts should the schedule experience delays. These timely semi-monthly meetings generally pay large dividends in analyzing project cost and schedule variances. The majority of project delays could be eliminated with attentive monitoring of the key elements of the project. Farnsworth Group uses this attention to the schedule as our baseline for all of our projects. While we understand it is the consultant's responsibility to provide project management during the design process, we will ensure that the County and other key stakeholders will be kept well informed of the progress and status of all decisions and critical elements throughout the lifecycle of the project. Additionally, our project manager will develop a communications plan, stakeholder plan, and a risk profile to further ensure the schedule is adherence. Each of these plans will establish lines of communication, feedback, and will identify opportunities to mitigate potential conflict throughout the project timeline. Weld County FARNSWORTH GROUP PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #B1800141 PROJECT SCHEDULE 2 3 4 5 6 7 8 9 1O 11 13 14 15 16 17 18 19 20 21 22 23 0 I Task Mode lb lb lb lb lb lb �14,*4,1‘)I1.%% lb 24 1* lb b 25 26 27 28 29 31 32 33 34 35 36 37 Task Name WCR 39 Extension Phase 1.0 Concept Design 1.1 Kickoff meeting 1.2 kickoff with Project Team 1.3 Geotechnical Investigation 1.4 Topographic Survey 1.5 Potholing Utilities Subsurface Investigation (2 alignments) 1.6 Environmental Assessment 1.61 UPRR Meeting 1.1 Design of Concept Roadway Plans 1.8 Conceptual Drainage Design & Analysis 1.9 Concept R/W & Easement Mapping (Existing) 1.91 R/W Acquisition Analysis & Costs (2 alignments) 1.92 Estimate of Probable Costs (2 Alignments) 1.93 QA/QC Internal Review 1.94 Monthly Progress Report 1.95 Submit to County for Review 1.96 County Review Alignment Selected by County Phase 2 O Preliminary Design (6O%) Task 2.1 Detailed Roadway Design 2.2 Perform Traffic Study 2.3 H & H Modeling 2.31 Box Culvert Design Plans 2.32 Floodplain Modeling 2.33 Floodplain Permitting (Weld County Only) 2.34 Produce Drainage Report 2.4 Site Visit with Utility Companies 2.41 Execute Utilites Relocation Agreement (if needed) 2.5 Meet with Latham Ditch Company 2.6 CDOT R/W Plans and Exibits 2.61 Neighborhood Meeting in LaSalle 2.1 Write and Submit Monthly Progress Report 2.75 Compile Special Provisions and Tech. Specs. 2.8 QA/C1C Deliverables 2.85 Submit Plans, Specs. Reports, & Cost Estimate Duration 205 edays 35 edays 1 day 1 day 1O days 1O days 5 days 1O days 1 day 1 days 7 days 3 days 3 days 1 day 1 day 1 day 1 day 5 days O days 29.38 edays 15 days 5 days 1O days 1O days 15 days 1O days 3 days 1 day 1 day 1 day 5 days 1 day 1 day 2 days 1 day 1 day Wed 11/7/18 Wed 11/7/18 Thu 11/8/18 Fri 11/9/18 Mon 11/12/18 Mon 11/12/18 Mon 11/12/18 Mon 11/19/18 Mon 11/19/18 Mon 11/26/18 Mon 11/26/18 Mon 12/3/18 Tue 12/4/18 Tue 12/4/18 Tue 12/4/18 Tue 12/4/18 Wed 12/5/18 Wed 12/5/18 Tue 12/11/18 Thu 12/13/18 Thu 12/13/18 Thu 12/13/18 Thu 12/13/18 Mon 12/17/18 Thu 12/13/18 Thu 12/13/18 Thu 12/27/18 Tue 12/18/18 Fri 12/21/18 Tue 12/18/18 Mon 12/24/18 Wed 1/2/19 Thu 1/3/19 Thu 1/3/19 Fri 1/4/19 Mon 1/7/19 PrediKeSSOts member 2018 December 2018 January 2019 Febnary 2019 March 2019 April 20 4 7 10 13 16 19 22 25 28 1 4 7 10 13 16 19 22 25 28 31 3 6 9 12 15 18 21 24 27 3O 2 5 8 11 14 17 20 23 26 1 4 7 10 13 16 19 22 25 28 31 3 Fri 5/31/19 Wed 12/12/18 Thu 11/8/18 Fri 11/9/18 Fri 11/23/18 Fri 11/23/18 Fri 11/16/18 Fri 11/3O/18 Mon 11/19/18 Tue 12/4/18 6 Tue 12/4/18 Wed 12/5/18 Thu 12/6/18 Tue 12/4/18 Tue 12/4/18 14 Tue 12/4/18 Wed 12/5/18 Tue 12/11/18 17 Tue 12/11/18 Fri 1/11/19 2 Wed 1/2/19 Wed 12/19/18 Wed 12/26/18 Fri 12/28/18 Wed 1/2/19 Wed 12/26/18 Mon 12/31/18 Tue 12/18/18 Fri 12/21/18 Tue 12/18/18 Fri 12/28/18 Wed 1/2/19 Thu 1/3/19 Fri 1/4/19 Fri 1/4/19 Mon 1/7/19 36 E3 BiII.County Staff,Loris ti Project Team I I I I f I Kinetic EEC Survey Crew I ERO t EI Charles Tucker j 1 Robbie E Scott Turner E E Survey E TRS I3 8411 It 1.C. f4 Bill ▪ Admin. ▪ t County Staff • 12/11 I 1 I I I Robbie Delich l Scott Turner f Loris BAI t i1 Bill I BAI I f Scott Turner Survey f f Bill II Bill r J.C. It Admin. Task Project, Big Dry Creek Sewer Sc 5pkt Milestone Date: Tue 1O/3O/18 Summary Proiect Summary tractive Task Inactive Milestone Inactive Summary Manual Tay Duration only Manual Summery Roitup Manual Summary Start only r.rsn orry External Tasks External Milestone J Deadline Pnmgress Manual Progress 1. Page 1 Weld County FARNSWORTH GROUP PROPOSAL I Engineering Design Services for WCR 39 Between WCR 50 5 and WCR 52 / RF P x81800161 ID e 38 39 40 41 42 43 Task Task Name Mode I 1#' I 44 >� 45 ® MI 46 47 48 49 50 51 52 53 54 2.9 Arrange and Facilitate F.I.R. Meeting Phase 3.0 Final Design (95%) 3.1 Prepare 95% Construction Plans 3.2, 3.3 Finalize Specification Package 3.4 Prepare Monthly progress Report 3.5 QA/QC of plans, Specifications and Cost Estimate 3.6 Subbmit Deliverables to County 3.7 Initiate and facilitate F.O.R. meeting Duration 1 day 32 days 20 days 5 days 1 day 1 day 1 day 1 day Phase 4.0 Post F.O.R. Meeting Deliverable 24 days Phase 4.1 Revise Plans Based on F.O.R. 5 days Comments 4.2 Final R/W Plans 15 days >� 4.3 Finalize Environmental Clearance 5 days Documents 4.4 Weld County Floodplain Development 10 days Permit 7r 4.5 Double Check Quantities 1 day J(}' 4.6 Finalize R/W Acquisition 10 days Phase S.0 Other 1 day .1 5.1 Review Shop Drawings (Post 1 day Construction Award) ActJal Dates of Shop Review Will Be After Construction Begins -as needed. Start Fri 1/11/19 Mon 1/14/19 Mon 1/14/19 Mon 2/11/19 Mon 2/4/19 Mon 2/18/19 Tue 2/19/19 Mon 2/25/19 Tue 2/26/19 Wed 2/27/19 Wed 2/27/19 Wed 2/27/19 Wed 2/27/19 Tue 3/12/19 Mon 3/18/19 Fri 3/29/19 Fri 3/29/19 Task Project: Big Dry C reek Sewer Sc Spit Milestone Summary Date: Tue 10/30/18 • Project Summary Inactive Ink Inactive Milestone Inactive Summary Finish Predecessors Fri 1/11/19 Tue 2/26/19 21 Fri 2/8/19 Fri 2/15/19 Mon 2/4/19 Mon 2/18/19 Tue 2/19/19 Mon 2/25/19 Fri 3/29/19 39 Tue 3/5/19 Tue 3/19/1.9 Tue 3/5/19 Tue 3/12/19 Tue 3/12/19 Fri 3/29/19 Fri 3/29/19 Fri 3/29/19 ember 2018 December 201B January 2019 February 2019 March 2019 April 4 7 10 13 16 19 22 25 28 1 4 7 10 13 16 19 22 25 28 31 3 6 9 12 15 18 21 24 27 30 2 5 8 11 14 17 20 23 26 1 4 7 10 13 16 19 22 25 28 31 ) ■ BIN '-i Robbie tntttttt� BHi a J.C. • Ado B Sint Robbie ERO Survey ■ ■ TRS Manual Task Ourabon only Manual Summary Rodup Manual Summary 1 Start only Finch • only External Tasks 1 External Milestone Page 2 E ■ Deadline Progress Manual Progress 4 Weld County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50 5 and WCR 52/ RFP #81800161 FARNSWORTH GROUP / 11 Scope of Work After gaining additional information at the final pre -proposal meeting and through County issued addenda, our approach remains largely the same as our original proposal with some slight changes to Alternative A' geometrics near the northern terminus. As the schedule appears to be one of the key drivers of this project, a mindful and carefully thought-out schedule was developed to reflect the urgency of the timeline. We address the project hours on our Fee Schedule and numerically tied them together through phasing and task numbers to the Project Schedule. This work breakdown structure style of scheduling associated with the project hours allows an easy review of project cost and schedule variance. Since the allowable size, related to page numbers, for this final proposal is limited, and there is an abundance of information needed to be communicated, we have included an abbreviated recap of our original qualifications, along with a focus on addressing key challenges and critical issues, and how we will meet the expedited project schedule. The overall scope of the services will be re -addressed within the body of the following narrative, as well. Our goal is to delineate a well thought out final approach to bring in this roadway project within budget, scope, and schedule that will meet the overall goals of the County. PROJECT APPROACH As with any public project, the overall goal is to provide the advantages to the citizenry by constructing the project while minimizing the impact to those citizens immediately adjacent to the project. After a thorough review of parcel maps in the project area, it became clear that our two selected alignments provide the least impact to the surrounding property owners. The impact to residents within the project area can be related to the resident's proximity to the project or the acquisition portion, such as potentially bisecting a parcel or encroaching too closely to their primary residence and not providing a buffer. Our anticipated roadway alignments cannot eliminate all impacts to all residents but we believe they provide the best options available. Long before Farnsworth Group staff starts designing a project, our team performs the due diligence necessary to make ourselves aware of all possible scenarios. To address the possible scenarios, a kickoff meeting with the County and other key stakeholders would be preferred to initiate the project and further delineate key responsibilities. Our initial goal will be to work with the County and stakeholders to detremine the preferred roadway alignment by obtaining as much information as possible while still being efficient with our resources. As mentioned in the Conceptual Design Phase section of the RFP, environmental challenges, construction costs, right-of-way acquisition, historic and cultural impacts and overall roadway geometrics should be considered to allow the preferred alignment decision to become clear. These considerations will become more clear throughout the Conceptual Design Phase as we will provide further investigation into both Alternatives A and B. As provided with our qualifications package, our project approach is delineated below with a few minor changes. While the ideal alignment (Alternative A as shown on Exhibit A on page 7] would be the northern extension of existing WCR 39 from WCR 50.5 to WCR 52, paralleling the existing Union Pacific Railroad (UPRR) right-of-way, the feasibility of that alignment will not be known without further investigation. However, after using recently obtained USGS Ditch Degradation at the Proposed Project Site Weld County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50 5 and WCR 52 / RFP #B1800141 FARNSWORTH GROUP / 12 contours and building a terrain model, we ran a few different scenarios to investigate overall ge3metric constraints related to existing topographic features, roadway and ditch drainage, and right-of-way encroachment. As this appears to be the natural extension of WCR 39, this alignment is not without challenges. These challenges are more closely examined within the Critical Issues section of this P ro P osal. A secondary alignment (as shown in Alternative B) would not be as economically feasible due to several issues. The alignment would be longer, floodplain impacts would be over a larger segment of Alternative B alignment; therefore, the roadway would likely need to be elevated higher resulting in higher construction cost and greater challenges in the FEMA floodplain mapping process. For Alternative B, bisecting a parcel would be required, which is economically disadvantageous, as no parcel boundary provides a feasible alignment from WCR 50.5 to WCR 52 without jogging the alignment or bisecting a parcel. While this alignment does not provide the direct extension of WCR 39, it provides advantages such as fewer constructability and maintenance issues related to the ditch crossing, more sight distance and better vertical roadway geometries. During the Conceptual Design Phase, we will use our right-of-way acquisition sub - consultant (TRSJ to contact the impacted land owners, based on both alternative alignments, to ensure they are amenable to negotiation. We will address environmental permitting, floodplain issues and permitting, existing subsurface utilities based on ASCE 38, intersection sight distance, and drainage issues for each alternative. We will develop a construction cost estimate for each alternative alignment to aid in the final decision of the preferred alignment. As we move into the Preliminary Design Phase, our project team members will perform their portions of the project as described in detail in our qualifications package Many of the components of this project will run concurrently to keep the overall process moving through all local, state, and federal agencies. We understand that it is critical to complete construction by October 31, 2019, therefore, we will work on an expedited schedule, if necessary to achieve this goal. See section How We Will Meet the Schedule for more detail regarding schedule expectations. Our Project deliverables to the County will include the following: 1. Final Construction Plans 2. Specifications 3. Engineer's Estimate of Probable Construction Cost 4. Geotechnical Engineer's Report 5. Drainage Report 6. Traffic Impact Report 7. Right-of-way Plans. 8. Subsurface Utility Engineering (SUE) Investigation Base Flood Delineation Map - From FEMA Weld County FARNSWORTH GROUP / 13 PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #B1800141 FEE SCHEDULE Weld Date: Thik Count,' Road 39 Extension 10/31/2018 [thGrouPs. �b4 es ;e! 4 1 s 3 NSpc ti o II 3 1 i i 1 b IRS, Inc. ROW Acquisition Krneta Inpneenne Pothanq EEC Geotechnial Iluurh Rate. S/br I oral ♦uhconsullanls & (Sher Direct ( oats Proirri Sol In I. arced I Mal SIB9 5151 5132 S163 $10e $164 $174 56$ $132 $113 1137 S1 le 5105 5130 SIOf I.abar 1 Concept Design 1 1 Kidroll meetng we O aunty slats 4 _ 4 S 1.132 S 1.1522 12 Kickoff with Project Team (Skypel I 1 1 I I 1 I 1 1 1 I I S 1.535 S 1.535 13 GeotechncaiInvest! bon I 88 S 9.479 S 9.479 1 4 Topographic Survey 238 S 41.412 $ 8.712 S 50.194 1 5 Potholing Uttkbes Locates -40 Potholes. 30 Locates I l: S 13.440 S 13.440 1 6 Environmental Assessment 1 95 S 10.886 S 10.886_ 161 IJPRR Meiling 4,- _ -- -_r__ 4 S 52$ S 528 1 7 Design of Concept Roadway Plans 1 60 S 10.504 S 10.504 1 8 Conceptual Drainage Design and Analps - 55 aD S 10.000 S 10.000 19 Concept RAN and Easement Mopping_ _ 36 S 6.274 S 6.2 0 1 91 RPM Aolutsdon 4nalysls and Probabe Costs 60 S 6.270 S 6.270 192 Estimate d Probate Construction Costs (2 Aignmenls) 16 S 2.416 S 2,416 1 93 QNQC Internal Review _ 1 S 756 S 756 1 94 Monthly Pio?ess Repot 2 S 302 S 302 1 95 Submit to County '—� ; S 272 S 272 [ 41 b 5f 61 1 1 37 33$ 1 S !6 • 2S 4 1 61 1 113 , $1 S (14.836.36 l S 8,782_06 S 123,63575 _ Preliminary Design (60%) - 21 2 2 Detailed Roadway Pen Produdron 75 S 12375 S 11375 Traffic Study 70 - S 7.700 S 7.700 2 3 H 6 H Modeling 80 S 10360 S 10.560 2 31 Box Culvert Deign 54 S 7390 S 7,398 2 32 Fbodpem Modeling 120 S (?.000 roue 2 33 Floodplom Permitting (Weld County Only) 60 S 6.000 5 6.000 2 34 Drainage Report 8 S 1.036 S 1.056 24 2.41 _Site Vet *eh utility Carpames fa Ubgws relocatron (d needed) Execute 'Saes Relocation Agreement (t needed) 1 S 604 S 604 1 1,-- S 604 S 604_ 15 Meeting with Latham Dick Company 4 S 604 S 604 2 6 CDOT RN Plans and Exhibits 170 S 27.880 S 27.880 2 61 Neighborhood Meeting In LaSalle 8 S 1,208 S 1,208 2 7 Write and Submit Monthly Prog ass Report 2 S 302 S 302 2 75 Special Provisions and Tech Specs 2 _ S 302 5 302 2.8 QA+OC Preliminary Deliverables 1 S 756 S 7% 285 Submit Plans, Estimate and Reports to County la review - 1 S 272 S 272 2 9 caolnate c R Meeting ; S 604 S 604 28 88: 0. 0 0 S 96,22506 S S 90,225,11 3 Pied Design Phase (86%) 31 Perpere 95% drawing set (based on FIR ca nerds) 10 60 10 S 1;780 S I ;7x0 3 2 Prepared COOT Spacial Provnmons 4 S 604 S 604 3.3 Prepared COOT Technical Specifications 4 S 604 S 604 3 4 Monty Progress Ripon _ 2 $ 302 S 102 3 5 QA QC Internal Review 4 S 756 S 756 3 6 Suing Deliverables to County ; S 272 ~ S 272 3 7 Inhale and Facilitate i O R Meeting 4 24 0 av 1♦.. ; e 0 -.( :. 4._:. 0 t0 y. , _, _ S 604 S 15.922.@x' S 604 15.92200 4 , _ 0 0 S 4 Pod F.O.R. I6tetlngt3diverades Phase 4 1 — Revise Plans based on F 0 R comments 7 32 S 6.337 S 6.3 37 4 2 Ftfkll RAN Pens 8 S 1,312 _ S 1312 4 3 Feel Environmental Clearance Documents ; s ;52 S 452 4 4 Weld County Fbodpeln Development Primal _ 10 S I.000 S 1.000 4 5 Dout4e Check Quantities ; S 604 S 604 4 5 Final RAN Apqutsdton O(l S O.y11U S "IIS; $ 42.934 0 1I 0 32 10 ti 0 0 0 ; 0 0 200 0 0 S 30.615.00 S 22,05106 . 5 Potential Tasks Other Professional Services (OPS) S - 30.000 S 30.000 Review Shop Drawings 25 hours s 12 S : ^ , S z-797 S 8 6 0 0 0 0 e 0 0 (2 n a 0 n c 3-0- 011 . 30,090 00 S 33.-01 e0': (00 r let L 71 r 261 t - 6 1 LOMR (fEMA}d needed - I S 40.000 thereate TOTAL S 40.000 5356.240.50 r WOW County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52/ RFP NB1800141 Willingness to Enter Contract Farnsworth Group has reviewed Weld County's Request for Proposal and Sample Professional Services Agreement. Our firm carries the required level of insurance- We are agreeable to the terms described and willing to contract with Weld County to provide design Services for WCR 39 between WCR 50.5 and WCR 52. FARNSWORTH GROUP References DRY GULCH ROAD REHABILITATION / ESTES PARK , CO Dry Gulch Road is the eastern boundary between Estes Park and Larimer County. Dry Gulch Road was experiencing drainage problems along with deteriorating asphalt pavement and did not have any pedestrian access. The Town of Estes Park wanted Dry Gulch Road to meet Town Standards and include bike lanes and a sidewalk. Farnsworth Group designed drainage appurtenances, such as curb and gutter and storm sewer inlets. These features better capture runoff and convey it to the inlets so that the street may continue to allow traffic, even during storms. Due to the limited area available, the road could not be widened as originally desired. Our team used retaining walls to allow for the addition of an eight -foot attached sidewalk. We also re -designed the intersection of Dry Gulch Road with Highway 34 to improve safety and to provide additional parking to local businesses. Our team used HEC-RAS to show proposed improvements would cause CLIENT REFERENCE / Town of Estes Park Greg Muhonen, PE Public Works Director p. 970.577.3582 gmuhonenrestes.org PROJECT STATUS / Completed October 2016 STAFF INVOLVED / J.C. Cundall, Robbie Lauer, Scott Turner, ERO Resources, Earth Eng veering Consultants i1 no rise" within the delineated floodway. To determine the storm event flows, we performed a Drainage Master Plan using EPA SWMM. STAUNTON STATE PARK, PHASE 1 / PINE, CO Farnsworth Group teamed with LandWorks Design to develop a strategy for implementing Phase One of Staunton State Park based o n the direction of the approved Master Plan. Our team prepared e ngineering construction drawings that included infrastructure/utility improvements, road alignment, parking layout along with a temporary park office building, group picnic structure, and water treatment facility. We also assisted on development of the initial 18 miles of trail featured in Phase One. Our team coordinated with Colorado Parks and Wildlife staff to develop a plan for Phase One that worked within the State's budget, then prepared construction documents for the improvements and oversaw the construction during the 18 -month construction period. CLIENT REFERENCE / Colorado Parks and Wildlife Paul 3arker Project Manager p. 970.491.5031 paul.barkertastate.co.us PROJECT STATUS / Completed May 2013 STAFF INVOLVED / J.C. Cundall, Robbie Lauer, Chad Herd As part of the road design services, our team provided the design for the road leading into the park, extending to the visitor center. The existing topography rose steeply from where the park's road intersected the Jefferson County Road. As a result, the provided design solutions that limited the amount of rock excavation and the need to import a large amount of material. Due to the anticipated traffic increase on Jefferson County Road 83 (S. Elk Creek Road) and the location o f the park entrance, Jefferson County required that a dedicated right turn lane be constructed. Farnsworth Group designed a 12 -foot wide turn lane, approximately 54 -feet in length, with a taper length o f approximately 107 LF for a total of 161 LF. The turn lane helped traffic flow smoothly and created a safe entrance for the park. Weld County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52/ RFP #B1800141 FARNSWORTH GROUP LINCOLN CORRIDOR BRIDGE REPLACEMENT AND URBAN ROADWAY DESIGN PROJECT Before joining Farnsworth Group, Bill Cornelius served as the Project Manager and Project Engineer overseeing the design and construction of a custom 192' span box girder bridge and adjacent reconstruction of a 3/4 mile rural two-lane ditched road that was re -constructed into an urban parkway with center turn lanes, bus turnouts and shelters, bike lanes, landscaped and irrigated medians, underground stormwater detention, storm sewers, new driveway aprons, and sidewalks on both sides with multi -use sidewalk on one side. As the project's Civil Engineer, he also served as the lead City Project Manager. As both Civil Engineer and Project Manager, Bill provided overall project oversight and continuous monitoring of the schedule, budget, risks, public relations, & safety, and to administer each contract of the five different phases within the overall project. This project was a CM/GC (Construction Manager/General Contractor) project which required ongoing collaboration with the consultant design team, general contractor, and all sub -contractors. Sill's role as the City Project Manager was to manage and facilitate this process, throughout the project lifecycle, with full final decision authority. REFERENCE / 3rad Buckman, PE, CFM Special Projects Engineer City of Fort Collins p. 970.221.6605 bbuckmanldfcgov.com PROJECT STATUS / Completed February 2018 STAFF INVOLVED / Bill Cornelius, Loris and Associates Fort Collins October 18. 2018 To Whom it May Concern: Planning, Development & Transportation Engineering Department 281 North College Avenue P.O Box 580 Fort Collins CO 80522.0580 970.221.6605 970.221 6378 • fax tcgov. conVengineenng The City of Fort Collins hired Bill Cornelius as Project Manager for the $12 million Lincoln Corridor project from March of 2017 through February of 2018. The Lincoln Corridor project constructed road improvements and a bridge replacement on Lincoln Avenue from the Poudre River Bridge to Lemay Avenue, improving the mobility, safety, and experience for bicyclists, pedestrians, transit users and vehicles, thereby also creating an environment where local businesses can thrive. As Project Manager, Bill showed strong leadership in managing this critical project for the City that involved many complex issues relating to design and construction. He was instrumental in providing effective management during the construction phase, which involved coordinating very complicated utility movements with several different entities, effective in -the -field problem solving with the design consultant and contractor, leading weekly meetings to keep the project on track, and holding countless meetings with the local business and property owners to solve unique problems. Bill was instrumental to the overall success in the project, which resulted in approximately 5900 thousand in savings for the $12 million contract, or 7.5% overall savings. Additionally. the project was completed on schedule despite many challenges encountered during construction. Sincerely. h Brad E. Buckman, PE, CFM Special Projects Engineer City of Fort Collins Weld County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #B1800141 FARNSWORTH GROUP Sample Plan and Profile Sheet Weld COY,. PROPOSAL/ Engineering Design Services for MR J9 eelween WCR 5O 5 and WCR 52/ RPP A01000101 Farnsworth GROUP ottEe Town of Eses Pen DRY GULCH ROAD REHABILITATION 10,57015 7480 DRY GULCH ROAD PLAN AND PROFILE C5 010009800 FARNSWORTH GROUP / 17 ACORO® CERTIFICATE OF LIABILITY INSURANCE �� DATE(MMIDDrrvrY) 11/9/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Cottingham & Butler Robert Heath 800 Main St. Dubuque IA 52001 CONTACT PHONE FAX (A/C. No, E:q: 563-587-5000 _ ! (A/C, Not: 563-583-7339 ADDDRDRE-MAIL ESS: INSURER1S) AFFORDING COVERAGE NAIC# INSURER A: Hartford Fire Insurance Compaq 19682 INSURED FARNGRO-01 Farnsworth Group, Inc. 2709 McGraw Drive Bloomington IL 61704 INSURER B : Travelers Property Casualty Company of America 25674 INSURER c: Twin City Fire Insurance Co. 29459 INSURERD: INSURER E : INSURER F VERAGES CERTIFICATE NUMBER: 8228884 • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR LT TYPE OF INSURANCE SBR's IND w INSD VD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A I X COMMERCIAL GENERAL LIABILITY 83 UEN OB 8121 4/1/2018 4/1/2019 EACH OCCURRENCE $ 1,000,000 L I :_GE X I CLAIMS -MADE X 'i OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 'L AGGREGATE LIMIT APPLIES PER: POLICY f X j PRO- ._ X I� JECT LOC OTHER: GENERAL AGGREGATE - _-_- $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE LIABILITY I-- X ANY AUTO _ 1 83UENOB8122 4/1/2018 4/1/2019 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ 1,000,000 X --.. 1 OWNED SCHEDULED AUTOS ONLY AUTOS HIRED X INON-OWNED AUTOS ONLY I - AUTOS ONLY i I I BODILY INJURY (Per accident) $ 1,000,000 PROPERTY DAMAGE (Per accident) $ 1,000,000 $ B X LEXCESS UMBRELLA LIAB X OCCUR LIAB I CLAIMS -MADE '�, ZUP-61M71617 4/1/2018 4/1/2019 EACH OCCURRENCE $6,000,000 AGGREGATE $ 6,000,000 DED X RETENTION $ p _ � $ C WORKERS COMPENSATION EMPLOYERS' LIABILITY Y / N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N I A I 83WEOBBGDH 4/1/2018 4/1/2019 IX STATUTE I ER ;MUTE E.L. EACH ACCIDENT _. $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 I i l I I DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project: WCR 39 Between WCR 50.5 and WCR 52 Project Manger: Gary Davis The certificate holder is additional insured on the General Liability policy per written contract between the named insured and the certificate holder that requires such a status subject to the terms and conditions of the endorsement attached to the policy. The General Liability, Auto Liability, and Workers Compensation policies include a waiver of subrogation in favor of the certificate holder per written contract between the named insured and the certificate holder that requires such a status subject to the terms and conditions of the endorsement attached to the policy. The Umbrella policy is follow form subject to all terms and conditions of the policy. A 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, provided by the insurance company to the certificate holder as outlined by the endorsement attached to the General Liability, Auto Liability, and Workers Compensation policies CERTIFICATE HOLDER CANCELLATION County of Weld, a body corporate and politic of the State of Colorado 1150 "O" Street Greeley CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ACORD 25 (2016/03) AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD A� 0® CERTIFICATE OF LIABILITY INSURANCE 11/09/2018""' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 1-800-527-9049 Holmes Murphy and Associates - Peoria 311 S.W. Water Street Suite 211 Peoria, IL 61602-4108 CONTNAME: Linda Bomarito / Audrey McNeill PHONE 309-683-1065 FAX 888-898-6604 (A/C. No. Ext): (NC, No): E-MAIL AMcNeill@holmesmur ADDRESS: phy.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: XL SPECIALTY INS CO 37885 INSURED Farnsworth Group, Inc. 2709 McGraw Drive Bloomington, IL 61704 INSURER B : INSURER C : INSURERD: INSURER E : INSURERF: CERTIFICATE NUMBER: 54554861 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR GE 'L AGGREGATE LIMIT APPLIES PER: POLICY OTHER: PRO- JECT I LOC POLICY NUMBER POLICY EFF POLICY EXP (MM/DD/YYYY) (MM/DD/YYYY) LIMITS EACH OCCURRENCE I$ DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL 8 ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG I $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE DED RETENT ON $ EACH OCCURRENCE AGGREGATE WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRI ETOR/PARTNE R/EXECUTIV E OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Professional Liability Y/N N NIA PER STATUTE j E.L. EACH ACCIDENT OTH ER E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT Each Claim Aggregate A (Claims Made) DPR9925613 06/15/18 06/15/19 5,000,000 10,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Farnsworth Group Project Number: WCR 39 Between WCR 50.5 and WCR 52 Project Manager: Gary Davis The professional liability includes a waiver of subrogation in favor of County of weld as required by written contract, per policy terms and conditions. A 30 Day Notice of Cancellation applies on the professional liability policy in favor of certificate holder. CERTIFICATE HOLDER CANCELLATION County of Weld A body corporate and politic of the State of Colorado 1150 "O" Street Greeley, CO 80631 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE �Q��tLa.1J/rrr�t ACORD 25 (2016/03) mfarrellil 54554861 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD I I I MEMORANDUM Date: November 5, 2018 To: Rose Everett, Buyer Purchasing From: Erich Green, Project Manager Public Works RE: WCR 39 Between WCR 50.5 and WCR 52 Bid Request No. B1800141 BOCC Approval Date November 7, 2018 1 Public Works has conducted a Best Value selection process to select a consultant for the design phase of this project. A team comprised of Don Dunker, Rob Turf, Mike Bedell, Cameron Parrott, and me reviewed and scored the original seven (7) design firms that responded to the Request for Qualifications. We created a shortlist of the top three (3) design firms as presented to the Board of County Commissioners on October 3, 2018. A Request for Proposals was provided to the three (3) shortlisted design firms and two (2) of these firms submitted proposals by the deadline on October 31, 2018. A team comprised of Don Dunker, Rob Turf, Cameron Parrott, Cinde Wright, and me scored the submitted proposals and the consulting firm of Farnsworth Group, Inc. was ranked the highest based on these scores (see attached ranking summary). A final fee amount of $316,240.50 has been submitted by Farnsworth Group, Inc, along with their final scope proposal. The primary aspects of this design contract are Project Management, Survey, Traffic Analysis, Geotechnical Analysis, Environmental Permitting, Wetland and Stormwater, Floodplain Modeling, Stakeholder Coordination, Preliminary and Final Roadway Design, Bidding Documents, Independent Design Review, and Right of Way Acquisition Services. A copy of the Scope/Fee Proposal and itemized costs spreadsheet, is also attached. The total project design budget is $440,000, with $200,000 of this total coming from a Weld County DOLA grant, and the other $240,000 being provided by a match from Weld County. The proposed costs are within this design budget. It is our recommendation to award the design contract to Farnsworth Group, Inc. for a total amount of $316,240.50. Weld County Public Works Department has worked successfully with this Consultant on past projects and believe that the design contract amount is reasonable. �ir8-5177 E6g775- Weld County Road 39 from Weld County Road 50.5 to Weld County Road 52 Request for Proposal Ranking Summary Date: 11/05/18 LTANTS TS RFP Summary Committee Members Total Scoring 1 2 3 4 5 D CA Z Farnsworth Group 1 1 2 1 2 7 O V Felsburg Holt & Ullevig 2 2 1 2 1 8 Low score is best 1 2 Final Standing OCTOBER 31, 2018 PROPOSAL Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 RFP #B1800141 alaila mem.MMO Segall a anal la amnia ana apeman anneada samena ea amanall apa a �_ ear AMP aaaaa Mama ale alma, ea deka • moor w-ena == �,/be alanam — inn ., Qualifications of Firm and Staff Farnsworth Group has been serving governmental clients in Colorado for more than 25 years. Our team includes engineers and surveyors who are well equipped to provide efficient, high -quality services to Weld County. Our Fort Collins office will provide project management and design for this project. The project team has significant experience in the design of roadway projects. Additionally, Farnsworth Group is a CDOT Pre - Qualified Consultant for the following services: • Transportation Engineering • Traffic Engineering • Surveying • Rridge Inspection • Engineering Management • Hydraulics • Environmental Engineering • Landscape Architecture • Electrical Engineering • Highway and Street Design • Civil Engineering • Bridge Design • Structural Engineering • Value Engineering • Architecture • Sanitary Engineering • Mechanical Engineering Our surveyors and engineers have ample experience working with CDOT and can deliver the project design documents that adhere to CDOT standards. PROJECT MANAGEMENT APPROACH As a firm, we thrive on collaboration and effective communication, both between our expert staff and with our clients. Our experience has taught us that no matter how well you plan, issues can and will arise during a project. Being prepared for them and tackling them head-on is what ensures project success. We believe that there is a balance between creative and pragmatic problem solving, and will implement that balance throughout the design process. We will ensure all aspects of the project design and deliverables are reviewed thoroughly by the quality control team, and should problems arise, we will be transparent with you to solve the problem at the lowest cost to benefit the County. At Farnsworth Group, our approach to success is proper structuring of the project team. We assign an experienced project manager to lead the project who is supported by engineers who are experienced in the disciplines required by the project. Additional support staff are assigned as needed. With this approach, we can ensure that your projects will receive the utmost attention from the most qualified and experienced engineers. While we are a larger firm, this approach to project management allows for individualized service that is more often associated with smaller firms. We have developed sound managerial processes to ensure that our work meets and exceeds expectations. ROADWAY ENGINEERING Farnsworth Group engineers design highways, city streets, secondary roads and internal roadway networks for public agencies and private developers. Our expertise includes conceptual planning, feasibility studies, Phase I studies, Phase II design and Phase III construction inspection. We provide these services for federal, state, county and local governments in both urban and rural environments. Our experience l "Farnsworth Group has proven to be a capable engineering firm, dedicated to high -quality services specifically related to drainage, utility, roadway design and construction period services. KEVIN ASH FORMER ENGINEERING MANAGER TOWN OF ESTES PARK working with contractors and government agencies allows us to complete projects on schedule, within budget and to the specifications. Weld County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #B1800141 FARNSWORTH GROUP Our Project Manager, Bill Cornelius has 20 years of experience in highway and bridge design and construction, hydrology, hydraulics, land development, utilities design, highway design, and traffic engineering. His experience in transportation engineering, working with four Departments of Transportation, positions him to manage our multi -disciplined team to complete your roadway project while providing excellent communication and attention to detail. Bill will be suppprted by J.C. Cundall, an accomplished engineer and project manager with over 20 years of experience with civil infrastructure projects. J.C. led the successful completion of the Weld County Parkway Drainage Master Plan in 2015. His experience working with the County and providing roadway design services for a multitude of Colorado projects will enable him to provide excellence through quality assurance and cuality control for this project. In addition to our assigned project team, we have a number of qualified personnel who can offer support as necessary. You will find our civil engineering team to be experienced, reliable and budget conscious while being committed to finding the best solution for your project. LAND SURVEYING Farnsworth Group is passionate about providing quality surveying services to a diverse client base. Company -wide, we boast a surveying staff of nearly 70, with 24 licensed land surveyors and more than 20 field survey crews to provide adequate resources to handle large projects concurrent with normal workloads. All survey crews are railroad -safety trained and are capable of surveying within 25 feet of active tracks. Farnsworth Group's surveying reputation in the Rocky Mountain Region has expanded to include boundary/right-of-way surveys, ALTA/ACSM land title surveys, municipal and governmental boundaries, topographic design surveys, legal descriptions for right-of-way and/or easement acquisition, Colorado Department of Transportation (CDOT) right-of- way plans, title research, railroad title research and surveying, aerial mapping, control. networks, construction surveying, and expert witness testimony. Land Surveying Manager, Jeffry Eickelman, retired from the Colorado Department of Transportation CDOT after 13 years of service, where he served as a Region Survey Coordinator. Jeff has over 30 years o f survey and right-of-way mapping experience and will oversee Farnsworth Group's survey team for this project. His experience will ensure quality and timely deliverables. Charlie Tucker is an experienced surveyor and is extremely skilled in the surveying, design, layout, planning and construction of infrastructure and public work around operating railroads. Charlie is e xperienced and available to coordinate with the railroad company to obtain the necessary construction e asements, if necessary. FA�NSVVORTH GR3UP HAS COMPLETED MORE THAN 80 SURVEY PROJECTS FOR CDOT. Weld County FARNSWORTH GROUP PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #B1800141 FLOODPLAIN MODELING BAl ENGINEERS .3ai Engineers, LLC was established in 2014 by Xuehua Rai, PE, BCEE. From its inception, Bai Engineers has been committed to providing water technologies and services to small communities throughout the Rocky Mountain and Midwest regions. Xuehua Bai brings extensive floodplain study and hydraulic modeling expertise with a particular niche in GIS-based data extraction and HEC-RAS analysis. He has over 25 -years' experience with four of the nation's leading water utilities and consulting engineering companies. Xuehua is also a Board Certified Environmental Engineer (BCEE) from the American Academy of Environmental Engineers (AAEE). GEOTECHNICAL ENGINEERING EARTH ENGINEERING CONSULTANTS Since 1993, Earth Engineering Consultants, LLC (EEC) has provided geotechnical consulting services for projects including roads and highways, subdivisions, municipal facilities, commercial development, schools, industrial parks, river channel improvements, and flood way mitigation approaches concerning geotechnical/earthwork related issues, etc. EEC provides consulting services on 300 to 400 projects per year involving predominately development and/or commercial construction in the Colorado Front Range. Typical projects involve construction of pavements throughout Northern Colorado and Colorado Department of Transportation (COOT) roadway projects with several projects developed on or within in expansive soil/bedrock areas. David Richer currently serves as a senior geotechnical engineer for EEC in the Windsor, Colorado office. In that position, his responsibilities include management of daily administrative tasks, and technical oversight of geotechnical explorations and construction quality control programs. ENVIRONMENTAL INVESTIGATION ERO RESOURCES ERO has provided environmental services for numerous municipal transportation and engineering projects, many of which fell under Colorado Department of Transportation's (COOT) jurisdiction or that required CLOT approvals. ERO staff are experienced with all aspects of CDOT's National Environmental Policy Act (NEPA) compliance processes, including Categorical Exclusions (CatExs), environmental assessments (EAs), and environmental impact statements (EISs). For the CatEx projects, ERO has provided Modified Phase I Environmental Site Assessments (MESAS); wetland delineations and wetland finding reports; Clean Water Act (CWA) Section 404 permitting; Senate Bill 40 Wildlife Certifications; n oxious weed mapping and management plans; threatened, endangered, and sensitive species surveys and mitigation plans; cultural and historic clearances; and Section 4(f) and 6(f) property assessments. ERO Resources offers the following qualified staff to provide services for this project: Denise Larson has worked as an ecologist throughout the Rocky Mountains and Great Plains since 1993. As a project manager and as part of interdisciplinary teams, she has worked on projects involving wetlands, and threatened and endangered (T&E] species and noxious weeds. Denise has an in-depth u nderstanding of Clean Water Act (CWA), Endangered Species Act, the Colorado Noxious Weed Act, and o ther pertinent regulations. Abigail Sanocki has over 13 years of professional archaeological experience performing all classes and phases of survey, investigation, and monitoring of prehistoric and historic resources related to Sections 106 and 110 of the National Historic Preservation Act (NHPA). Abigail also conducts cultural resource investigations to assist with environmental assessment and NEPA documentation. She is academically trained and experienced in drafting NRHP nominations and Historic American Buildings Survey (NABS)/ Weld County FARNSWORTH GROUP PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52/ RFP #B1800141 Historic American Engineering Record (HAER) documentation, developing historic contexts for public agencies, and cLrating archival materials in laboratory and museum settings. Courtney Sockwell has completed numerous Phase I ESAs for agricultural, residential, commercial, and industrial properties and has served as project manager for ESAs for various Colorado Department of Transportation (CDOT), local agency, and county road and trail construction projects along the Front Range and throughout Colorado since 2000. He has experience with well installation; soil and ground water contamination delineation; soil, vapor, and ground water sampling; remediation system design, installation, and operation; and solid and hazardous waste management. He is a Certified Asbestos Building Inspector (CA31) and listed environmental consultant with the Colorado Department of Labor and Employmen:, Division of Oil and Public Safety. UTILITY LOCATES KINETIC ENERGY SERVICES Kinetic Industry is a detail oriented, full service Subsurface Utility Engineering company. They pride themselves on providing superior Underground Uti.ity Locating, Utility Mapping and Hydro -Vacuum excavation/ utility potholing services. Their Utility Locating and Potholing services are performed to the standards set forth by ASCE 38-02 which is the standard guideline for the collection and depiction of existing subsurface utility data; All Utility Locates (Electronic Designation) are performed to Quality Level B standards and all Utility Potholing services meet Cuality Level A. Dustin Muir has exceptional communication and management skills. He has been working in the utility locating industry for more than 20 years. He joins our team as an expert providing potholing and utility locating services. He will ensure utilities are located meeting the level 3 standard. RIGHT-OF-WAY ACQUISITION FARNSWORTH GROUP STAFF HAVE PREVIOUSLY COMPLETED SUCCESSFUL PROJECTS WITH THESE SU3CONSULTANTS TRANSPORTATION RESOURCE SERVICES, INC. D/B/A TRS CORP. (TRS) is a Colorado Subchapter S Corporation incorporated in 2006 providing right-of-way consultant services to public agencies across Colorado. The principals and all employees of TRS are all residents of Colorado. TRS employs nine people between its two Colorado offices. TRS is a CDOT approved right-of-way consultant for acquisition and relocation consulting services on its behalf and for local public agencies. Four of TRS' current consulting staff members are individually approved by CDOT. Bradley Rodenberg has managed right-of-way projects for Colorado public agencies statewide, including RTD, the Colorado Department of Transportation, Arapahoe County, El Paso County, City of Colorado Springs and the City of Grand Junction. His duties as principal with TRS include project management and development of TRS right-of-way staff. Having over 20 years of industry experience, he is recognized for his ability to develop innovative solutions to challenges presented when acquiring private property for public purposes. TRAFFIC ENGINEERING DELICH ASSOCIATES Delich Associates (formerly Matthew J. Delich, P.E.) has been in private consulting since 1980, specializing in traffic engineering and transportation planning projects, while concentrating services on the northern front range of Colorado and southeastern Wyoming areas. Delich Associates will be assisting the team by evaluating public access and performing a traffic study. Weld County FARNSWORTH GROUP PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #B1800141 Matthew Delich, PE, PTOE provides professional engineering services in the areas of traffic and transportation engineering, transportation planning, and civil engineering. He has worked as a technical consultant to numerous governmental agencies, engineering consultants, and private industry. BRIDGE DESIGN LORIS AND ASSOCIATES Loris has designed over 70 vehicular bridges, with extensive experience in designing both small and large vehicular bridges in rural locations and small communities across Colorado. Regardless of location, Loris strives to create special places with their bridge designs —enhancing the surroundings and improving the connectivity, rather than applying cookie -cutter templates and imposing a standardized look that really doesn't belong. This is important to Loris and, in the end, does not cost more if designed properly. All of Loris' bridge projects incorporate roadway design— some of which involved only a few hundred feet of roadway, whereas others involved miles. Dan Beltzer, PE has more than 25 years of experience as a project manager and engineer of vehicular and pedestrian bridge projects, underpasses, and culverts as well as various wall and site structures. Having worked on more than 70 bridge projects, Dan is experienced with cast -in -place and prestressed concrete, steel, cable, and timber design. He also has a strong understanding of client expectations, having served in a consultant plan review capacity at a state department of transportation central office. Keely Matson, PE is a bridge engineer with over 12 years of experience. Keely has worked on many bridge projects throughout the western United States. She has experience designing and detailing a variety of steel and concrete bridge structures, includinc interchanges, railroad structures, water crossings, and forest structures, in addition to retaining walls and transportation hydraulics structures. Keely is skilled in structural analysis and modeling, and steel and concrete design using LRFD AASHTO specifications. In addition, Keely has experience in designing bridge substructures such as pile foundations, spread footings, drilled shafts, bent/piers, columns, and abutments. REQUIRED SERVICES AND STAFF SUMMAR REQUIRED SERVICE ASSIGNED PERSONNEL Project Management ✓ Farnsworth Group Land Surveying ✓ Farnsworth Group Geotechnical Investigation ✓ Earth Consultants Engineering (EEC) Utilities Impact Investigation ✓ Kinetic Energy Services Traffic Recommendations Study and V Delich Associates Roadway Design ✓ Farnsworth Group Drainage Design ✓ Farnsworth Group Property Ownership Mapping ✓ Farnsworth Group Right -of -Way Acquisition Plans ✓ Farnsworth Group Right Services -of -Way Acquisition i TRS Environmental and Permitting Investigations V ERO Resources Bridge Engineering ✓ Loris and Associates Floodplain Permitting Modeling (Weld and County Only) Bai Engineers g Potential LOMR ✓ Bai Engineers Construction Specifications Plans and Farnsworth Group Project Meetings ✓ Farnsworth Group Weld County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #B1800141 FARNSWORTH GROUP List of Similar Projects PROJECT NAME Dry Gulch Road Rehabilitation Harmony Subdivision Overlook Subdivision Hunters Crossing Subdivision Staunton State Park Boomerang Ranch Weld County Parkway Master Drainage Study CLIENT Town of Estes Park Harmony LLC Journey Homes Journey Homes Colorado Parks and Wildlife Journey Homes Weld County FEATURES 4,926 LF of roadway (asphalt with curb and gutter), Drainage Master Plan, floodplain modeling 3rd Filing -6,631 LF local roadway design (asphalt with curb and gutter) 4th Filing - 5,124 LF of local roadway (asphalt with curb and gutter) t 29,572 LF of Sub -Urban local roadway (asphalt with curb and gutter) 3,980 LF of collector roadway (asphalt with curb and gutter) 5,651 LF of arterial roadway [asphalt with curb and gutter) 24,080 LF of local roadway (asphalt with curb and gutter) 8,500 LF of roadway 1,000 LF of local roadway (asphalt with curb and gutter) Stormwater Management Plan, hydrologic modeling COMPLETION YEAR 2016 2014 Currently under construction Currently in Design Review 2013 2016 2016 Weld County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52/ RFP #B1800141 FARNSWORTH GROUP Critical Issues As mentioned by County staff in the pre -proposal meeting, the project timeline milestones are not n egotiable. Defining all critical issues with any project is not possible before a thorough investigation of e xisting conditions has been completed. After considering two concept alignments (shown in Exhibit AL it has become apparent, without further investigation, that there are a few potential design challenges. Using contours downloaded from United State Geographic Survey (USGS), our staff created a terrain model to run a few scenarios using a 24 -foot traveled way, 2 -foot shoulders and 4:1 side slopes. Critical Issues 1-5: We found that Alternative A would severely exceed the typical right-of-way width for this functional classification in some areas. The e xisting centerline grade at approximately 300 to 400 LF north of WCR 50.5 is approximately 12%. See Exhibit A, below. By flattening out the proposed profile to accommodate a more conservative 5-6% longitudinal grade to allow for more manageable winter driving, the roadway footprint would encroach o n both Union Pacific Railroad (UPRR) right-of-way and would also create a dam on the west side, that would lock in storm water runoff south of the fill slope. Additionally, a guardrail might be needed though this section as any 6:1 traversable side slopes would only exacerbate the footprint width. Footprint exceeds right- of-way width Critical Issue 6: Drainage Ditch Maintenance with two site visits and careful examination of aerial photos, the drainage ditch that serves this basin shows sign of deterioration especially just downstream of the UPRR twin CVPs. The silt and sediment has collected in this general vicinity to create the appearance o f a pond. Reshaping and regrading of the ditch would be beneficial with respect to avoiding the cost of design, construction and maintenance of a longer span bridge for the Alternative A alignment. Coordination with the Latham Ditch Company will be an important aspect of remediating the fluvial conditions and good Rest Management Practices will be followed to mitigate future occurrence in this location. Critical Issue 7: Often times, especially with rural projects, negotiating with property owners can be contentious and time consuming. As there are two potential alignments in consideration for this project, it is imperative that we start the right-of- way acquisition process in the early stages, to allow time for adjustments. Ultimately, the preferred alignment will require n egotiation that is satisfactory to both the County and the property owner. As issues arise and if the compensation offered is n ot acceptable to the property owner and u ltimately ends up in arbitration or through a Court decision, this process would be costly and lengthy which would impact the project schedule. Therefore, understanding 85 Twin 60 -inch CMPs under UPRR Existing Box (Culvunder ert US85 exhibit A - Anticipated Alignment Alternatives Weld County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #B1800141 FARNSWORTH GROUP the acquisition limitations in the concept phase will be a critical component of selecting the preferred alignment. Critical Issue 8: While both alignments A and B have their advantages and disadvantages, one critical issue to consider is the County owning right-of-way that does not serve a purpose. As such, Alignment B, north of the drainage ditch, bisects a parcel and would leave remnants of unused right-of-way on the west side of the proposed roadway. Typically, a governing agency does not seek to own or maintain right-of-way that is not needed; therefore, reassignment of the excess right-of-way can be accomplished through a quitclaim deed to the adjacent property owner on the west side of the remnant, or sold at a reduced price tc recapture some of the original cost. Critical Issue 9: eased on potentially needing a Letter of Map Revision (LOMR), as with any federal agency, permitting can be time consuming with many unknowns. Our Project Manager will work closely with our Floodplain Modeling Engineer to ensure we expedite our modeling and submittal for required permitting. Until we further investigate the modeling and permitting requirements, the limits of the modeling will not be known. However, once this is known, we will ensure all submittals are in place to keep our critical path intact. Critical Issue 10: While sight distance is not an issue with Alignment B, there may be moderate amount of risk with the northern terminus of Alignment A. We have changed the intersection location from our original Alignment A tha- was sumbitted with our qualifications, and moved it farther to the east to provide braking distance. The Alignment A intersection centerline is 170 feet east of the centerline of the UPRR tracks which cannot be traversed at more than 20 mph -roughly 30 feet per second. Based on reaction time and braking distance, 170 feet exceeds the 110 feet of safe stopping distance assuming a 3% negative grade. The table below summarizes the critical issues. CRITICAL ISSUES SUMMARY View looking west coming up to UPRR on WCR 52. New Alignment A on left. L 1. Natural tcpography with steep slopes (Alignment A) 2. Steep longitudinal roadway grade in some locations (Alignment Al 3. Exceeds standard right-of-way width in some locations (Alignment A) 4. Roadway Ditch on west side has flow restrictions (Alignment A% 5. Encroachment on UPRR right-of-way (Alignment A) 6. Drainage ditch maintenance issues where sedimentation occurs (Alignment Al 7. Property and right-of-way acquisition might be contentious and slow moving (Alignments A and /31 8. Parcels might be bisected -setting up excess County -owned land- Quitclaim issues [Alignment B) 9' Based (Alignments on a possible A and B ) LOMR, FEMA Permitting, as with all permitting, timeline can be unknown 10. ' Sight distance sight triangles might be limited [Alignment A) Weld County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #B1800141 FARNSWORTH GROUP How We Can Meet the Project Schedule One of our strengths at Farnsworth Group is project management. Our team's project manager, Bill Cornelius, served as both a project manager and project engineer for the City of Fort Collins Engineering Department, where he oversaw the design and construction of 12 million -dollar bridge and roadway project. Additionally, Bill has served as a Roadway Design Engineer, Traffic Engineer, Regional Access Management Engineer, and Construction Inspector for four different Departments of Transportation throughout his careen He will lead our team and serve as the project liaison for the duration of the project. He will schedule and facilitate all necessary meetings and any additional meetings that may become n ecessary to share information or to clarify project related ambiguities. We have formed a very experienced team to undertake the many facets o f this project, and will endeavor to ensure that all project deliverables are within cost, scope, and schedule. Only mid to senior level staff will be assigned to this project; therefore, roadway, drainage, erosion control and modeling will be done by experts in their fields. With such a tight schedule, we will not Leave the schedule to 'chance'. Bill Cornelius, who has managed the design and construction of large DOT projects will use his past work experience and graduate level education in project management to ensure the critical path is maintained throughout the design schedule. Many ancillary items can float alongside the key critical path design tasks; however, all items will be examined weekly to avoid any type of delays or sidetracking. W ithin our project schedule, we have assigned a task number with the same task number in our fee structure. This will help our project manager track each task and provide clarity when reporting our progress to key stakeholders. "Bill was instrumental to the overall success in the project, which resulted in approximately $9OO thousand in savings for the $12 million contract, or 7.5% overall savings. Additionally, the project was completed on schedule despite many challenges encountered during construction:' BRAD BUCKMAN, PE, CFM CITY OF FORT COLLINS W ith an open bock type of transparency, each team member and sub -consultant can take accountability for their schedules. Cur experienced team will be involved in semi-monthly conference call progress meetings to assuage schedule tension and to give our project manager an opportunity to redirect and focus our efforts should the schedule experience delays. These timely semi-monthly meetings generally pay large dividends in analyzing project cost and schedule variances. The majority of project delays could be eliminated with attentive monitoring of the key elements of the project. Farnsworth Group uses this attention to the schedule as our baseline for all of our projects. W hile we understand it is the consultant's responsibility to provide project management during the design process, we will ensure that the County and other key stakeholders will be kept well informed of the progress and status of all decisions and critical elements throughout the lifecycle of the project. Additionally, our project manager will develop a communications plan, stakeholder plan, and a risk profile to further ensure the schedule is adherence. Each of these plans will establish lines of communication, feedback, and will identify opportunities to mitigate potential conflict throughout the project timeline. Weld County FARNSWORTH GROUP PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #B1800141 PROJECT SCHEDULE ID 1 2 3 4 5 6 7 8 9 10 11 12 13 14 LS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 0 Task Task Name Mode lb Jb lb lb lb lb lr lb lb tr lb lb WCR 39 Extension Phase 1.0 Concept Design 1.1 Kickoff meeting 1.2 kickoff with Project Team 1.3 Geotechnical Investigation 1.4 Topographic Survey 1.5 Potholing Utilities -Subsurface Investigation (2 alignments) 1.6 Environmental Assessment 1.61 UPRR Meeting 1.7 Design of Concept Roadway Plans 1.8 Conceptual Drainage Design & Analysis 1.9 Concept R/W & Easement Mapping (Existing) 1.91 R/W Acquisition Analysis & Costs (2 alignments) 1.92 Estimate of Probable Costs (2 Alignments) 1.93 QA/QC Internal Review 1.94 Monthly Progress Report 1.95 Submit to County for Review 1.96 County Review. Alignment Selected by County Phase 2.0 Preliminary Design (60%) Task 2.1 Detailed Roadway Design 2.2 Perform Traffic Study 2.3 H & H Modeling 2.31 Box Culvert Design Plans 2.32 Floodplain Modeling 2.33 Floodplain Permitting (Weld County Only) 2.34 Produce Drainage Report 2.4 Site Visit with Utility Companies 2.41 Execute Utilites Relocation Agreement (if needed) 2.5 Meet with Latham Ditch Company 2.6 CDOT R/W Plans and Exibits 2.61 Neighborhood Meeting in LaSalle 2.7 Write and Submit Monthly Progress Report 2.75 Compile Special Provisions and Tech. Specs. 2.8 QA/QC Deliverables 2.85 Submit Plans, Specs. Reports, & Cost Estimate Project: Big Dry Creek Sewer Sc Date: Tue 10/30/18 Task Split Milestone Summary Duration 205 edays 35 edays 3. day 1 day 10 days 10 days 5 days 10 days 1 day 7 days 7 days 3 days 3 days 1 day 1 day 1day 1 day 5 days 0 days 29.38 edays 15 days 5 days 10 days 10 days 15 days 10 days 3 days 1 day 1 day 1 day 5 days 1 day 1 day 2 days 1 day 1 day Start Wed 11/7/18 Wed 11/7/18 Thu 11/8/18 Fri 11/9/18 Mon 11/12/18 Mon 11/12/18 Mon 11/12/18 Mon Mon Mon Mon 11/19/ 18 11/19/ 18 11/26/18 11/26/18 Mon 12/3/18 Tue 12/4/18 Tue 12/4/18 Tue 12/4/18 Tue 12/4/18 Wed 12/5/18 Wed 12/5/18 Tue 12/11/18 Thu 12/13/18 Thu 12/13/18 Thu 12/13/18 Thu 12/13/18 Mon 12/17/18 Thu 12/13/18 Thu 12/13/18 Thu 12/27/18 Tue 12/18/18 Fri 12/21/18 Tue 12/18/18 Mon 12/24/18 Wed 1/2/19 Thu 1/3/19 Thu 1/3/19 Fri 1/4/19 Mon 1/7/19 • Project Summary Inactive Task Inactive Milestone Inactive Summary Finish Fri 5/31/19 Wed 12/12/18 Thu 11/8/18 Fri 11/9/18 Fri 11/23/18 Fri 11/23/18 Fri 11/16/18 Fri 11/30/18 Mon 11/19/18 Tue 12/4/18 Tue 12/4/18 Wed 12/5/18 Thu 12/6/18 Tue 12/4/18 Predecessors ,ember 2018 December 2018 January 2019 February 2019 March 2019 April 20 4 7 10 13 16 19 22 25 28 1 4 7 10 13 16 19 22 25 28 31 3 6 9 12 15 18 21 24 27 30 2 5 8 11 14 17 20 23 26 1 4 7 10 13 16 19 22 25 28 31 3 6 Tue 12/4/18 14 Tue 12/4/18 Wed 12/5/18 Tue 12/11/18 17 Tue 12/11/18 Fri 1/11/19 2 Wed 1/2/19 Wed 12/19/18 Wed 12/26/18 Fri 12/28/18 Wed 1/2/19 Wed 12/26/18 Mon 12/31/18 Tue 12/18/18 Fri 12/21/18 Tue 12/18/18 Fri 12/28/18 Wed 1/2/19 Thu 1/3/19 Fri 1/4/19 Fri 1/4/19 Mon 1/7/19 36 Manual Task Duration -only Manual Summary Rollup Manual Summary t, ■ Bill,County Staff, Loris N Project Team EEC Survey Crew lams Kinetic ERO M Charles Tucker 11 Robbie Scott Turner Survey Lai TRS H Bill fir J.C. IA Bill M� Admin. County Staff 12/11 1 SIN Robbie nIr Delich Nola Scott Turner Loris BAI BAI mom Scott Turne • Bill • Bill • Bill Ili Survey • Bill El Bill Start -only Finish -only External Tasks External Milestone Page 1 ja Admin. Deadline Progress Manual Progress Weld County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP UB1800141 FARNSWORTH GROUP / 10 ID 38 39 40 41 42 43 44 4S 46 47 48 49 50 51 52 53 54 8 Task Task Name Mode Jb J♦ lb lb lb lb lb lb lb lb >r lb lb Duration 2.9 Arrange and Facilitate F.I.R. Meeting Phase 3.0 Final Design (95%) 3.1 Prepare 95% Construction Plans 3.2, 3.3 Finalize Specification Package 3.4 Prepare Monthly progress Report 3.5 QA/QC of plans, Specifications and Cost Estimate 3.6 Subbmit Deliverables to County 3.7 Initiate and facilitate F.O.R. meeting Phase 4.0 Post F.O.R. Meeting Deliverable Phase 4.1 Revise Plans Based on F.O.R. Comments 4.2 Final R/W Plans 4.3 Finalize Environmental Clearance Documents 4.4 Weld County Floodplain Development Permit 4.5 Double Check Quantities 4.6 Finalize R/W Acquisition Phase 5.0 Other 5.1 Review Shop Drawings (Post Construction Award) Actual Dates of Shop Review Will Be After Construction Begins -as needed. Project: Big Dry Creek Sewer Sc Date: Tue 10/30/18 Task Split Milestone Summary 1 day 32 days 20 days 5 days 1 day 1 day 1 day 1 day 24 days 5 days 15 days S days 10 days 1 day 10 days 1 day 1 day Start Fri 1/11/19 Mon 1/14/19 Mon 1/14/19 Mon 2/11/19 Mon 2/4/19 Mon 2/18/19 Tue 2/19/19 Mon 2/25/19 Tue 2/26/19 Wed 2/27/19 Wed 2/27/19 Wed 2/27/19 Wed 2/27/19 Tue 3/12/19 Mon 3/18/19 Fri 3/29/19 Fri 3/29/19 ♦ Project Summary Inactive Task Inactive Milestone Inactive Summary Finish Predecessors Fri 1/11/19 Tue 2/26/19 21 Fri 2/8/19 Fri 2/15/19 Mon 2/4/19 Mon 2/18/19 Tue 2/19/19 Mon 2/25/19 Fri 3/29/19 39 Tue 3/5/19 Tue 3/19/19 Tue 3/5/19 Tue 3/12/19 Tue 3/12/19 Fri 3/29/19 Fri 3/29/19 Fri 3/29/19 sember 2018 Manual Task Duration -only Manual Summary Rollup Manual Summary December 2018 January 2019 February 2019 4 7 10 13 16 19 22 25 28 1 4 7 10 13 16 19 22 25 28 31 3 6 9 12 15 18 21 24 27 30 2 5 8 11 14 17 20 23 26 1 4 7 10 13 16 19 22 25 28 31 3 ■ III Start -only Finish -only External Tasks External Milestone Page 2 C Deadline Progress Manual Progress Weld County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #61800141 4 Robbie INNNI Bill Bill N J.C. March 2019 April 2 N Admin. • • Bill I _ Robbie ERO BAI N Bill Survey a N TRS FARNSWORTH GROUP / 11 Scope of Work After gaining additional information at the final pre -proposal meeting and through County issued addenda, our approach remains largely the same as our original proposal with some slight changes to 'Alternative A' geometrics near the northern terminus. As the schedule appears to be one of the key drivers of this project, a mindful and carefully thought-out schedule was developed to reflect the urgency of the timeline. We address the project hours on our Fee Schedule and numerically tied them together through phasing and task numbers to the Project Schedule. This work breakdown structure style of scheduling associated with the project hours allows an easy review of project cost and schedule variance. Since the allowable size, related to page numbers, for this final proposal is limited, and there is an abundance of information needed to be communicated, we have included an abbreviated recap of our original qualifications, along with a focus on addressing key challenges and critical issues, and how we will meet the expedited project schedule. The overall scope of the services will be re -addressed within the body of the following narrative, as well. Our goal is to delineate a well thought out final approach to bring in this roadway project within budget, scope, and schedule that will meet the overall goals of the County. PROJECT APPROACH As with any public project, the overall goal is to provide the advantages to the citizenry by constructing the project while minimizing the impact to those citizens immediately adjacent to the project. After a thorough review of parcel maps in the project area, it became clear that our two selected alignments provide the least impact to the surroundinc property owners. The impact to residents within the project area can be related to the resident's proximity to the project or the acquisition portion, such as potentially bisecting a parcel or encroaching too closely to their primary residence and not providing a buffer. Our anticipated roadway alignments cannot eliminate all impacts to all residents but we believe they provide the best options available. Long before Farnsworth Group staff starts designing a project, our team performs the due diligence necessary to make ourselves aware of all possible scenarios. To address the possible scenarios, a kickoff meeting with the County and other key stakeholders would be preferred to initiate the project and further delineate key responsibilities. Our initial goal will be to work with the County and stakeholders to detremine the preferred roadway alignment by obtaining as much information as possible while still being efficient with our resources. As mentioned in the Conceptual Design Phase section of the RFP, environmental challenges, construction costs, right-of-way acquisition, historic and cultural impacts and overall roadway geometrics should be considered to allow the preferred alignment decision to become clear. These considerations will become more clear throughout the Conceptual Design Phase as we will provide further investigation into both Alternatives A and 3. As provided with our qualifications package, our project approach is delineated below with a few minor changes. While the ideal alignment (Alternative A as shown on Exhibit A on page 7] would be the northern extension of existing WCR 39 from WCR 50.5 to WCR 52, paralleling the existing Union Pacific Railroad (UPRR) right-of-way, the feasibility of that alignment will not be known without further investigation. However, after using recently obtained USGS Ditch Degradation at the Proposed Project Site Weld County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #B1800141 FARNSWORTH GROUP / 12 contours and building a terrain model, we ran a few different scenarios to investigate overall geometric constraints related to existing topographic features, roadway and ditch drainage, and right-of-way encroachment. As this appears to be the natural extension of WCR 39, this alignment is not without challenges. These challenges are more closely examined within the Critical Issues section of this proposal. A secondary alignment (as shown in Alternative B) would not be as economically feasible due to several issues. The alignment would be longer, floodplain impacts would be over a larger segment of Alternative B alignment; therefore, the roadway would likely need to be elevated higher resulting in higher construction cost and greater challenges in the FEMA floodplain mapping process. For Alternative B, bisecting a parcel would be required, which is economically disadvantageous, as no parcel boundary provides a feasible alignment from WCR 50.5 to WCR 52 without jogging the alignment or bisecting a parcel. While this alignment does not provide the direct extension of WCR 39, it provides advantages such as fewer constructability and maintenance issues related to the ditch crossing, more sight distance and better vertical roadway geometries. During the Conceptual Design Phase, we will use our right-of-way acquisition sub - consultant (TRS) to contact the impacted land owners, based on both alternative alignments, to ensure they are amenable to negotiation. We will address environmental permitting, floodplain issues and permitting, existing subsurface utilities based on ASCE 38, intersection sight distance, and drainage issues for each alternative. We will develop a construction cost estimate for each alternative alignment to aid in the final decision of the preferred alignment. As we move into the Preliminary Design Phase, our project team members will perform their portions of the project as described in detail in our qualifications package Many of the components of this project will run concurrently to keep the overall process moving through all local, state, and federal agencies. We understand that it is critical to complete construction by October 31, 2019, therefore, we will work on an expedited schedule, if necessary to achieve this goal. See section How We Will Meet the Schedule for more detail regarding schedule expectations. Our Project deliverables to the County will include the following: 1. Final Construction Plans 2. Specifications 3. Engineer's Estimate of Probable Construction Cost 4. Geotechnical Engineer's Report 5. Drainage Report 6. Traffic Impact Report 7. Right-of-way Plans. 8. Subsurface Utility Engineering (SUE) Investigation Base Flood Delineation Map - From FEMA Weld County FARNSWORTH GROUP PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #B1800141 FEE SCHEDULE Weld County Road 39 Extensio Date: 10/31/2018 Farnsworth Group S Task 1 1.1 1.2 1.3 14 1.5 1.6 1 61 1.7 1.8 19 191 1 92 193 1.94 1 95 I luurly Rate, S/hr. Concept Design Kick-off meeting with County staff Kickoff with Project Team (Skype) Geotechnical Investigation Topographic Survey Potholing Utilities Locates —40 Potholes, 30 Locates Environmental Assessment UPRR Meeting Design of Concept Roadway Plans Conceptual Drainage Design and Analysis Concept R/W and Easement Mapping R/W Acquisition Analysis and Probable Costs Estimate of Probable Construction Costs (2 Alignments) QA/QC Internal Review Monthly Progress Report Submit to County W Li H S189 $151 S132 S165 5100 $164 S174 $68 S132 S113 a S137 $110 S105 Kenetic Engineering 00 0 L 0 O - Geotechnial W 4 1 4 238 I 3 4 4 5 60 20 36 lb 60 4 4 2 56 61 7 4 5 61 112 'total labor S 1,152 S 1.535 9.479 $ 41.412 $ 13.440 S 10,586 S 528 S 10.504 10,000 S 5,904 $ 6.270 $ 2,416 S 756 1i 302 S 111 Subctn soltallh & Other 1)irect ('oats 13.782 1 fl IIC1'1 \la 111 I \C1Y'll total S 1,152 3 1.535 $ 9,479 S 50,194 S 13.440 10,886 S 528 S 10.504 10,000 S 5.904 S 6.270 S 2.416 S 756 $ 302 S 2.1 2.2 2.3 2.31 2.32 2.33 2.34 24 241 25 26 2.61 27 2.75 28 2.85 29 3.1 3.2 3.3 34 3.5 3.6 37 4 4.1 4.2 4.3 4.4 4.5 46 Preliminary Design (60%) Detailed Roadway Plan Production Traffic Study H & H Modeling _ Box Culvert Design Floodplain Modeling Floodplain Permitting (Weld County Only) Drainage Report Site Visit with Utility Companies for Utilities relocation (if needed Execute Willies Relocation Agreement (if needed) Meeting with Latham Dich Company CDOT R/W Plans and Exhibits Neighborhood Meeting In LaSalle White and Submit Monthly Progress Report Special Provisions and Tech Specs. QA/QC Preliminary Deliverables Submit Plans, Estimate and Reports to County for review Facilitate F I R Meeting Final Design Phase (95%) Perpare 95% drawing set (based on FIR comments) Prepared CDOT Special Provisions Prepared CDOT Technical Specifications Monthly Progress Report QA/QC Internal Review Submit Deliverables to County Intiate and Facilitate FOR. Meeting Post F.O.R. Meeting Deliverables Phase Revise Plans based on F.O.R comments Final R/W Plans Final Environmental Clearance Documents Weld County Floodplain Development Permit Double Check Quantities _ Final R/W Acquisition 7 861 120 60 54 70 4 170 2 4 4 I 28 88 75 180 170 4 4 70 $ 12,375 $ 7300 5 10,560 '5 7,398 12.011(1 $ 6,000 $ 1,056 S 6114 S 604 604 S 27.880 S 1,208 $ 302 302 $ 756 $ 272 $ 604 S 12375" S 7.700 $ 10,56(1 `t 7,398 x 12.000 Y 6,000 S 1.056 $ 604 S 604 S 604 27.880 $ 1,208 302 S 302 S 756 S ' 12 S 604 IU 4 60 I0 4 2 4 4 4 I 24 60 4 4 10 $ 12,780 S 604 S 604 S 302 $ 756 S 272 S 604 S 90,225.00 S 12,780 S 604 6614 $ 302 S 756 S 272 S 604 7 3 8 4 10 4 $ 6,337 1.312 s 452 200 5 51 52 Potential Tasks_ Other Professional Services (OPS) Review Shop Drawings 25 hours II 11 (1 32 10 0 4 12 200 S I ,000 S 604 5 20,9110 S 22 (154 $ 30,605.00 $ 22,054.00 4 S 3.797 S 3,797.0(► S 10.000 $ 6,337 S 1.312 S 452 S 1,000 6#14 S 42 954 552,659 30.000 3 797 3n,flUn.n11 " 33:t1'110 6u,S3b.n1I S 316,24(13 1 ' 1. J1 61 LOMR (FEMA)-if needed $ 40.000 S I;, 000 Alternate TOTAL $356,240 50 Willingness to Enter Contract Farnsworth Group has reviewed Weld County's Request for Proposal and Sample Professional Services Agreement. Our firm carries the required level of insurance. We are agreeable to the terms described and willing to contract with Weld County to provide design Services for WCR 39 between WCR 50.5 and WCR 52. Weld County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #61800141 FARNSWORTH GROUP References DRY GULCH ROAD REHABILITATION / ESTES PARK , CO Dry Gulch Road is the eastern boundary between Estes Park and Larimer County. Dry Gulch Road was experiencing drainage problems along with deteriorating asphalt pavement and did not have any pedestrian access. The Town of Estes Park wanted Dry Gulch Road to meet Town Standards and include bike lanes and a sidewalk. Farnsworth Group designed drainage appurtenances, such as curb and gutter and storm sewer inlets. These features better capture runoff and convey it to the inlets so that the street may continue to allow traffic, even during storms. Due to the limited area available, the road could not be widened as originally desired. Our team used retaining walls to allow for the addition of an eight -foot attached sidewalk. We also re -designed the intersection of Dry Gulch Road with Highway 34 to improve safety and to provide additional parking to local businesses. CLIENT REFERENCE / Town of Estes Park Greg Muhonen, PE Public Works Director p. 970.577.3582 gmuhonenldestes.org PROJECT STATUS / Completed October 2016 STAFF INVOLVED / J.C. Cundall, Robbie Lauer, Scott Turner, ERO Resources, Earth Engineering Consultants " Our team used HEC-RAS to show proposed improvements would cause no rise" within the delineated floodway. To determine the storm event flows, we performed a Drainage Master Plan using EPA SWMM. STAUNTON STATE PARK, PHASE 1 / PINE, CO Farnsworth Group teamed with LandWorks Design to develop a strategy for implementing Phase One of Staunton State Park based o n the direction of the approved vaster Plan. Our team prepared e ngineering construction drawings that included infrastructure/utility improvements, road alignment, parking layout along with a temporary park office building, group picnic structure, and water treatment facility. We also assisted on development of the initial 18 miles of trail featured in Phase One. Our team coordinated with Colorado Parks and Wildlife staff to develop a plan for Phase One that worked within the State's budget, then prepared construction documents for the improvements and oversaw the construction during the 18 -month construction period. CLIENT REFERENCE / Colorado Parks and Wildlife Paul 3arker Project Manager p. 970.491.5031 paul.barkerrastate.co.us PROJECT STATUS / Completed May 2013 STAFF INVOLVED / J.C. Cundall, Robbie Lauer, Chad Herd As part of the road design services, our team provided the design for the road leading nto the park, extending to the visitor center. The existing topography rose steeply from where the park's road intersected the Jefferson County Road. As a result, the provided design solutions that limited the amount of rock excavation and the need to import a large amount of material. Due to the anticipated traffic increase on Jefferson County Road 83 (S. Elk Creek Road) and the location o f the park entrance, Jefferson County required that a dedicated right turn lane be constructed. Farnsworth Group designed a 12 -foot wide turn lane, approximately 54 -feet in length, with a taper length o f approximately 107 LF for a total of 161 LF. The turn lane helped traffic flow smoothly and created a safe entrance for the park. Weld County FARNSWORTH GROUP PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP #B1800141 LINCOLN CORRIDOR BRIDGE REPLACEMENT AND URBAN ROADWAY DESIGN PROJECT Before joining Farnsworth Group, dill Cornelius served as the Project Manager and Project Engineer overseeing the design and construction of a custom 192' span box girder bridge and adjacent reconstruction of a 3/4 mile rural two-lane ditched road that was re -constructed into an urban parkway with center turn lanes, bus turnouts and shelters, bike lanes, landscaped and irrigated medians, underground stormwater detention, storm sewers, new driveway aprons, and sidewalks on both sides with multi -use sidewalk on one side. As the project's Civil Engineer, he also served as the lead City Project Manager. As both Civil Engineer and Project Manager, Bill provided overall project oversight and continuous monitoring of the schedule, budget, risks, pL blic relations, & safety, and to administer each contract of the five different phases within the overall project. This project was a CM/GC (Construction Manager/General Contractor] project which required ongoing collaboration with the consultant design team, general contractor, and all sub -contractors. Bill's role as the City Proje:t Manager was to manage and facilitate this process, through -out the project lifecycle, with full final decision authority. REFERENCE / Brad Buckman, PE, CFM Special Projects Engineer City of Fort Collins p. 970.221.6605 bbuckmanldfcgov.com PROJECT STATUS / Completed February 2018 STAFF INVOLVED / Bill Cornelius, Loris and Associates Fort Collins _rte October 18, 2018 To Whom it May Concern: Planning, Development & Transportation Engineering Department 281 North College Avenue P O Box 580 Fort Collins. CO 80522 0580 970.221.6605 970.221 6378 - tax tcgov comiengrneenng The City of Fort Collins hired Bill Cornelius as Project Manager for the $12 million Lincoln Corridor project from March of 2017 through February of 2018. The Lincoln Corridor project constructed road improvements and a bridge replacement on Lincoln Avenue from the Poudre River Bridge to Lemay Avenue, improving the mobility, safety, and experience for bicyclists, pedestrians, transit users and vehicles, thereby also creating an environment where local businesses can thrive. As Project Manager, Bill showed strong leadership in managing this critical project for the City that involved many complex issues relating to design and construction. He was instrumental in providing effective management during the construction phase, which involved coordinating very complicated utility movements with several different entities, effective in -the -field problem solving with the design consultant and contractor, leading weekly meetings to keep the project on track, and holding countless meetings with the local business and property owners to solve unique problems. Bill was instrumental to the overall success in the project, which resulted in approximately $900 thousand in savings for the $12 million contract, or 7.5% overall savings. Additionally, the project was completed on schedule despite many challenges encountered during construction. Sincerely, Brad E. Buckman, PE, CFM Special Projects Engineer City of Fort Collins Weld County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52/ RFP #91800141 FARNSWORTH GROUP Sample Plan and Profile Sheet r 7505 7500 7495 7490 7485 7480 7475 7470 / STORM SEWER 2A (SEE SHEET C14 14 STORM SEWER 1 (SEE SHEET C14.1, STORM SEWER iB ;SEE SHEET C14.1, / / J i $12,1 24:1 DEAD END BARRICADE (SEE SHEET CD11 FOR DETAIL) / Wl STA• 1.1647 1.00 '152% v 356 s N 1EE DETAIL I ON SHEET CO/ ' PVI STA = 3.71.10 PYI ELEV = 7464.30 A A. • 0.01 K a 13044 100.00 VC ipSTA =4.21.10 LP ELEV • 7463.22 0 3 N 134/022.01 E 3003636.76 TOW7462.43 BOW746135 STORM SEWER 3 (SEE SHEET C14.4 CONTRACTOR SHALL COORDINATE WITH TOWN Of ESTES PARK WATER DEPARTMENT TO DETERIANE IF A WATERLINE LOWERING IS REQUIRED N 130/11433 E 300]85631 TOW 7481.86 BOW=74P4.47 -015% S 0 N 1312216.73 E 3003!6/30 TOW=746091 b0140•74711.24 PROPOSED RETAINING WALL r m Zsr v 0 S tri _ C 2a WI STA = 7.34.06 PVI ELEV = :40I.50 AO. = G.01 K= S931 4400 VC LP STA • 7.34 .79 LP ELEv = 7411.64 8 a as u 4► a A z / / / / / N 1362315.67 E 3003908.72 TQV=7410.60 BOIN=747834 / / / / - ROtAtL MANHOLR RR, W THIN PROPOSED a N 13624101_ 1 E 30036]014 TOW 7481.57 BOW7470.]2 STORM SEWER 41 )SEE 91EET C 1411 CONTRACTOR SHAH COORDINATE WITH TOWN OF ESTES PARK WATER DEPARTMENT TO DETERMINE IF A WATERLINE LOWERING IS REQUIRE() N 1312507.65 E 300366134 TQW146216 60Wt 7472.36 STORM SE WER S ISEl WEE T C142) CON I14AG 104 54 AL. COORUIM I IL WITH TOWN Or rsTr.s PARK WATER DEPARTMENT TO DETERMINE IF A WATERLINE LOWERING M REQUIRED V • 9 n ti S N 1341606.06 E 300367691 TOW 1402.76 DOW7476. A PROPOSED GRADE — AT ROAD CENTERLINE EXISTING GRADE AT ROAD CENTERLNE 7. ;Al NOTES I. ALL TYPE R INLETS ARE AT CONTIR/ou8 GRADE EXCEPT STOW' SEWER 3 INLETS. t ALL TYPE C INLET GRATES SHALL SE tLUSE MESH'- ]. WHERE CONSTRUCTION DISTURBS EXISTING FENCE CONTRACTOR SHALL REMOVE AND STORE MATERIALS. CONTRACTOR SWILL REPLACE FENCE ONCE CONSTRUCTION IS COMPLETED. SEE ATTACHED DETAILS. )"CONTRACTOR SHALL INSTALL DELINEATOR SHORN ON SHEET cos EvERY 300 FEET. PIPE EDGE DRAIN //— PER DETAIL ON SHEET 002. DRAIN INTO DLLET N 1362715 14 E 3004003.2]_ TOW= 7463.76 BOW 7461.31 PROPOSED RETAINING WALL — 0 2s So 100 SCALE 1 -)SD PVI STA • 12.0497 PVI ELEV = 7464.3K AD.=0.02 K ■ 6323 15400' VC LP STA = 11.2297 LP ELEV • 7463]2 • w • aR to. ft N I a a 3 o) 7505 7500 7495 7490 7485 7480 7475 7470 2'00 3.00 4+00 5+00 6+00 7+00 8.00 9+00 10+00 11+00 12+00 13+00 Farnsworth GROUP I61%SPIl.I4I PUPIL k(>AU, SUIT 105 Ium mans, (X)UUkA X) 80525 (*/ %DI 4844141." / Kup.i4y. awn voters Iw.. tan alma Town of Estes Park DRY GULCH ROAD REHABILITATION Estes Park CO Du tut De%1(211/OIC3w11 Ruvbwuu Buuk Nu It 14 4015 RRL JC C 941 : 11111 DRY GULCH ROAD PLAN AND PROFILE Sri •.. a. C5 "J1u i Nu Weld County PROPOSAL / Engineering Design Services for WCR 39 Between WCR 50.5 and WCR 52 / RFP 181800141 FARNSWORTH GROUP DATE OF BID: OCTOBER 2, 2018 REQUEST FOR: RFQ - WCR 39 BET 50.5 & WCR 52 DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B1800141 PRESENT DATE: OCTOBER 3RD, 2018 APPROVAL DATE: NOVEMBER 7, 2018 JR ENGINEERING 7200 SOUTH ALTON WAY, STE C400 CENTENNIAL CO 80112 DREXEL, BARRELL & CO 710 11th AVENUE, STE L-45 GREELEY CO 80631 EST 1873 S. BELLAIRE STREET, STE. 1101 DENVER CO 80222 BASELINE ENGINEERING CORP 112 N. RUBEY DRIVE, #210 GOLDEN CO 80403 PUBLIC WORKS WILL REVIEW THE RFQ'S. 1% WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: rturf(cr�weldgov.com E-mail: reverettCa�weldgov.com E-mail: cmpeters(a�weldgov.com Phone: (970) 400-4216,4222 or 4223 Fax: (970) 304-6434 VENDORS FARNSWORTH GROUP 1612 SPECHT POINT ROAD, STE. #105 FORT COLLINS CO 80525 SHORT, ELLIOTT, HENDERICKSON INC 2000 SOUTH COLORADO BLVD, STE. COLORADO CENTER TOWER ONE DENVER CO 80222-7938 FELSBURG HOLT & ULLEVIG 6300 SOUTH SYRACUSE WAY, STE. 600 CENTENNIAL CO 80111 OW/1- J/ 77 ,g -o 07 Hello