Loading...
HomeMy WebLinkAbout20140117.tiffBOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW RE: Renewal of Flood Repair Engineering Consultant Contracts DEPARTMENT: Public Works DATE: December 6, 2018 PERSON REQUESTING: Clay Kimmi, P.C. and Don Dunker, P.E,. County Engineer Brief description of the problem/issue: Repairs from the 2013 flood are ongoing. In January 2014, the County entered into professional services contracts with three engineering consultants to help with the design repairs and construction inspection of flood damaged sites. Of the 34 damaged sites, all but one of the sites have been fully repaired. The last site is currently under construction with completion expected to occur in the summer of 2019. •1 Atkins is providing post design engineering services on the construction of the bridge. Their structural engineer is primarily answering questions from the contractor regarding the bridge. The engineer is also reviewing material submittals as they pertain to the bridge to make sure the materials are within specifications. Atkins is not increasing their 2018 rates for this project. The current contract with Atkins has enough money budgeted to complete the contract without the need for a change order. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) 1. Renew the contract for Atkins through August 13, 2019. This option allows the County to continue utilizing the expertise of the structural engineer as it relates to the bridge construction. The end date is approximately 2 months past the anticipated project completion date, so we will have them available for the grant closeout with CDOT. 2. Do not review the contract for Atkins. This option will potentially cause issues with the completion of the bridge because Weld County does not have the in-house expertise to answer the structural questions regarding the bridge construction. Recommendation: Authorize Public Works to place the contract renewals on the BOCC agenda for approval. Approve Recommendation Sean P. Conway Julie Cozad Mike Freeman Barbara Kiykmeyer, Pro-Tem Steve Moreno, Chair Schedule Work Session Other/Comments- A:rwund4o rioodzoi3 Version 2\Consultants\Atkins\2 Contract ,teysjon\ eptract Renewal Pass Around.docx ���� � 2t4 �� - pl L7 CC: % tcao `%' //02/9 -if' �a, i 9 i CCir7D MEMORANDUM TO: Esther Gesick, CTB DATE: December 14, 2018 FROM: Clay Kimmi, P.E., Public Works SUBJECT: Contract Renewal for Flood Repair Consulting — Atkins North America, Inc. Please place the attached contract renewal on the BOCC Consent Agenda. Please return a copy of the agreement to me so I can forward to the contractor. The item is for the renewal of the Atkins North America, Inc. (Atkins) contract for flood recovery consulting. Atkins is currently providing post design services for the reconstruction of BR53-58A (Kersey Bridge). The project is expected to be completed by the summer of 2019. The BOCC has been provided a pass around. They approved the pass around on December 13, 2018. A copy of their approval has been included with this packet. Frank Haug from the County Attorney's office reviewed the contract extension prior to it being sent to the BOCC for review. I will plan on attending the BOCC hearing to answer any questions that the Board may have regarding this agreement. Page I of 1 M:\Weld County Flood 2013 Version 2\Consultants\Atkins\2019 Contract Extension\Flood Contract Renewal Memo to BOCC.docx CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND ATKINS NORTH AMERICA, INC. This Agreement Extension/Renewal ("Renewal"), made and entered into ay of 2018, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and Atkins North America, Inc., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2014-0117, approved on January 13, 2014. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on January 13, 2015. • The Original Agreement was amended on December 8, 2014 to extend the contract to January 13, 2016. The document number is 2014-3764. • The Original Agreement was amended on February 1, 2016 to extend the contract to January 13, 2019. The On -Base document number is 584. • Since the project will not be completed until the summer of 2019, the parties agree to extend Original Agreement for an additional seven (7) month period, which will begin January 14, 2019, and will end on August 13, 2019. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Update Exhibit C to the Agreement to delete the Contract Professional's rate schedule and replace it with the Contract Professional's updated rate schedule, which is attached hereto and fully incorporated herein. 2. Update the Contract Professional's Certificate of Insurance. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: David Nemovitz, Division Manager Printed Name Do..4 ilt.C;;,% Signature ATTES : daft/140V W. ;gik BOARD OF COUNTY COMMISSIONERS Weld ' o t,Cleo th- : oard WEAl COUNTY, COLO'ADO BY: Deputy Clerk to rbara Kirkmey-r, Pro -'em DEC 19 2018 0ZD/ d //7 ATKINS 2018 HOURLY RATE SCHEDULE Weld County Post Flood Engineering Services. Office Engineering Hourly Rates Office Engineering Hourly Rates Project Director Sr. Project Manager Technical Manager Project Manager I Sr. Engineer IV Sr. Engineer III Sr. Engineer II Sr. Engineer I Engineer III Engineer H Engineer I Sr. Designer II Sr. Designer I CAD Designer Sr. CAD Technician II CAD Design Technician $211.00 $190.00 $190.00 $165.00 $185.00 $170.00 $124.00 $113.00 $93.00 $88.00 $77.00 $149.00 $113.00 $108.00 $93.00 $84.00 Sr. Scientist I Scientist II Sr. ROW Agent III Sr. ROW Agent II Sr. ROW Agent I ROW Agent Project Surveyor Sr. GIS Analyst I GIS Analyst II Sr. Landscape Architect Landscape Architect H Technical Coordinator II Operations Coordinator II Sr. Program Assistant I Administrative Clerk $108.00 $88.00 $175.00 $125.00 $105.00 $85.00 $133.00 $93.00 $77.00 $175.00 $96.00 $91.00 $93.00 $58.00 $48.00 Construction Services Hourly Rates Construction Services Hourly Rates Sr. Resident Engineer Sr. Project Engineer II Sr. Project Engineer I Sr. Construction Manager Construction Manager Associate Construction Manager $146.00 $124.00 $103.00 $124.00 $108.00 $93.00 Construction Mngt. Rep. H Construction Mngt. Rep. I Sr. Field Representative II Sr. Field Representative I Jr. Field Representative Engineer I $76.00 $67.00 $82.00 $62.00 $41.00 $77.00 Other Direct Cost Item Unit Rates Mileage Other Miscellaneous Expenses 0.525 / mile At actual invoice cost, as approved in advanced by the owner's PM Aclombr CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 10112/2018 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 art 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 MARSH USA, INC. TWO ALLIANCE CENTER 3560 LENOX ROAD, SUITE 2400 ATLANTA, GA 30326 CN102421774-Atkin-GAWUp-18-19 CONTACT (PHONE C NNo. Ext); I �C, Nol: E-MAIL s. INSURER(S) AFFORDING COVERAGE NAIC 0 INSURER A : Zurich American Insurance Company 16535 INSURED Atkins North America, Inc. 4030 West Boy Scout Blvd. Ste, 700 Tampa, FL 33607-5713 INSURER e : American Guarantee 8 Liability Ins Co 26247 INSURER C : INSURER D INSURER. E : INSURER F ; ERTIFICATE 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. LTR TYPE OF INSURANCE IMO WVo POLICY NUMBER POLICY EPF (MM/DD(YYYYI POLICY Erie IMMIDDIYYYY) 10/15/2019 LIMITS A X COMMERCIAL GENERAL LIABILITY GLO 0137576-04 10/15/2018 EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE ) X OCCUR DAMAGETED PREMISES EaEoNccurrrencet $ 1,000,000 MED EXP (Any one person) $ 50,000 PERSONAL & ADV INJURY $ 2,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES J£COT- PER: LOC GENERAL AGGREGATE $ 4,000,000 PRODUCTS - COMP/OP AGG $ 4,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY X .__ . SCHEDULED AUTOS NON -OWNED AUTOS ONLY BAP 0137575-04 10115/2018 10/15/2019 g..:..:DSINGLE LIMIT .11 $ 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY(Per accident ) $ PROPER'TYDAMAGE ' (Par accident) $ $ B X ^~ UMBRELLALIAB EXCESS LIAR X OCCUR CLAIMS -MADE AUC 9304209-16 'WC 10/15/2018 10/15/2019 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED J RETENTIONS I $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y ( $( ANYPROPRIETOR/PARTNERJEXECUTIVE � OFFICERIMEMBEREXCLUDED? N (Mandatory in NH) If yes, describe under : DESCRIPTION OF OPERATIONS below N/A 0137577-04 1o/f5I 0T8 10/15/2019 X I PER 1 [0TH STATUTE 1 ER E.L. EACH ACCIDENT $ 1,000,000 El. DISEASE - EA EMPLOYEE $ 1,000,000 E.L OISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Post Flood Engineering Services. County of Weld, State of Colorado is included as additional insured with respect to General Liability and Auto Lability where required by written conlract.This insurance is primary and non-contributory over any existing insurance and limited to liability arising out of operations of the named insured subject to policy terms and conditions. Waiver of subrogation is applicable where required by written contract with respect to General Liabilily, Auto Lability and Workers' Compensation policies and subject to policy terms and conditions in favor of County of Weld, Slate of Colorado with respects to Automobile, General Lability and Workers Compensation, as permitted by law. CANCELLATION County of Weld, State of Colorado Public Works Department Attn: Richard White, Project Manager 1111 H Street, PO Box 758 Greeley, CO 80632 l ACORD 25 (2016/03) 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 of Marsh USA Inc. Manashi Mukherjee ..jwt _' ADo -a. avA ,t © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Coverage Extension Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Addl. Prem Return Prem. BAP -0137575-04 10/15/2018 10/15/2019 10/15/2018 28235000 $- $- THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II — Covered Autos Liability Coverage: The following are also "insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment — Supplementary Payments Paragraphs a.(2) and a(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the 'insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. U -CA -424-F CW (04/14) Page 1 of 6 Includes copyrighted material of Insurance Services Office, Inc., with Its permission. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II - Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II — Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage —Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: Includes copyrighted material of Insurance Services Office, Inc., with its permission. U -CA -424-F CW (04/14) Page 2 of 6 (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of $3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a We will pay up to $750 for "loss" to personal effects which are: (1) Personal property owned by an "insured"; and (2) In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for 'loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto" at the time of 'loss". The most we will pay for such 'loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such "loss". U -CA -424-F CW (04/14) Page 3 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. K. Airbag Coverage The Exclusion in Paragraph B.3.a of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto" on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller (or smallest) deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. M. Physical Damage — Comprehensive Coverage — Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss" from any one cause is $5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos — Physical Damage 1. The following is added to Section I — Covered Autos: Temporary Substitute Autos — Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos" for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto" you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos — Physical Damage We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. O. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any U -CA -424-F CW (04/14) Page4of6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit"; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos — Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official's duties as respect their obligations to you. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of "autos" or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto — World tMde Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of "bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U -CA -424-F CW (04/14) Page5of6 Includes copyrighted material of Insurance Services Office, Inc , with Its permission. U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II — Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage — Additional Temporary Transportation Expense Coverage Paragraph A.4.a. of Section III — Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of $1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss" W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of $2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the 'loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. Includes copyrighted material of Insurance Services Office, Inc., with its permission. U -CA -424-F OW (04114) Page 6of6 Additional Insured — Automatic — Owners, Lessees Or Contractors ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'I. Prem Return Prem. GLO 0137576-04 1O/15/2018 10/15/2019 10/15/2018 28235000 $- $- THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Atkins North America, Inc. Address (including ZIP Code): 4030 West Boy Scot Blvd., Ste 700 Tampa, FL 33607 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section H - Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products -completed operations hazard", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. Includes copyrighted material of Insurance Services Office, Inc , with its permission. U -GL -1175-F CW (04/13) Page 1 oft C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U -GL -1175-F OW (04/13) Page 2of2 Includes copyrighted material of Insurance Services Office, Inc , with its permission POLICY NUMBER: GLO 0137576-04 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Any person or organization, other than an architect, engineer or surveyor, to whom you are required to add as an additional insured under this policy under a written contract or written agreement executed prior to loss, except where such requirement is prohibited by law. Any Location or project, other than a wrap-up or other consolidated insurance program location or project for which insurance is otherwise separately provided to you by a wrap-up or other consolidated insurance program Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 2010 04 13 B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to 'bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. O Insurance Services Office, Inc., 2012 Page 1 of 2 Wolters Kluwer Financial Services I Uniform FormsTm C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations: © Insurance Services Office, Inc., 2012 CG 2010 0413 POLICY NUMBER: GLO 0137576-04 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any Person or Organization that requires You to waive your Rights of Recovery, in a written contract or agree- ment with the Named Insured that is executed prior to the accident or loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 Wolters Kluwer Financial Services l Unit FormsTM WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY VVC 00 03 13 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION OR SCHEDULED AND PREMIUM CHARGE. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 10/15/2018 Policy No. WC 0137577-04 Insured: SNC Lavalin Engineers & Constructors. Inc. Insurance Company : Zurich American Insurance Company Countersigned by UVC124 (4-84) WC 00 0313 Endorsement No. - Premium $ - Copyright 1983 National Council on Compensation Insurance, Inc. Page 1 of 1 Uniform FormsrM MEMORANDUM TO: Clerk to the Board DATE: February 10, 2016 FROM: Richard White, Public Works Department SUBJECT: Consent Agenda Item Thompson River Corridor Flood Recovery Project, Design Consultant Contract Modification regarding Bridge 54/13A GC' yokooeu>�0 02.02 9- /6, RECEIVED FEB 1 0 2016 WELD COUNTY COMMISSIONERS ,9,14-I) 6& ov70 BOARD OF COUNTY COMMISSIONERS REVIEW/WORK SESSION REQUEST RE: Thompson River Corridor Flood Recovery Project, Design Consultant Contract Modification regarding Bridge 54/13A DEPARTMENT: PUBLIC WORKS DATE: 02/3/2016 PERSON(S) REQUESTING: Richard. White, Don Dunker Brief description of the problem/issue: The Public Works Department entered into a contract with Bohanan Huston Inc (BHI) for design of permanent flood recovery repairs in August of 20I4. BHI has satisfactorily completed design work for the Thompson (FEMA) Sites Flood Recovery Project. At this time, BHI is doing design work for flood recovery repairs for Bridge 54/13A, the remaining Thompson River Corridor site, which is an FHWA site. Because Bridge 54/13A is an FHWA site, due to the classification of WCR 54 as an arterial roadway, the more stringent design, review and acceptance process by CDOT is required. Weld County previously received a scope and fee proposal from BHI which included Bridge 54/13A. At that time, in August of last year, the estimated design cost for Bridge 54/13A was $51,223.20. Since that time, the County has met with CDOT and they have revised the Environmental Clearance requirements for this site. Based on this direction from FHWA and CDOT, BHI has revised their scope and fee to cover the additional work which was not in the original scope & fee. Staff believes that due to the more stringent Environmental Clearance process by CDOT, the cost estimates are reasonable for this work. The additional cost will be requested by CDOT from FHWA to be added to the amount to be reimbursed to the County. Public Works recommends a change order to the contract already in place with BHI to include this work, in the amount of $3,795.00, be signed by the consultant and appropriate staff. Barbara Kirkmeyer, Chair Mike Freeman Sean P. Conway Steve Moreno Julie Cozad Approve Schedule Recommendation Work Session Other/Comments: me P44 - Attachments: Revised Bill scope/fee CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND BOHANNAN HUSTON, INC. This Change Order, made and entered into lay of , 2016, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public W s, hereinafter referred to as the "Department", and Bohannan Huston, Inc., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2014-0117, approved on January 13, 2014. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement was amended on December 8, 2014 to extend the contract to January 13, 2016. The document number is 2014-3764. 2 • The parties agree to extend the Original Agreement for an additionaK-year period, which will begin January 13, 2016, and will end on January 13, 2018. • The Renewal, together with the Original Agreement, and the attached documentation including a letter of scope and a change order, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. The Letter from Bohannon Huston dated February 1, 2016, which outlines the change in work, shall be incorporated into the agreement. 2. Change Order Number 1 is incorporated into the agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: ail a-.7 It et -el 7 S 713,1/, (' • Tr/a J J. Printed Name t. Signature ATTEST: Weld u Clerk to the Board BY: Deputy Clerk dterAdA) Jeho;ek APP •VED AS T F Controller APPR County Attorney d a-.29_020/( BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO 'YY\AIL3ize. Mike Freeman, Chair FEB 292016 APPROVED A,f3'TO SUBSTANCE: Director of General Services o?o/4- Cu 7 Bohannan _Huston February 1, 2016 Mr. Clayton Kimmi & Mr. Richard White Weld County Public Works Department 1111 H Street; PO Box 758 Greeley, CO 80632-0758 Re: RFP#1300201 Engineering Services for 2013 Flood Recovery Design Services Work Orders Bridge 54/13A - Work Order Phase 25 Supplemental Services Dear Sirs - Meridian One 9785 Maroon Circle Suite 140 Englewood, CO 80112-5928 www.bhinc.com voice: 303.799.5103 facsimile: 303.799.5104 toll free: 877.799.5103 Based on CDOT comments provided at a January 13, 2016 FIR meeting, and subsequent meetings with the design team and follow up conversations with CDOT; it is determined that supplemental environmental services will be required to complete project requirements. In association with the flood recovery project noted above; Bohannan Huston, Inc. (BHI) will coordinate with project environmental sub -consultant Darcy Tiglas to complete the additional CDOT requirements. Below is a summary of the supplemental scope items and fees for these services: Environmental Clearances Darcy Tiglas $3,300.00 Environmental Coordination BHI $ 495.00 Total....$3,795.00 These total fee will be charged on an hourly basis per our original agreement for these services. Mark A. West, P.E., will be the professional engineer project manager with project oversight and can be reached at (303) 799-5103 or mwest@bhinc.com. We look forward to working with you on this project and ask that if you have any questions on scope, level of effort, or schedule to please call us to discuss. We want to ensure that your expectations are met in the most efficient and effective way possible. Engineering • Spatial Data Advanced Technologies • Thank you again for the opportunity to submit these materials. Should you have any questions, please do not hesitate to contact us. Loretta L. Davis Mark A. West, P.E., LEEDAP Senior Vice President Senior Project Manager MW/LD Enclosures CHANGE ORDER NO.1 PROJECT: 81300201 - EM -BR 54/13A (Bridge 54/13A Permanent Flood Repairs1 Date: 2111/16 PROJECT: 61300201 - EM -BR 54/13A (Bridge 54/13A Permanent Flood Repairs) described in the Invitation for Bids, Bid No. 61300201. Owner: Weld County) Colorado Contractor. BOHANNAN HUSTON, INC. The following change is hereby made to the Contract Documents: Additional Environmental Clearance Work CHANGE TO CONTRACT PRICE: Original Contract Price: $51,232.20 Current Contract Price adjusted by previous Change Order: $51.232.20 The Contract Price due to this Change Order will be increased by: $3,795.00 The new Contract Price, including this Change Order, will be: $55.027.20 CHANGE TO CONTRACT TIME: The Contract Time will be Increased as specified in the contract renewal documents. The date for completion of all Work will be RECOMMENDED: Owner Representative:. Engineer: APPROVALS: Contractor: (424 Al Owner 11AAS4 Mike Freeman, 2016 hite, P.E. (Project Manager) L. bAvqf Y v: Chair, Board of Date: Date: az ,e_O1t71 Date: 1 / r 4, Date: FEB_.2 9 2016 County Commissioners cpa) (eid/&) 020/ -.-61/ 7 6coec&" RESOLUTION RE: APPROVE FOUR AGREEMENTS FOR PROFESSIONAL SERVICES WITH VARIOUS PROVIDERS AND AUTHORIZE CHAIR TO SIGN WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with an Agreement for Professional Services between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and the providers listed below, with further terms and conditions being as stated in said agreements for professional services: 1. Icon Engineering, Inc. 2. Bohannan Huston 3. Ayres and Associates 4. Atkins North America, Inc. WHEREAS, after review, the Board deems it advisable to approve said agreements for professional services, copies of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Agreement for Professional Services between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and the various providers listed above, be, and hereby are, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said agreements for professional services. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 13th day of January, A.D., 2014. ed.' r> ,Qee,` as oEhi /a C4 xS4 geharrl /ail& /- / - a©i% 2014-0117 BC0045 EG0070 RE: APPROVE FOUR AGREEMENTS FOR PROFESSIONAL SERVICES WITH VARIOUS PROVIDERS AND AUTHORIZE CHAIR TO SIGN PAGE 2 BOARD OF COUNTY COMMISSIONERS ATTEST: Mme�%G p Weld County Clerk to the Board BY: f�� ���jjj"' eputy Cle APPR to the Bo County Attorney Date of signature. William F. Garcia V/S ELD COUNTY, COLORADO DouglasAademach hair arbara Kirkmeyer, ro-Tem an P. Conway rte_ Mike Freeman C 2014-0117 BC0045 EG0070 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & ICON ENGINEERING, INC. FOR (SEPTEMBER 2013 FLOOD RECOVERY PROJECTS) (WORK ORDER TYPE) THIS AGREEMENT is made and entered into this 41 day of ^JmM y7,/ , 2014, 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 ICON ENGINEERING, INC, a corporation whose address is 8100 S. Akron St. Suite 300, Centennial, Co. 80112, hereinafter referred to as "Contract Professional Introduction. This Agreement is entered into by Weld County to secure professional engineering services to assist in Weld County's repair of its roads and bridges which were damaged by the 2013 floods. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A, B, C and D, each of which forms an integral part of this Agreement and are specifically incorporated herein by this reference. Exhibit A consists of County's Request for Qualifications (RFQ) and Contract Professional response to RFQ as set forth in "Proposal Package No. B1300201". The RFQ contains all of the general requirements of County. Exhibit B consists of County Request for Proposal (RFP) and Contract Professional's Response to County's RFP. The RFP contains all of the specific requirements of County. The Response confirms Contract Professional's obligations under this Agreement. Exhibit C consists of Contract Professional's fee schedule and sample Work Order Form. Weld County will negotiate Contract Professional's scope of work and associated costs for each of the road and bridge sites assigned. Exhibit D, titled Federal Emergency Management Agency's Grant Program Requirements for Procurement Contracts, contains those Federal requirements which govern the services to be provided to County by Contract Professional. Contract Professional agrees to adhere to all stated requirements WITNESSETH: WHEREAS, County desires to retain Contract Professional as an independent contractor to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the time available to timely perform the services, PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page I oz/9 D//7 and is willing to perform the services according to the terms of this Agreement. NOW THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Engagement of Contract Professional. County hereby retains Contract Professional, and Contract Professional hereby accepts engagement by County upon the terms and conditions set forth in this Agreement. 2. Services to be Performed. County and Contract Professional acknowledge and agree that each document listed above is an integral component of this Agreement, and consent and agree that County's requirements are accurately reflected in Exhibit A and Contract Professional's willingness and ability to meet those requirements are accurately reflected in Exhibit B. Contract Professional acknowledges that any form requiring completion shall be completed to the satisfaction of County at the time and in the manner required by County. Contract Professional further acknowledges that a failure to comply with the standards and requirements of Exhibits A, B, C, and D may result in County's decision to withhold payment or to terminate this Agreement. Contract Professional acknowledges that County's award of the bid is predicated in part upon Contract Professional's agreement to provide the services within the time set forth in Exhibits A and B, and that a failure to provide those services within that time may result in County's refusal to pay the Compensation. The parties agree that this Agreement shall be supplemented with specific work orders issued by County requesting Contract Professional to undertake specific project(s) and that all work undertaken by Contract Professional shall be subject to the provisions of this Agreement, (including Exhibits A, B, C, and D), and the work order. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contract Professional's completion of the responsibilities described in Exhibits A, B, C, and D. In no event shall this Agreement continue beyond one year from County's execution of the Agreement unless the parties specifically agree to a continuation in writing. 4. Compensation. A. County agrees to pay Contract Professional for services performed as established in forthcoming work orders and at the rate set forth in Exhibit C. Charges shall be based on the time actually spent performing the services. B. Mileage may be reimbursed at the current rate established by Federal regulation. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. C. 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. PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 2 D. Payment for services and all related expenses under this Agreement shall not exceed the amount set forth in the negotiated work orders. 5. Additional Work. In the event 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 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 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. Independent Contractor. Contract Professional shall perform its duties hereunder as an independent contractor and not as an employee. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Neither Contract Professional nor any agent or employee of Contract Professional shall be deemed to be an agent or employee of County. Contract Professional and 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 (b) provide proof thereof when requested to do so by County. 7. 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. This includes, but is not limited to, reports, data, plans, drawings, records and computer files. 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 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. 8. Termination Provisions. A. County has the right to terminate this Agreement, 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 PROFESSIONAL ENGINEERING SERVICES AGREEMENT —FLOOD RELATED Page 3 shall be construed as giving Contract Professional the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to County. B. If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials 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 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. C. 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." D. Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed as described herein. 9. Warranty. Contract Professional warrants that 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 shall faithfully perform the work in accordance with the standards of care, skill, training, diligence and judgment provided by highly competent individuals and entities that perform services of a similar nature to those described in this Agreement including Exhibits A, B, C, and D. 10. 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 services. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of covenant 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; and 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 County of, or payment for, any services performed PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 4 under this Agreement shall not be construed as a waiver of any of County's rights under this Agreement or under the law generally. 11. Insurance and Indemnification. 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 Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. Contract Professional shall defend, indemnify and save harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character brought because of Contract Professional's, errors or omissions in seeking to perform its obligations under this Agreement. 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 negligent performance of its obligations under this Agreement or its failure to comply with the provisions and requirements of this Agreement and any work order arising hereunder, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. County may retain as much of any moneys due Contract Professional under any this Agreement as may be determined by it to be in the public interest. By execution of this Agreement, Contract Professional has agreed to secure and maintain the insurance required. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Insurance Requirements A. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of this Agreement, the following insurance covering all operations, goods or services provided pursuant to this Agreement. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, during any warranty period, and for three (3) years after termination of the Agreement. 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 Public Works 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 Contractor/Contract Professional. Contractor/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contractor/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. Contractor/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. PROFESSIONAL ENGINEERING SERVICES AGREEMENT —FLOOD RELATED Page 5 B. Types of Insurance: Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: a. Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of Contractor'sContract Professional's employees acting within the course and scope of their employment. b. Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: i. $1,000,000 each occurrence; ii. $2,000,000 general aggregate; iii. $2,000,000 products and completed operations aggregate; iv. $50,000 any one fire; and v. $500,000 errors and omissions. C. Automobile Liability: Contractor/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. D. Additional Provisions: a. Policies for all general liability, excess/umbrella liability, liquor liability and pollution liability must provide the following: i. If any aggregate limit is reduce by twenty-five percent (25%) or more by paid or reserved claims, Contractor shall notify County within ten (10) days and reinstate the aggregates required; ii. Unlimited defense costs in excess of policy limits; iii. Contractual liability covering the indemnification provisions of this Agreement; iv. A severability of interests provision; v. Waiver of exclusion for lawsuits by one insured against another; vi. A provision that coverage is primary; and vii. A provision that coverage is non-contributory with other coverage or self- insurance provided by County. b. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 6 E. Contractors/Contract Professionals shall secure and deliver to County's Risk Administrator ("Administrator") 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. F. Proof of Insurance: Contractor/Contract Professional shall provide a copy of this information to its insurance agent or broker, and shall have its agent or broker provide proof of Contractor/Contract Professional's required insurance on www.Ins-Cert.com and link the information to County. County reserves the right to require Contractor/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. G. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. H. Subcontractors: All subcontractors, subcontractors, independent contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. I. A provider of Professional Services (as defined in the Bid or RFP) shall provide the following coverage: Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $2,000,000 aggregate limit for all claims. 12. Non -Assignment. Contract Professional may not assign or transfer this Agreement, any interest therein or claim hereunder, without the prior written approval of County. Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior written consent of County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 13. Time of the Essence. Time is of the essence in each and all of the provisions of this Agreement. 14. Examination of Records. Beginning ninety (90) days after County makes final payment under this Agreement, County shall have access to Contract Professional's financial PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 7 records as they relate to this Agreement for purposes of audit. Contract Professional agrees that any duly authorized representative of County, including the County Auditor, shall, until the expiration of five (5) years after the final payment under this Agreement, have access to and the right to examine and audit any books, documents, papers and records of Contract Professional, involving transactions related to this Agreement. 15. 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. 16. Notices. Any notice required to be given under this Agreement shall be in writing and shall be mailed or delivered to the other party at that party's address as stated above. 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 David Bauer, Director, Weld County Department of Public Works, or his designee. 17. 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. 18. 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. 19. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto. (each of which is specifically incorporated herein) contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiation, representation, and understanding 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. 20. 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. By execution of this Agreement, County does not warrant that funds will be available to fund this Agreement beyond the current fiscal year. 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. 21. Employee Financial Interest/Conflict of Interest. C.R.S. 6M24-18-201 et seq. and S24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. Contract Professional has no interest and shall not acquire any PROFESSIONAL ENGINEERING SERVICES AGREEMENT —FLOOD RELATED Page 8 interest direct or indirect, which would in any manner or degree with the performance of Contract Professional's services and Contract Professional, shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflict 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. 22. 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. 23. 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-l0- 101 et seq., as applicable now or hereafter amended. 24. 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. 25. 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. 26. 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. 27. Public Contracts for Services. C.R.S. $8-17.5-101. Contract Professional certifies that Contract Professional is not an illegal immigrant. 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 and will confirm the employment eligibility of all employees who are PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 9 newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the Department 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 sub -contractor that fails to certify with Contract Professional that the sub -contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional (a) shall not use E -Verify Program or Department program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed, (b) shall notify the sub- contractor and Weld County within three (3) days that Contract Professional has actual knowledge that a sub -contractor is employing or contracting with an illegal alien and (c) shall terminate the subcontract if a sub -contractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice, and (d) 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 Department program, 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 Department 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 damages. 28. Compliance with Colorado Department of Transportation Regulations and Standards Contractor 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 Contractor under this Agreement, and Contractor agrees to meet or exceed all standards set by these publications. Contractor 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. 29. 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. 1NWITNESS WHEREOF, the parties have executed this Agreement as of the date and year written above. ATTEST: .0klitlif I rg14 +,,, .1,ttEE 47e., �Sik DR4, ,r+ Via,: G (' t. BOO -t SEAL _ ) By: SEAL (if any) CONTRACT PROFESSIONAL: Name:, �L Penn Gildersleeve, President (Name and Title) FEIN: 84-1377508 PROFESSIONAL ENGINEERThJG SERVICES AGREEMENT — FLOOD RELATED Page 10 The foregoing instrument was acknowledged before this / 0 day of \IA �l( y , 2014, by /2"-/0/3 G r�.D6aSL 1.g" (name), as rA�S1 D) i (title) of =C'G�),l Ell GS•iN R// i Tr/ c (Company name) My commission expires on: 3--. Z'7 -2Ci5 .,. `Z . �W Ica, Y,�/�c:.x. Notary Puolic ATTEST: Weld County Clerk to the Bo BY: /��/l/l2Gi 2y�/,N/GGL14 Deputy Cler /to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO 3 1,03 IQ - - GNC.Q2 V_'r s Radernal;her, Chair JAN 1 3 2014 PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 11 acy- )%/7 EXHIBIT A RFQ #B1300201 Request for Qualifications Engineering Services related to the 2013 Flood Recovery Purpose The Weld County Public Works Department is seeking qualifications submittals from qualified vendors for Engineering Services related to the September 2013 Flood Recovery. The requested services may include Topographic and ROW Surveying, Roadway or Bridge Repair Design Drawings, Structural Inspection, Hydrology and Hydraulic Analysis, Environmental Clearances, Preparation of Contract Bid Documents, and Construction Inspection. Weld County will use this information to select a minimum of 5 most qualified consulting firms. Maps and other details pertaining to the Project Sites and the damage to Weld County facilities will be provided to the selected consultants, along with a request for proposals. The selected consultants will perform a variety of engineering functions for which they must demonstrate qualifications. Work is to be conducted in close coordination with County Public Works staff and will include but not be limited to: • Structures inspections and design engineering to repair flood damage to County transportation facilities including structures and roadways impacted by the September 2013 Flood. • Report to the Public Works Department on engineering needs within each specified Project Site. • Completion of information required by FEMA to fill out FEMA Project Worksheets for each Project Site which includes cost estimates for work required to restore site to permanent condition and any additional mitigation that could help prevent future flooding damage. • Engineering design and an abbreviated set of construction plans as directed for repair and/or replacement of County road and bridge facilities designed in accordance with Weld County Standards and meeting either FEMA or FHWA design standards and clearances. • Bid documents as directed, for advertisement of improvements in a manner that meets the reimbursement requirements of either FEMA or FHWA. • Environmental, historical, land use and ROW clearances as required by FEMA or FHWA. • Construction engineering and inspection services for Federal -funded construction projects as directed. All work will be completed on an as -needed basis with a negotiated scope of work as directed by the Public Works Department. Project Schedule (Anticipated) • RFQ Advertisement Issued • Qualifications Due at Purchasing • Shortlist by • Pre -proposal Meeting • RFP Issued December 2, 2013 December 11, 2013 (10:00 AM) December 16, 2013 December 18, 2013 December 19, 2013 RFQ Selection Criteria Consultants shall limit the total length of their submittal to a maximum of 20 pages, excluding cover and divider. Proposals greater than 20 pages will be rejected. Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the qualifications submittals. 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 QUALIFICATION STANDARD 5.0 Project Team Qualifications, years of relevant experience, and proven abilities of key team personnel. Experience on similar projects as a working team. 5.0 Overall Firm Capabilities Firm's size in relation to the project size, organizational structure, production facilities, and assets. Capabilities of sub -consultants which will be a part of the project team. 4.0 Performance on Similar Projects Demonstrated ability to produce successful results, meet projects schedules, meet project budgets, and fulfill project goals on similar projects. 3.0 Work Location/Familiarity Project team's work location relative to the project site location. Key team members familiarity with Weld County and the goals of the Department. 3.0 Project Approach The firm has described a logical approach towards ensuring a successful completion of the project. The firm has demonstrated a clear understanding of the project. #B1300201 - QUESTIONS & ANSWERS FOR THE RFQ/ENGINEERING SERVICES FOR 2013 FLOOD 1) The type of response is listed as hardcopy only, but in the summary it lists we are allowed to email our qualifications. There is no information on either of these specified in the RFQ document itself. Which is the preferred method of delivery of our qualifications? 2) If hardcopies are desired, how many copies will be needed for evaluation? ANSWER: The preferred method of submittal from the consultants for RFQ #B1300201 is to deliver five (5) hard copies of their submittal to the Weld County Purchasing Department by the bid due date. (Some vendors were told that an email version would be okay. The Public Works Dept forgot to put that in their bid/RFQ. 3) Regarding the attached RFQ, will Weld County be soliciting separate Geotechnical services necessary for these repairs, doing them in house, or should we add this scope to our SOQ? And if it does need to be included should we include design and testing services or design only? ANSWER We don't anticipate any geotechnical services related to design of the proposed flood recovery improvements. We do anticipate some geotechnical testing services (quality control testing) related to the construction of the proposed flood recovery improvements. ***"Consultants shall limit the total length of their submittal to a maximum of 20 pages, excluding cover and divider. Proposals greater than 20 pages will be rejected" - this means everything you want to include in your RFQ shall be no more than 20 pages. **** 8100 S, Akron St, Suite 300 Centennial, CO 80112 (303) 221-0802 QUALIFICATIONS FOR ENGINEERING SERVICES 2013 FLOOD 'RECOVERY RFQ#B 1300201 WELD COUNTY DEPARTMENT OF PUBLIC WORKS DECEMBER 11, 2013 WELD COUNTY PURCHASING DEPARTMENT POBOX 758 1150 O STREET, ROOM 107 GREELEY, COLORADO 80631 QUALIFICATIONS FOR ENGINEERING SERVICES 2013 FLOOD RECOVERY RFQ #B1300201 Weld County Department of Public Works D_ecemberfl,_2013 Weld County Purchasing Department PO Box 758 115O.O Street, Room 107 Greeley, Colorado 80631 ^ ICON Engineering, Inc. 8100 S. Akron Street, Suite 300 Centennial, CO 80112 (303) 221-0802 Management ENGINEERING, INC. 8100 5_ Akron Street, Suite 500, Centennial, CO 80112 - Phone (505) 221-0802 / Fax (303)-22l-9019 October 25, 2012 Ms. Marcia Walters Purchasing Agent Weld County Purchasing Department 1150 "0" Street, RM 107 Greeley, CO 806321 RE: SOQ for Engineering Services — 2013 Flood Recovery RFQ #B1300201 Dear Ms. Walters: ICON Engineering, Inc. (ICON) is pleased to submit this proposal to complete Engineering Services related to the 2013 Flood Recovery. Shortly after the floods hit Colorado, ICON toured many of the damaged areas of Weld County along with representatives from the County Public Works Department; and a representative from the Colorado water Conservation Board (CWCB). During the tour, we shot elevations of high water marks and extensively photographed damaged areas. The high water marks were then geo-referenced onto aerial photos taken both before and during the flood event. This gave our firm an appreciation for the tremendous amount of work faced by the County in your recovery efforts. ICON is well versed in recovery processes as members of our staff have worked on various disasters both nationally (throughout Colorado, and in other states including Alaska; Mississippi; Idaho and North Dakota) as well as internationally (Haiti and Mexico). As a result of the 2003 flood, we have worked on public infrastructure improvements for Aurora; Boulder; Estes Park and Fort Collins. ICON is the only Colorado based consulting engineering company that has sewed FEMA under direct contracts; and the CWCB for flood damage reports, floodplain delineations and grant funding for disaster mitigation, An additional plus that ICON brings to this project is our past working relationship with CDOT, specially we have completed several projects that have involved reviews and/or funding through CDOT Region 4. Lastly, ICON has an impressive record for design and construction administration of roadways; culverts and bridges; and channel restoration. We would like the County to know that ICON has a great deal of interest in this project in that our firm is strategically structured to complete the anticipated work in a cost effective manner using our time tested ties with critical reviewing agencies. We have a well established Team of professionals having technical capabilities to complete the designs and our Team is immediately available. Our Statement of Qualifications presents a summary of our relevant experience which should adequately demonstrate our competency. We can say with a great deal of confidence that ICON isvery knowledgeable. of theproject requirements, we are well versed in the _technical requirements, and frankly we have concluded that we would be able to excel at this project. The only remaining task standing in the way of -start working -on this project is to convince the Weld County Department of Public Works, that in fact, ICON is thebest choice for this project We request that as you read through our submittal, please keep the following key points in mind: ,1.) Approximately 95% of our work is and always has been completed for public sector clients. 2.) Personnel that will be assigned to this project have completed near identical projects for several front range communities. Please call our references. 3.) ICON is financially secureand we have a long-standing, stable staff. 4.) As a Colorado based small business, all of the proceeds of this -..workwill stay right here in Colorado. For your ease in readily evaluating our capabilities, our statement of qualifications has been divided into the same five categories as defined in the RFQ Selection Criteria. While we are respectfully humbled by the power and immense destructiveness of flood events, ICON is none -the -less confident in our abilities to restore a measure of order to the chaos that resulted from the 2013 floods. We look forward to working with the Public Works Department, FEMA, FHWA, members of the public and other stakeholders on this important project to maximize the use of federal funding in completing the design of the needed repairs. Sincerely, ICON Engineering, Inc. 15-a AYAL2VL Penn Gildersleeve, P.E. President TABLE OF CONTENTS Cover Letter Section 1 — Project Team 1 1.1 Consultant Team 1 1.1.1 ICON Engineering 1 1.1.2 Sub -Consultants 3 1.2 Key Personnel 6 1.3 Similar Project Experience 9 Section 2 — Firm Capability10 2.1 ICON Engineering 10 2.2 References 10 2.2.1 Client Quotes 10 2.2.2 Client Contacts 12 2.3 Key Points To Consider In Selecting ICON 13 Section 3 — Performance On Similar Projects 14 3.1 Relevant Experience 14 3.2 Schedule, Budget and Goal Compliance 15 Section 4 — Work Location Familiarity 16 41 Expression of Interest 16 4.2 Weld County Knowledge 16 Section 5 — Project Approach 17 5.1 Project Understanding 17 5.2 Critical Issues 17 5.3 ,Technical Approach 18 ICON Engineering has designed intersections throughout the front range including highway 85 at 31st Street in Evans, (left above) and Dahlia Street at 88th Avenue in Thornton (right above). Both of these projects were partially funded by CDOT. Contact Information: 1.1 CONSULTANT TEAM ICON has brought together a comprehensive Team consisting of ICON and selected sub -consultants having unique capabilities and team responsibilities as defined in the following exhibit: SECTION 1 - PROJECT TEAM .ICOIVp�ngrrSeerrFiq'r`���,� 1.1.1 ICON Engineering: r Consultant: Services Offered: ICON will complete all design engineering to repair flood damage, including completion of FEMA documentation, cost estimates, contract document preparation (drawings and specifications); and construction administration. ICON is a water resource consulting engineering and surveying firm that offers our clients expertise in channel stabilization and flood control/management from feasibility studies through preliminary and final design, and also construction management. ICON'S focus includes: hydrology/hydraulic analysis; channel and natural systems enhancement, and civil design of dams, roads, bridges, and utilities for District, Municipal; State and Federal clients,throughout this geographical area. Our staff has established a reputation for consistently completing projects on schedule and, within predetermined budgets. We have a total of 20 employees including 12 registered engineers and licensed surveyors with additional supporting engineers, technicians, and administration personnel immediately available to proceed with this important design. Year -Established: ICON Engineering, Inc. 1997 Previously dba Greenhorns & O'Mara, Inc. t981-1997 20 employees $3,500,000/year average billing (all work is completed by Colorado employees) FEMA and COE work may be in other states ICON Engineering, Inc. c/o Penn Gildersleeve 8100 South Akron Street, Suite 300 Centennial; CO 80112-3508 Phone (303) 221-0802 FAX (303) 221-4019 Email: paildersleeve@iconeng.cgm For more Information visit our web site: www.iconeng.com. I Principals: Senior Management Background: ICON is a locally owned corporation with senior engineers as stockholders. Officers of the firm include: Penn Gildersleeve, P.E., President, Douglas Williams, P.E., Vice President and Matthew Ursetta, P.E., Secretary/Treasurer. Associate Principals include Craig Jacobson, PE, CFM, and Troy Carmann, PE, CFM. All of our Principals are "hands-on" engineers that are involved in the technical phases of our projects. ICON personnel are registered in nearly all states surrounding Colorado. Penn,Gildersleeve Douglas Williams Matthew Ursetta Craig Jacobson Troy Carmann - - PE/BSCE PE/BSCE PE/BSCE PE/CFM/BSCE PE/CFM/BSCE/MS General Experience: : We have: recent experience on a wide range of hydrology and hydraulic studies, stream stabilization designs, bridge hydraulic sizing studies, drainage and flood control project designs and studies. Working with stream hydrologists, and fisheries biologists, we have completed projects on many of Colorado's major rivers including the Colorado; S. Platte,Bear Creek, Cherry Creek, Big Thompson River, St. Vrain River, Cache la Poudre River, and many others. Public Sector Client List: 40 Years Experience 35 Years Experience 30 Years Experience 16 Years Experience 16 Years Experience ICON Has A $1 / $2 - Million Professional Liability Insurance Policy Through Lloyd's Of London. We Have Never Had Any Sort Of Claim Field Against. Us. Mg Bcarci ptian Blot Transportatidn knent C'omrnissa mergency Mana, unites hoe 2 1.1.2 Sub Consultants: ERO FRO Resources Corp. 1842 Mason Street Denver, (0 80218 (303) 83O1188 Fox: 830-1199 Denver • Boise woM eroresources.cor eio@ereresourres.com ERO Resources (ERO), will assist ICON in determining and summarizing all needed permits/clearances, including environmental historical, and land use. ERO is an environmental consulting firm specializing in land and water resources. Over the past 20 years ERO has developed a reputation for successfully assisting water public sector clients with addressing complex and often controversial environmental issues associated with water development projects, with a particular emphasis on drainage and flood control projects. They have the expertise and credibility needed for negotiations with permitting and commenting agencies, as well as excellent working relationships with those agencies. In addition to providing a full array of standard environmental services for NEPA compliance and environmental permitting, ERO excels at assisting client in developing strategies for environmental compliance and resolving complex environmental issues. ERO Resources is a team of scientists, planners, and engineers with diverse backgrounds and a shared interest in environmental issues. ERO has expertise in science provides an approach to the environment that balances development with natural resources protection. ERO strives for a close working relationship with clients. They listen closely to clients' needs and expectations. ERO and ICON have teamed together on over 50 drainage'= and - flood control projects throughout Colorado. These projects have resulted in the issuing of ` literally dozens of t: Individual and Nationwide 404 ,t permits. ERO Resources staff Is widely recognized as experts in natural resource issues in Colorado and the western United States. ERO Resources has assisted clients in securing the necessary permits required by federal, state, and local regulatory agencies as well as assisting agencies in implementing wetland regulatory programs. Their staff is experienced in Phase I Environmental Site Assessments, threatened and endangered species issues, wetlands delineation and permitting and numerous other environmental issues. ERO has consulted on water resource and environmental issuds;throughout Colorado and the intermountain West since 1981. Over the years, they have grown to 25 scientists and planners in their Denver office, „ ERO. Resources provides cultural resource services to assist federal agencies and private sector clients throughout all phases of cultural resource permitting and compliance projects that are required to comply with the National Environmental Policy Act (NEPA) and Section 1O6 of the National Historic Preservation Act (NHPA). Our services include all- levels of cultural resource investigations, including baseline data compilation (file and literature reviews); sample or reconnaissance evaluations (Class !Wand intensive -level (Class III) inventories, evaluative testing, mitigation plans, data recovery, and Native American consultation. ERO has completed Phase I and II Environmental Site Assessments on a variety of properties and transportation corridors, Phase Ill site remediations, petroleum storage tank closures, coordinated emergency response to spills, analyzed environmental effects of.'road construction, evaluated and modeled health risks at contaminated sites, . -completed stormwater management plans, and provided oversight and review of third party environmental investigations. In addition to work performed under the environmental services contract, ERO has worked with communities on several wetland - related projects to ensure compliance with applicable federal regulations. Their staff is experienced in Phase E Environmental Site n r---••--...-.. S .�Eac rtaacaanroul0, threatened and endangered species issues, wetlands delineation and permitting and numerous other environmental issues. ERO has consulted on water resource and environmental issues throughout Colorado and the Intermountain West since 1981. ERO ER0 Resouites Corp. 1842 Clarkson Sneer Denver, CO 80218 (303) 030-1188 Fox: 830-1199 Denver • Boise www.ereresources.mm ero@eroresomces.com 3 King Surveyors: King Surveyors will assist the ICON Team by providing design surveys, ROW investigations and mapping. In January of 1985, King & Associates was established to provide thorough; experienced and complete surveying services throughout Northern: Colorado.: In 1994, the firm was renamed King' Surveyors, Inc. and is now the largest independent land surveying firm in Northern Colorado with services extending to Wyoming. King Surveyors is a Northern Colorado based company providing complete land surveying services including land survey plats, improvement survey plats, lot line adjustments, subdivision plats, topographic land surveys, and construction staking. They provide surveying services to engineers, land developers and home builders in cities throughout Colorado. Their mission is to provide superior quality surveying services emphasizing quality control through all phases of a projec rom panning roug cons'ruc ion with a high degree of personal commitment. King Surveyors are proud to be a part of the Colorado community and they believe it is important to support local organizations. King Surveyors, Inc. donates services to both Habitat for Humanity and the Poudre Trail. Annual donations are also made to organizations such as the Muscular Dystrophy Association, Windsor's Arbor Day Race, Optimist Club, the Windsor School District, American Cancer Society and several municipalities. . Kumar and Associates: K+A provides geotechnical engineering services, environmental sciences, engineering geology, construction observation and soil and material testing for land development, transportation, water resources and mining projects. We also provide forensic engineering and expert opinion for geotechnical - engineering projects. Established in 1989, we are a Colorado based company headquartered in Denver with additional offices in Colorado Springs, Fort Collins and Frisco. Key to our success is our experienced and dedicated staff, attention to project details and requirements of our clients. Our simple philosophy of providing services on time, within budget and combined with practical solutions has made us a leader in the industry. We have performed geotechnical engineering studies, construction observation & materials testing, and environmental services for large projects like Denver International Airport, Sports Authority Stadium (formerly, Invesco Field at Mile High Football Stadium, Jackson Reservoir, state roads and FasTracks to small projects such as a tennis court, an addition to an elementary school, or pavement design for a parking lot. Stolfus Associates: Stolfus will provide transportation engineering services if required and will assist the Team with CDOT and FHWA coordination. Stolfus & Associates, Inc. was founded by Elizabeth Stolfus in 2003. The firm focuses on client service and engineering excellence to develop transportation projects with lasting value to the communities they serve. Located in the Denver area, Stolfus & Associates, Inc. serves Colorado communities and has staff experience on projects in Denver, Colorado Springs, Greenwood Village, Black Hawk, Morrison, Frisco, and Steamboat Springs. Stolfus & Associates, Inc. is well versed in many local agency procedures, AASHTO methodologies, MUTCD guidance, ITE practices, CDOT processes NEPA requirements and design standards, public outreach tactics, and multiple agency coordination. e Stolfus & Associates offers a wide range of traffic and transportation engineering related services including access management, traffic impact analyses, traffic operations evaluations, traffic signal design, roadway and intersection design, construction phasing and traffic control, signing and striping, public outreach, construction observation, and project management. Most recently, they have provided on -call engineering services to CDOT Regions 1, 2, 3, 4, and CTMC, as well as, several Colorado communities including Granby, Morrison, and Elizabeth. They have also provided intersection design services on SH 9 in Summit County, SH 82 in Basalt and Glenwood Springs, and West 124th Avenue and Huron Street in Westminster. Asa small firm, Stolfus & King and ICON have teamed together on the No. 3 Ditch project for Greeley that is a current CDOT funded project to provide complete ROW services to CDOT's stringent criteria. K+A and ICON have teamed ': together on numerous projects from Colorado Springs to Fort Collins. 4 Associates, Inc: offers personalized senace and direct access to consultant team leaders throughout the project. Team members working on_our projects are experts in their field and provide valuable guidance to decision - makers on transportation solutions: •Stolfus & Associates strives to bring public interests and engineering considerations together to create realistic plans that .lead' to successful, publicly valued projects. Stolfus & Associates, Inc. offers transportation engineering services from concept development through construction. Stolfus & Associates, Inc. and its staff have worked on projects of various size and character. They have experience with large interchange projects, rural highways, urban arterial streets, local streets and bicycle and pedestrian facilities. Stolfus understand the level of design for different size projects and can assist clients with identifying project needs appropriate to the size of the project and the available budget. Stolfus & Associates, Inc. also has experience working with a. variety. pf clients from the public to the private sector. They understand the impact that projects constructed for public use have on the community and realize the importance of communication wit tot the public and representative governing bodies. In addition, Stolfus & Associates have extensive experience working on projects along state highways with CDOT and local entities. They have assisted many clients withobtaining bothaccess permits and special use or construction permits from the State and have a good understanding of the process and coordination necessary for success. Stolfus & Associates, Inc.. is providing various traffic engineering services to CDOT Regions 1, 2, 4 and the Colorado Transportation Management Center (CTMC) through a Non -Project Specific (NPS) Contract. Through this contract, Stolfus & Associates, Inc. has provided planning, operations and design support to CDOT on a wide range of transportation -related projects. In just the past year their assignments have included: • Development of corridor traffic signal timing plans. • Traffic signal warrant studies • Traffic operations studies •.: , Conceptual, preliminary and final intersection designs • Preparation of construction documents • Traffic engineering and access management training seminars • ARRA "stimulus" project design and constructability reviews • Opinions of probable construction cost • Data collection • ITS planning and design • Access management and traffic 'impact study review support San Engineering: Structural engineering services, if needed will be � provided by San Engineering. San Engineering is a DBE, W/MBE, Lam -San Engineering LLC SBE, ESB Certified civil engineering firm that offers a quality of a""end ""'w""�"""• service typical of many large engineering firms combined with the adaptability and personal service that only a small firm can provide. The range of Bridge Engineering services provided by San Engineering includes design of highway and pedestrian bridges, retaining walls and drainage structures. San Engineering has a particular expertise in Accelerated Bridge Construction (ABC) technologies. Minimization of traffic disruption is a driving factor in many of the bridge designs completed by San Engineering. This is achieved through the use of precast or prefabricated structural components as well as innovative construction phasing approaches.. San is currently assisting ICON in a similar capacity on two projects along the S. Platte River and has worked extensively with ICON on other similar projects. Stolfus and ICON have teamed together on the Dahlia Street road widening for the City of Thornton (currently out for bid). This project is co - funded by CDOT. Proiect Contact: Mr. Larry Haas Traffic Operations Engineer CD0T Region 4 1420 2n° Street Greeley, CO 80631 (970) 350-2143 `. 5 BT Trenchless: Utility locates will be provided by BT Trenchless. For over twenty-five years, BTrenchless has handled some of the most challenging projects available in the western part of the United States. As part of BT Construction, BTrenchless has become one of -Colorado's most respected contractors, specializing in underground trenchless technologies. Numerous specialty crews; dedicated staff, and large inventory of state-of-the-art equipment keep them the leaderin the trenchless construction industry. From simple substrates to complex contaminated soils, BTrenchless has the ability to tackle any situation. THK Associates, Inc. is a planning, landscape architectural and urban design firm that assists public and -privates clients in making informed and realistic decisions. THK is distinguished by providing a balanced emphasis on the environmental, political,social and economic factors of a given project. For 42 years, THK has been a -leader in the planning and design of road and riparian corridor restoration projects, enhancing water quality, restoring habitat, stabilizing the channel, reducing flood risk and developing education and recreation opportunities. They have completed hundreds of greenway, recreation facilities and ecosystem restoration projects throughout the United States. This has been accomplished through an inclusive collaborative planning and design process that identifies and mitigates potential land and user conflicts. Through this process, lasting partnerships and advocacy can be fostered so that the project has the support and momentum for implementation: Currently, THK is working on over 100 miles of rivercorridor restoration along the Front Range of Colorado, including the South Platte -River, Clear Creek, Monument Creek and Fountain Creek. These projects involve unique methods to improve water quality, restore habitat; stabilize thechannel and reduce flood risk. Each project combined creative and natural solutions such as bio-swales, wetland creation, water quality ponds, natural appearing drop structures, sediment removal devices, side detention areas and sensitive grading solutions. - - - associates, Inc. 1.2 KEY PERSONNEL Although the exact project(s) that ICON may be assigned under this contract are not known at this time, we have established a primary., Team that is capable of handling nearly all potential flood restoration work of public infrastructure including rebuilding: roadways; river channels; utilities and associated structures: While we recognize that not all our proposed staff maybe needed, -we wanted to demonstrate the depth our capabilities and understanding of the type of work that is involved with flood- recovery. Our Key Technical Staff are presented on the following figure but pleasetotethat our general Team organization can be supplemented by additional personnel frdm ICON's staffandthat of our .ro•osed"sub-consultants: - Weld County Engineering Services For RFQ #B1300201 2013 Flood Recovery gIINIVIaIakNlIAgargilaillilaWIV IIIIMtlWW'�WIN@hY� ' tltllV IMAM 41d6aaIlltltltad&aWIWMIIIaINaINVlalal 1CON's Proposed Team Have All Worked Together On Similar Projects. We present a comprehensive, well coordinated Team. II I;6fIi11140i' I'!'fiillG aFIiVY'YN'JI71'lllll'IiIIVIV4gfa Matthew Ursetta, PE ICON Engineering Title: - Principal (Secretary/Treasurer) Project Assignment: Project Manager — Principal In Charge Mr. Ursetta will serve as the overall Principal -In -Charge. He will be responsible for negotiating the contract and will provide overall project direction. In his position as a Principal with ICON, he is also authorized to, sign. contracts, assign staffing, and make resource allocations es required. Mr. Ursetta has 30 years of consulting experience all of which has been in roadway and drainage and 'flood control designs in the Denver Metro area. He will direct all activities of the ICON personnel'arid will coordinate with our sub -consultants. Mr. Ursetta has served as the Project Manager on the design and construction management of over $11 million in roadway and utility improvements in the Dupont area of un-incorporated Adams County. This is the single largest contract ever let by the County. He has also designed approximately 6.2 miles of gravel to asphalt roads in the Parker Trianglearea of un-incorporated Arapahoe County. His recent experience includes the design of over 30 miles of roads including our recently completed Dahlia Street widening for the City of Thornton / CDOT; and our design of the Lowell Boulevard widening for Adams County. The Dahlia project will be bid within a few weeks and the Lowell project is currently under construction. Mr. Ursetta also is currently working with the City of Evans on the design of improvements to the highway 85 intersection with 31St Street. Penn Gildersleeve, PE ICON Engineering Title: - President Project Assignment: QA/QC Officer / Technical Advisor Mr. Gildersleeve will serve as the QA/QC Officer and as such will provide an independent check on all work product produced by the design Team, and will generally be available to brainstorm design decisions. During the course of the work, Mr. Gildersleeve will assist the team in the formulation of design concepts including input on available technology, providing value engineering of alternatives and a review of planned improvements from a standpoint of constructibility. Mr. Gildersleeve will also conduct ICON'S internal QA/QC reviews. Typically; the time that one of.ICON's QA. /QC officer Spendsona project is not charged to the client. We have found that conducting our own internal Value Engineering reviews and providing our clients with a thoroughly reviewed, professional submittal is our best form of advertising for future work. This is also the best way we know of to spend our business development budget. Mr. Gildersleeve will also help in presenting applicable projects to the public. He is a Principal of ICON Engineering and has over 35 years of consulting experience, having designed roadways, drainage improvements and utilities for Colorado local governmental entities throughout the Front Range. He currently serves as the Town Engineer for development review for the Towns of Eagle, Columbine Valley, Cherry Hills. Village. Cindy Rose, PE ICON Engineering — Professional Engineer III Project Assignment: Task Manager - Design Ms. Rose will serve as the overall Task Manager leading an Engineering Design Team for completing preliminary and final designs of the roadway and drainage improvements. Ms. Rose will be responsible for the day-to-day engineering for all technical tasks assigned to her team. She will coordinate with the Principal In Charge and will supervise a design team of engineers, technicians, and drafters required to complete the required tasks. She is a Registered Professional Engineer and has 14 -years of consulting engineering experience, completing the designs- of roadway, parking lots, water and sewer system improvements. She most recently served in the same capacity for our work on both the Lowell Boulevard and Dahlia Street; widening projects. She also assisted. Mr. Ursetta in the re -design of several local roadways within the--Gnat-Hill neighborhood of Adams County, wherein our work included gravelto asphalt upgrades of several blocks of existing residential neighborhoods. Kent Barringer, PE . ICONEngineering— Senior Professional Engineer Project Assignment: Roadway Geometry — Railroad Crossing Engineer Mr. Barringerwill assist the Team in the roadway geometrical design and will be responsible for coordinating with the railroad crossing, if. required. Mr. Barringer has 32 -years of consulting d' havingI d th- Mr for experience, including worked with Mr. Ursetta over 24 -years. He was the design engineer for the 2.7 mile gravel to paved widening of Tomah Road for Douglas County which included a new at -grade railroad crossing, seven drainage culverts, and numerous property easements along a rolling topography. He sewed in the same capacity for our design of 1.1 miles of roadway widening along East Parker Road also for Douglas County, which involved major realignment to achieve a balanced cut and fill with roadway slopes as steep as 8.3%. Mr. Barringer was responsible for working with the railroad to gain permits related to our design and construction of the Howes Street Outfa!! which required crossing. anactive railroad. In addition, construction was just completed of a major storm sewer outfall designed by Mr. Barringer for the Town of Eagle that involved obtaining permits for open cutting the CDOT controlled Highway 6, along with jacking a large diameter pipe under an active railroad with multiple tracks. Mr. Barringer has completed several drainagewaylroad crossings including Stover and Stuart Streets in Fort Collins. He completed the -design for cast -in -place bridges at Princeton Street and Kenyon Street in the City of Denver. These structures. were. chosen based on an alternative analysis, economics, and construction requirements. He also completed a design for a large culvert crossing of 30th Street in Boulder (5 @ 10' x 8' RCB's) and the Burlington Northern Railroad in Boulder (3 @ 10' x 8'. RCB's).• He successfully worked with private irrigation companies involving diversions and crossings of their facilities and included a rerouting of the Farmers Ditch in Boulder. Jacob Marquez, EIT ICON Engineering — Engineer I Project Assignment: Engineer Mr. Marquez wilt assist ih completing hydraulic analysis, design of roadway facilities, and design of utility projects: Jacob has seven years experience in completing designs of streets, water and sewer relocations and new systems, storm sewer systems, grading, and curb and gutter for both private and public facilities. He completed the design of several miles of roadway for the Dupont area in Adams County, and assisted Ms. Rose in the Goat Hill neighborhood, Lowell Boulevard expansion, Dahlia Street widening, and design of roadways in Black Hawk. Mr. Marquez is bi- lingual, and has been a major asset in public meetings, providing a link for communication and interpretation for Spanish speaking citizens. He has also assisted us with communication with construction contractors. Prior to working at ICON, he was employed by the Arapahoe County Public Works Department. Aaron Bousselot, PE ICON Engineering = Professional Engineer I Project Assignment Drainage Engineer Construction Engineer Aaron will serve as our primary drainage design engineer, working 'under Ms; Roses direction. He will also be our likely choice' for construction administration if the County elects to add this. service to the contract Mr. Bousselot has12 years of consulting engineering experience, all gained while working for ICON. He recently -completed our design of the West Orchard Pond and storm drainage improvements for the City of Fort Collins. He designed and obtained permits for a storm sewer to be jacked under UP Railroad in the Town of Brighton. He designed a major storm sewer through the Adams County consisting of large diameter RCP which required significant utility relocations, protection of existing residential improvements and the design and permitting of a railroad crossing (constructed without taking the tracks out of service). He served in a similar capacity for our recently completed designs for the Fort Collins. Examples of his drainage design work can be found throughout Colorado on streams such as the South Platte, Cache La Poudre, Clear Creek, Bear Creek, Sand Creek, Cherry Creek and numerous smaller drainageways. John Migliaccio, PE - SAN Engineering, LLC: will be the lead structural design engineer for any structural needs such as designingan extension to the concrete wall that creates the dam, if that is the direction selected to pursue. He has performed design of.,highwaybridges, retaining walls and other structural projects throughout Colorado including building systems such as prestressed concrete, cast -in -place concrete, structural steel, and timber. A large portion of John's background has been in the design of pedestrian bridges and underpasses, as well as landscape featuresin communities throughout the Front Range. John is proficient in modeling, analysis, and design of various bridge types and typically -carries his projects from the alternative evaluation phase to completion of construction. John is certified by the National Highway Institute as a Bridge. Inspection Team Leader and has experience rating bridges using Virtis software from AASHTOWare. MARK S. WILSON, RLA — THK Associates: Mark will assist the Team by providing landscape restoration design services. He is a Project Manager/Senior Landscape Architect with THK and has over 29 years of experience as a Landscape Architect. Mn Wilson is a creative visionary who provides design input from conceptualization to implementation.. Mr. -Wilson's emphasis in roadway and riparian planning and: restoration projects is his passion. He has worked on numerous r;pada,' and restoration projects throughout Colorado. He has designed and supervised the construction' of these projects and has met and coordinated with numerous governmental agencies for these efforts and -they include: DOW, CDOT, CPHE, State Land Board, NRCS, Colorado State Parks, Colorado. Water Conservancy, GOCO, CWCB, Colorado State University, Colorado Open Lands; most local City and governmental agencies including Utilities Departments, Parks & Planning Departments, Vision Task Force(s) and Foundations. 'He is currently working with ICON on the Riparian/Restoration along the South Platte River through Denver. 8 1.3 SIMILAR PROJECT EXPERIENCE Rapid Response Case Study: 2013 Flood Damage Mitigation - Alameda Boulevard In Aurora, Colorado One example of ICON's ability to react quickly to mitigate flood damage is demonstrated by our work for the City of Aurora at Alameda Boulevard near Expo Park. As a result of the September flood event, flows in Westerly Creek exceeded the capacity of a regional detention pond in Expo Park, overtopping a major arterial roadway. Additional flood flows were introduced to the area from the Highline Canal which also crosses Alameda in the same area. At this location, Alameda has a five travel lane configuration with attachedsidewalks on both sides.. Flows cascading over Alameda eroded the roadway embankment leaving a near vertical 15 -feet tall out face that actually left the sidewalk undercut and suspended without -any support: This forced the closing of the sidewalk and one lane of traffic. Situated across from a major public park and adjacent to a school, the damage created a very dangerous situation to both pedestrians and roadway users. ICON's Performance: 45 -days from being told there was a problem to completion of construction! "Thanks so much for the great work : and how you folks drive the ship' Steve Clark, Aurora Project Manager" On September 17, 2013, Aurora's Associate City Engineer Tom McMinimme contacted ICON with an emergency request to assist the City by designing improvements, and then selecting a construction contractor, negotiating a construction contract, and facilitating the construction. Wasting no time, ICON was able to facilitate the design and construction, going from initial notice of the problem to completion of the construction within 45 -days. Traffic control measures were removed on October. 30th, and full use of the finished project started yesterday. The City had estimated the project would cost in the vicinity of $200,000. ICON and our selected contractor were able to complete the design and construction at a cost of less than half. the City estimate.. This project was managed by Penn Gildersleeve directing. ICON, staff that will also be assigned to the Weld County flood recovery work. Photos taken September 18, 2013 Photos taken October 28, 2013 CLIENT: ;Cityof Aurora MAJOR ELEMENTS: Design; Permitting, Construction Modified Design/Build; Administration; Construction Observation REFERENCES: Steve Clark, PE Senior Engineer Aurora Public Works 15151 E. Alameda Suite 3200 Aurora, CO 80012 9 SECTION 2 - FIRM CAPABILITY 2.1 ICON ENGINEERING ICON is a. general services, civil engineering and surveying firm that offersour clients expertise in roadway design, drainage and flood control, municipal engineering, water and sewer design, and general civil engineering on projects from feasibility studies through preliminary and final engineering -design to construction management. ICON's focus includes: civil design of roads and' bridges; drainage .and `flood control projects; hydrology/hydraulic analysis; and utilities for District, Municipal, State and Federal clients, throughout this geographical area. Our surveying services include preparation of base mapping, legal surveys, construction` staking, and design surveys using state-of-the-art field equipment. Our staff has established a reputation for consistently completing projects on schedule and within predetermined budgets. We have a total of 20 employees including 11 registered engineers and licensed -sunreyors ,With -additional supporting engineers, technicians, CADD, GIS Specialists and administration personnel immediately available'to proceed with this contract. We have successfully completed many projects in theareas of drainage and flood control, design of roadways andutilitiesand construction management. am- Tittle/Position Years Experience Education Total* With ICON Management Penn Gildersleeve, PE Douglas J. Williams, PE Matthew J. Ursetta, PE Senior Professional - Craig Jacobson, PE, CFM Troy Carmann, PE, CFM Kent D. Barringer, PE Aaron Bousselot, PE, CFM Cindy Hose, PE Design/Construction Engineering Terry Martin, PE, CFM Justin Hamann; PE Brian LeDoux, PE, CFM Ben Smith, El Jacob Marquez, El Daniel D. Bernier Daniel Loewen,-EI Jeremy Deischer, El Ebeh Dennis . President 40 28 BSCE Vice President 35 30 BSCE Secretary Treasurer 30 30 BSCE Associate Principal 15 15 BSCE Associate Principal 15 15 MS/BSCE Sr Project Manager 33 29 BSCE Project Manager 10 8 MS/BSCE Project Manager 13 5 BSCE Project Engineer, 10 2 BSCE Project Engineer 12 10 BSCE Project Engineer 11 11 BSCE Engineer & . 8 BSCE Engineer 9 7 BSCE... CAD Manager 17 16 - CADD Cert Engineer • 1 1 ...BSCE Engineer 1 1 MS/BSCE GIS Specialist 6 1 BSGeo. ` *Includes.y ars while doing business as Colorado Branch office of Greenhorne & O'Mara. Awards We feel that one of:the.best indicators of our capabilities is the high respect that our clients and our peer group have for our work. Over the years, we have produced many award winning projects that have received local and national recognition. Please visit our web site at www.iconeno.com for a listing of the honors that have been bestowed upon projects ICON has designed for:. Aurora, Denver, UD&FCD, CWCB, Colorado Springs, Thornton, Westminster and others. 2.2. REFERENCES" 2.2:1 Client Quotes: A sampling of quotes taken from communication from our clients and project stakeholders is provided on the following page. Note that several of these were received as a result of our work related to the 2013 flooding in Colorado. Full copies can be provided if requested: ' 10 rig history of teaming with ttte llA P or a variety of project levels Their strength comes from,tim onnel, and ability't6 adapt;their services to whit ,eacfriadividual proiect req•uires. Theis technic binpq with tither:Skew teadersh p skills t�7akes ICON a straeg chotee' Da'ttiiaagnnetSS, PE CFMMan„'ajet, Design, Consrreo Fonand Maintenanc .Ptggra] Urbap bitarnage and FioodCatlt• M Disfq 0gatttrri project was a Very succesetul proieot #off the City of Grand ? Si ne without IO N'S drligent,coordinatiort v�tth Fi~t}tla afad tbefr j d g C ity wi k a uality wads pTodust tt991�i" ff wgs always ri spo rf+ tafft n Very professional manner " -.. Dr'eU.Gui iory P` .C'FM. Un/rtr, Snntnap > at a th' ttd Rearl Rarkway { e atiS td raise are 17114111,1:1114/4 rand protect,. O Incorporated a non s tecres spec Sh passage wrll cotl�rey the loriv figs ea prior to attempting the: sr rht a ti anging needs of';the project spons re site .arid Waseasily constructed o'nsfrUcro irn ran Drarha$e`s Q`1$ flcrodirrg, we have just compteted tlOcr�mentrng the-fipgdi l' a rtio Urne ital task th t.0ouid not have beep dale/MOW(kh&h€ Kurt, Barer, F/oo4 tvotrv) andFfaorjpla kcrpstspnalf thank you for all the support 1"CON Engineerins has r th Terry lyiar in and=Graig. Jacobson They ht i.t shown a sinctru dcjc, tract flood lash naana ement and di dreated-servibe trkth ppopie o#`'E etPOrr to CbbJorackz flood recovery, evident by,t;CONS S'Otiieploymer�''t- 4.Gran+ *Welk kt PE, 11 2.2.2 CLIENT CONTACTS: Our proposal demonstrates, through the use of project descriptions, ICON's capabilities in river restoration design, hydrology and hydraulic studies and the design/construction of drainage and flood control improvements, :ICON is very proud of our long term working relationships with a multitude of public sector clients. This. attests to Ourabilityto work well with client staff, understand the importance of budget and schedule constraints, and most importantly; we do quality work! We have completed well over 300 contracts for the UD&FCD, dozens for the City of Fort Collins, dozens' for Adams County and have worked continuously for many years with the Towns of Eagle and Columbine: Valley, as well as Colorado Water Conservation Board and FEMA Region 8. ICON has an extensive list•of public sector clients, and you should feel free to contact any of our clients: We are extremely proud of the fact.that all of our clients have been delighted with our work: This submittal highlights our work in roadway reconstruction -including utility work and stream -restoration. Please feel free to contact any of the listed clients, but in particular, we very strongly request that you discuss our qualifications with the following: Urban. Drainage and Flood Control District "Paul:Hiridman, Executive Director Dave"Bennetts, Manager, Design and Construction Bill DeGroot,-Manager Floodplain Management Dave Skoudas, Sr. Engineer, Design and Construction Colorado Water Conservation Board Kevin Houck /Thuy Patton Section Chief, Watershed Protection And Flood Mitigation Section - '- 1580 Logan St., Suite 200 Denver, CO 80203` .. 303:866-3441, ext 3208.'" FEMA Region VIII Dawn Gladwell Denver Federal Center Building 710 Denver, CO 80225' 303 235-4836 -.-Fort.Collins ... ... Brian Va_rrella :PE, CFM Floodplain Administrator. . 700 Wood Street Fort Collins, CO 80521 970 416=2217. bvarrella@fcgov.com City of Boulder KurtBaurer,:PE;CFM Engineering Project Manager Public Works Department - Utilities P.O. Box 79'1 - Boulder, .CO 80306 BauerK@bouldercelorado.gov City of Thornton Pete Brezall Project Engineer Public Works . 12450 Washington Street Thornton, CO 80241 720 977-6251 2580 West 26th Avenue Suite 1568 Denver, CO 80211 303 455-6277 Boulder County David Webster, PE, CFM • Water' Resources / Project Engineer 2525131° St., Suite203 Boulder, CO 80306 720 564-2660. dwebster@bouldercounty.org US Army Corps of Engineers, Omaha District Randy Behm, PE, CFM 106 South 15th St. Omaha, NE 68102 402 221-4596 - randall.t.behm@usace.army.mil Aurora Torn McMinimee Associate City Engineer 15151 East Alameda Parkway, Suite 3200 Aurora, CO 80012 303 739-7300 tmcminim@auroragov.org Estes Park Alison Chilcott Planning Director 170 MacGregor Ave. Estes Park, CO 80517 970 577-3720 achilcott@estes.org Adams County Russ Nelson, PE- Project Engineer Public Works 4430 S. Adams County Parkway, 1st Floor Brighton, CO 80601 303 453-8777 12. 2.3 KEY POINTS TO CONSIDER IN SELECTING ICON • ICON has successfully completed planning and preliminary and final design including total bid package documents of projects for Special Districts, Cities and Counties throughout Colorado, including roadway projects in Weld County. We understand the County's review process and how to prepare designs for either County crews to construct or to provide a set of contract documents for public bid. We can minimize the time required by your designated project manager by a focused approach to communication. • ICON completed the .cMl design of the 1-25 bridges over the St. Vrain River in Weld County near Longmont. Working directly for COOT, the work included a new frontage road bridge, drop structure and protection of bridge piers. We recently completed the design of a major arterial roadway widening of Dahlia Avenue for the City of Thornton, funded through COOT. We know and can work with CDOT general criteria. The design and construction budgets for these projects are very similar to your project. Most importantly, our Team of design engineers that completed these projects is intact and ready to begin work for Weld County. • ICON's number one client in terms of water resource design assignments through the years has been the UD&FCD, for whom we have completed in excess of 300 contracts. The majority of our assignments have included the entire range of services from surveys/mapping, UM studies, planning design, storm drainage, construction maintenance and special studies. No other firm can match the number of projects that ICON has completed for the UD&FCD. Our drainage expertise translates to providing Weld County a drainage analysis that will be technically beyond reproach, and will make that portion of this project run smoothly. ICON is very proud to be a Colorado based small business. Every dollar of your contract will stay in Colorado. Unlike with a lot of large national firms, you are not paying for high gloss, expensive overhead that is largely out-of-state. Our capabilities match and exceed even the largest of national firms, but we also provide hands-on management by an Owner of the firm, and pledge we will provide great service since working for local governments in Colorado is our lifeline. ICON design projects can be seen throughout Colorado. Two of our projects were named as the Grand Award Winner for Outstanding Engineering Projects by the Colorado Association of Stormwater and Floodplain Managers Association. These projects are the Goose Creek Channelization in Boulder, 1996 and the Marston Drainageway North in Denver, 2000. A third project, Aurora Jewell Wetlands, won an Honor Award for Outstanding Achievement by the CASFM in 2001. The Aurora Jewell Wetlands also won two awards from the American Society of Landscape Architects: The Land Stewardship Award and a Merit Award for design. arston Dr Goose Cree 13 SECTION 3 - PERFORMANCE ON SIMILAR PROJECTS 3.1 RELEVANT EXPERIENCE Examples of roadway designs completed by ICON can be found throughout the Front Range and include local streets through major arterials. We have selected several of our many roadway/drainage design projects to highlight in detail that most closely match the work that will be completed as a part of this contract. Our selected projects are all public sector roadway improvements that are similar in size and complexity, involved design of drainage improvements, roadway widening, and interfacing with local landowners. Designs of these projects were all completed within the past 5 -years, all under the direct supervision of Matthew Ursetta, and most of our proposed Team. Construction of Dahlia and Highway 85/31st Street Intersection in Evans are pending. Lowell is currently under construction. Within this submittal, we have provided contacts for references for each of these projects. Although similar in nature to the work that will be required along WCR 13, for the most part these projects were technically much more difficult due to the more urban setting, numbers of utility conflicts and the need to work with tight geometrical constraints. As an example, widening and paving of the Dupont Roadways required over 110 easements. The Dahlia widening project was co -funded by CDOT and the final construction package involved over 60 full size drawings. The complexity of someof,our relevant project experience is demonstrated by these. photos:. To the left is apicture.of Lowell Blvd under construction. This $2.8 million upgrade included a new 12 -inch waterline and desigp of a parallel storm water channel.:: Below is an aerial viewof the Dahlia 'widening. Dahlia included installation°of a .60inch.storm sewer outfall to the S. Platte River, 'along Wit 'a• traffic signal at the intersection with :88'h::Avenue:::.:; • in the past 5 -years, ICON Engineering has been awarded a total of 189 separate contracts with public sector cliental. Of these base contracts, a total of 11 are for continuing service or "On Call Contracts" that have resulted in an -.: additional total of 18<'• Task Orders. Our assignments have, included roadways, drainage related improvements, parks, other public sector infra -structure improvements. This means that in the past five years, ICON has been awarded a total of 317 projects that have a direct relevance to the Weld County's Flood Recovery Contract Although ICON is a relatively small Colorado based consulting firm, we truly believe that there is not another engineering firm in the State of Colorado, regardless of size or national standing that has our focus and success in completing Public Sector contracts of the size envisioned by the County. This rather -brash further supported the se statement is by IFIC`le facts: • For the Adams County, ICON has completed the design of over 25 city blocks of roadway and utility updates. Over the past three years, ICON has been the County's most utilized consultant. • Outside of the Denver Metro area, the City of Fort Collins is widely accepted as an example of a premier Colorado entity with respect to management of public infrastructure. ICON is in our 16th year of service under an Open Ended Services Contract wherein we have performed literally dozens of planning and design projects. We are the only non -Fort Collins based firm to achieve this type of working relationship. I4 • Year after year, ICON completes more work for the Urban Drainage and Flood Control District than any other consulting firm, and no other Colorado agency has the magnitude of drainage work as the UD&FCD. • ICON is the only firm Colorado based firm that has held an Open -Ended Study Contractor Agreement for with FEMA Region 8. ICON held this contract for the past six years. Colorado is the most active of the six states comprising Region 8. ICON Projects Get Built! We are proud of our ability to find solutions. Whatever the project needs, we find a way. We specialize in: Resolving difficult utility conflicts; Working within active roads; Areas with tight easements • Working with fixed budgets and schedules We summarize below a few of the projects that our roject eam w ic we wi assign to -this contract has worked on !n the past five years and that are particularly relevantto the Weld County work. We have selected these particular projects due to the relative complexity of the work, skill sets required and similarity to elements of the expected work. We. have recent experience on a wide range of Civil Engineering and Surveying Services contracts. We currently have contracts for roadway and local drainage design engineering services with: Adams County, Douglas County and Urban Drainage and Flood Control District; Aurora; Colorado Springs; Columbine Valley; Denver; Fort Collins; and Thornton. We have provided service for the City. of Fort Collins on similar, on -call contracts for over 16 -years. In addition, we are currently completing the design of projects involving hydrology/hydraulics, floodplain delineation, master planning, stream stabilization, bridge hydraulic sizing, utility design, pipelines, wetlands protection/enhancement, for public and private clients throughout Colorado._ ICON Relevant Projects Alameda Boulevard Emergency Flood Repair - I-25 Bridge St. Vrain Creek Stabilization, CDOT Caley Street at Goldsmith Gulch Culvert Replacement, Centennial - Dupont Area Streets, Adams County - Goat Hill Area Streets, Adams County - Lowell Boulevard, Adams County - Tomah Road, Douglas County - Highway 85 and 3151 Street Intersection, Evans - East Parker Road, Douglas County - Pueblo, 35th, Streets, Evans - High Street, Black Hawk Quebec Street Widening, Arapahoe County - Four Square Mile Collectors, Arapahoe County - Parker Triangle Collectors, Arapahoe County - South Dayton ..iireet Widening, Arapahoe County -Inverness Roadways, Inverness Business Park - Adams County 2013 Paving Program, Adams County 3.2 SCHEDULE, BUDGET AND We feel that the best evidence.o the many repeat contracts that County to call our references.. GOAL COMPLIANCE f our capabilities of meeting schedules, budgets and client goals is demonstrated by we have been awarded by ourvery loyal client base. We strongly encourage the 15 SECTION 4 - WORK LOCATION FAMILIARITY 4.1 EXPRESSION OF INTEREST In short, ICON has the skill set and staff availability to complete nearly any sized assignment that may come out of this solicitation. Our past experience, knowledge of FEMA, COOT and County requirements will allow completion in a timely and cost effective ;manner_ However, our motivation goes beyond this being "just another job." ICON has a company history of compassionate service during cjisasters that is deeply engrained into our firm's culture. We seriously want to ::help the County, simply because it is the right thing to do. In addition to the foregoing, ICON is very interested in this project owing to the following specific reasons: • ICON has diligently pursued work with Weld County over the past several years. We have invested considerable • . •:: time and effortin these past projects, and have had some success in that we have been short listed and interviewed ' for similar projects with the County, and have completed multiple projects for COOT Region 4 and surrounding • communities.The investigation and due diligence associated with our research to prepare this current statement of --qualifications is further proof of our continuing interest in working with the County. We look forward to a strong and -• mutually beneficial working relationship with the County that will last for many years. ICON's team of roadway design engineers, channel restoration and hydrology/hydraulic engineers has recently completed two significant roadway design projects and we are actively looking for similar sized transportation related projects to keep our team intact and busy_ We are particularly anxious to have the opportunity to .utilize our skills and .. , training to the betterment of the County. . ICON was recently awarded an on -call contract for services with the City of Fort. Collins. There is a great deal of economy, and synergy to be realized if we can utilize our skills in the same general geographical area. Our firm has •_ 'specifically targeted Weld County as our geographically most advantageous future client. `4.2 WELD COUNTY KNOWLEDGE The cover to this submittal shows superimposed images of the same area before and during the flood event. This is CR 53, just south of CR 388. The aerial imagery outside of the circle is sourced from ESRI's World Imagery layer taken prior to the floods (no exact date given), and inside the circle is from 9/13, provided to ICON by the Colorado Water Conservation Board (CWCB). ICON's GIS department has developed a very easy to use program which allows side by side comparison of before and after flood events for all of Weld County which we have made available to the CWCB and FEMA. Additionally, ICON toured many of the flood damaged areas in Weld County along with representatives of the County and the CWCB, taking pictures and surveying high water marks. These pictures and survey points were then geo-referenced onto the above referenced aerial photos such that real field data and detailed photographs (samples below) are also available. This GIS also allows geo-referencing other data layers such as effective FEMA DFIRM mapping and FIS reports. At such time as the new FEMA sponsored 1 -foot contour interval mapping of the flood impacted S. Platte Corridor and major tributaries is made available, we will add this to our data layer, thereby building a complete spatial database of the 2013 flood event. ICON has an extensive knowledge of the 2013 flood event! Our knowledge of Weld County is further enhanced through our past work on projects in the County under contracts with such entities as Greeley, Evans, CDOT, USACOE, and the CWCB. In addition to our work under direct contract with CDOT, our design project for Greeley was co -funded by CDOT and consequently we are well aware of their criteria, drawing format requirements, ROW and environmental permitting requirements. 16 SECTION 5 - PROJECT APPROACH 5.1 PROJECT UNDERSTANDING ICON's cover The 2013 flood event in weld County resulted in approximately $30 to $40 million in public infrastructure damage. That ICON is aware of, the County has awarded: 5 contracts for bridge repairs totaling over $4.2 million; 1 contract for roadway repairs for $146,000; and a quantities based contract for debris removal. At this time, the County is seeking multiple consultants to provide engineering design, surveying, plan preparation and construction management services to assist the County in narrowing the gap between the damage and repaired infrastructure. As this was a Presidentially Declared Disaster, Federal funding through the Federal Highway Administration (FHWA); FEMA; and/or the Natural Resources Conservation Service (NRSC) may be utilized thereby requiring meeting the various requirements of the applicable agency. At a minimum, this may include meeting requirements of FHWA- 1273, and CDOT DBE requirements. •(CDOT Form 1331). Specific needs for each project may differ, primarily related to funding source. Overall, the scope of work can be expected to include the following elements: • Processing Applicable Federal Funding Forms • Inspection / Evaluation Of Damaged Infrastructure • Design Of Highway Bridge / Structure Improvements • Road And Intersection Improvements • Analysis Of Hydrology And Hydraulics For Design Purposes • Quantity Takeoffs And Cost Estimates • Bed Documents And Specifications • Surveying Services Including Site Surveys, Staking; Legal Descriptions For ROW • Plan Drawing Preparation • Obtaining Required Environmental, Historical And Other Permits • Traffic Engineering Services • Construction Management / Observation Obviously, close coordination with the County staff will be required in order to produce the conceptual, preliminary, and final plans. This will include preparing design schedules; attending meetings (possibility to include public meetings as needed); facilitating County plan reviews. Plan documents may include general layouts, structural details, tabulation of quantities; plan views, profile views, cross sections, general notes, construction notes and details. Roadway geometry and intersection alignments may also be included. It is expected that projects may include all or parts of the following general tasks: 1. On -site inspection 2. Pre -design Meeting With County and Stakeholders 3. Preliminary Survey / Mapping 4. Determination if Geotechnical Investigations are required 5. Utility Coordination 6. Roadway and/or intersection alignment 7. Structure Concept and Preliminary design 8. Environmental Clearances and Permits 9. Preparing for and attending Field Inspection Review (FIR) 10. Hydraulic Design 11. Structure and Roadway Final Design 12. Utility Relocations as needed - 13. Property Ownership and ROW Plans 14. Traffic Control Plans 15. Construction Specifications 16. Prepare for and attend Final Office Review 17. Make Final Submittals 18. Assist with Bidding services, Attend Pre -Bid; addendum preparation if necessary 19. Shop Drawing Approval 20. Construction engineering / fvlanagement 5.2 CRITICAL ISSUES First and foremost is making sure that the final product and the steps taken to reach that end all follow required FEMA and FHWA criteria to make sure that funding eligibility is maintained. Proper documentation must be strongly enforced in order to assure funding compliance.Secondly, meeting project schedules is very important. There are currently many ;declared national disasters, and FEMA has shown very little give in meeting delivery dates once they -are contracted. • - • ICON Has First -Hand Understanding Of The. 2013. Flood Damage In Weld County Which Impacted Roadways, Utilities And Natural Drainageways. 17 5.3 TECHNICAL APPROACH PRELIMINARY DESIGN Meetings and Coordination - Communication with the County and the surrounding property owners is a key component to a successful project. As we see it, ICON will need to integrate closely with the County and become an extension of the County's staff. Accordingly we will need to allocate adequate time in our scope to meet with the County multiple times during the project. The meetings will include a kickoff / site visit meeting; progress meetings; and 2 CDOT review meetings`to discuss the County's comments on the preliminary and final designs. The kick-off meeting and detailed site visit with the project sponsors will help the team to get a clear understanding of the constraints and opportunities related to the project site. We will photo document the existing conditions within the project site and prepare a map that presents the location of the photographs. Copies of the photographs and display map will be supplied to the County. Depending on the assigned project, we may need to coordinate with irrigation and railroad companies. There are additional review and permit requirements for each entity. As an example, the GWRR Real Estate Department may require Private Railroad Crossing Application and as such additional fees for engineering review and Construction Permit may be required. Note that this is likely eligible for federal reimbursement if properly documented. ICON will schedule all meetings, prepare agendas and complete meeting minutes. Often times in between meetings, project issues will come up that need to be discussed and resolved in a timely manner in an effort to keep the project moving forward. We have found that forwarding drawings via email followed by telephone conversations is an effective way to communicate and resolve issues in between meetings. Coordination with FEMA and CDOT will also be required. , We understand that the County uses CDOT Criteria with regards to roadway design. Prior to the kick-off meeting we will develop a list of roadway design criteria from both COOT and AASHTO. The list will be submitted to the County's design team for review and comment, along with a conceptual level analysis (based on available mapping) of how the existing roadway and/or structure meets or violates this criteria. Our goal here is to come to an agreement with Weld County on the listed roadway designandconstruction criteria prior to beginning any work. Right-of-way and Easement — For both the preliminary design and the final design we will identify required ROW and easements. We will utilize County prepared ROW maps to develop drawings that present the property acquisition requirements. These drawings will present the dimensions and areas of each required parcel along with the property owner's names: Typically, CDOT and the FHWA require resolution of all property ownership issues prior to approval of projects for bidding: Utility Investjyations:— For any assigned project, we investigate the existing utilities and identify agencies which might have facilities -within the project site such as: UTILITY COMPANIES—Poudre Valley -Rural Electric Association, •Inc, Qwest, and US' Sprint -PETROLEUM COMPANIES - Colorado Interstate Gas; Nobel Energy. MISCELLANEOUS UTILITIES= DCP Midstream LLC, City & County of Broomfield,' and Kerr, McGee / Anadarko, Many of, the petroleum companies and out of town cable companies generally have utilities located along the roadways. We will contact- all of the'utility and ditch companies-to'obtain new Utility maps: The maps will be used to create .an exxisting'conditions utility drawing. As is usually the case, many of the available utility maps are only conceptual in nature and only indicate the presence of utilities, but not a.precise location. Therefore, we may need to senda utility locating company to the site to paint the location of the utilities. We will coordinate this effort with the County so' that full surveys, can be made of the location of the, utility paint marks. We will utilize this survey information to fine tune the location of the utilities in the base mapping. The updated utility map will be sent to all of the'utility and ditch companies requesting_ their review and asking them if they know of any proposed utilities that might be constructed in the limits of the -project. Based on the utility company's comments, we will finalize the utility drawings for use during the remainder of the project. Potholes - We will also coordinate and conduct a potholing program if needed. As a part of this program we will prepare drawings that present potential utility conflicts and the locations of recommended exploratory excavations. Once the project team is in agreement with the number and location of potholes to be completed, we will coordinate this work with -our sub -consultant. Surveying, Mapping and Property Ownership — It is our understanding that these services will be provided by Weld County. Once we receive the mapping and right -of way maps from the County we will format the electronic files for use during design. We have included time in our proposal to identify right-of-way and easement requirements as discussed above. During the course of the design there will be additional surveying required to define the locations and elevations of existing improvements. We have also included time in our proposal to coordinate additional survey requirements with the County. 18 Geotechnical Investigation — The County has indicated that geotechnical services may not be required, however our team is available to assist if needed. Typically, as a part of the geotechnical services, design of the pavement sections will be furnished to the selected consultant. Initiate Permits - During the Pre -design Phase, we will develop a list of potential permits required by Weld County, (or adjoining county if needed) and the State Department. of Public Health, CDOT, the GWRR and UPRR, and the US Army Corp of Engineers. Permit application forms will be obtained and a memo will be prepared to outline specific details related to each permit such as the time to obtain the permit, submittal requirement including drawings and reports; and transferring of permits from the County to the Contractor etc. Drainage - We understand that the County has adopted the use of the Urban Drainage and Flood Control District's Drainage Criteria with some modifications. Based on the size of the watersheds, we believe that CUHP and UDSWMM should be utilized to calculate peak discharges for local draingeways, but that for most of the main drainageways, flows will be taken from FEMA publications. For the preliminary design, these peak discharges will be used to size the future drainage structures crossing the roadway. All of the drainage structures will be presented in concept form on the preliminary design drawings. Water quality and detention criteria will also need to be discussed and evaluated as a part of the drainage design work. We believe that the roadside swabs will provide adequate water quality measures. We will review the FEMA Flood Insurance Rate Maps as needed. Although typically, the smaller tributaries are not included on the maps, the floodplain of the major drainageways such as the S. Platte River; Cache La Poudre; the Big Thompson River are FEMA administered which may require map revisions as a part of the design. We realize that one of the objectives may be to maintain the grade of the existing roadway as much as possible. This approachwill not only minimize fill in the floodplain but will also minimize impacts to. utilities, railroads, and irrigation ditches. However, it will be important to have a good understanding of the location and elevation of the FEMA administered floodplains to address potential floodpiain impacts during both preliminary and final design. For preliminary design, we will document the drainage approach and all calculations in a preliminary drainage study. The study will be completed in sufficient detail to be useful for the future roadway expansion and also be useful during final design. Geometrical Layout - After all of the existing information has been gathered , and reviewed, we will begin investigating horizontal and vertical alignments for roadway sections. In cases where the roadway has adequate longitudinal slopes equal to or greater than 0.5 percent, the existing grades will be maintained as much as possible to avoid significant cut and fill. Since roadside swales may be used to drain the -project, consideration will also be given to maintaining the flat sections of roadway as long as a 2 percent cross -slope can be maintained and the proposed swales can be designed to adequately convey storm water. The vertical changes will be kept to a minimum and coordinated with utility companies to avoid costly relocations. Much of the horizontal and vertical alignment will be dependent on working with the constraints represented by the railroad crossings, irrigation facilities, surrounding utilities, trees, and private improvements. For each alternative studied, the required ROW will be identified and consideration will be given to the ultimate lane configuration, which may be different than the pre -flood configuration. Preliminary Design Drawings —Some of the more important drawings to be included in the set will include a sheet presenting the typical roadway cross-section; demolitions plans; utility tabulations sheets showing the location of all existing utilities and any utility relocations; roadway plan and profiles; railroad crossing plans; and detailed roadway cross -sections. One sheet of the preliminary design drawings will be devoted to presentation of typical cross -sections including the pavement sections and subgrade treatment. For preliminary design the demolition plans will be limited to presenting only major existing facilities that must be removed and disposed of or relocated. The objective here is to identify large ticket items which will significantly affect construction costs in addition to facilities that will need to be relocated and will require significant coordination with other entities. Utility tabulations sheets will also be prepared for preliminary design. The first sheet in this section will include a tabulation of all ditches and utilities that must ultimately be relocated, improved or expanded. The tabulation will identify these utilities by roadway station and offset in addition to the agency responsible for the. relocation.. Subsequent sheets will present the roadway design, all exiting utilities, all pothole information, and all of the required ditch and utility relocations. Our roadway plan and profiles for preliminary design will present the final selected roadway layout along with critical horizontal geometry. Proposed grading will be presented along with enough call out notes necessary to identify the preliminary design components. Major irrigation ditch and drainage facilities will also be presented and called out by size and type on the preliminary plan and profile drawings. However, for the preliminary design, we do not anticipate completing the design for any ditch and utility relocations. We will supply CADD generated cross -sections at 100 -ft intervals in addition to critical sections at "locations where it may be necessary to present more detail for a clear understanding of how surrounding topography and existing improvements are affected by the preliminary design. It may also be necessary to present a few project 19 specific details to show how a particularly complicated area within the project needs to be addressed: One such area might be where roadside swales need to cross over or under an irrigation structure that is crossing the roadway. Opinion of Probable Project Costs - For the final selected alternative roadway and channel stabilization alignment, an opinion of probable construction, right -of —way acquisition, and final design costs will be prepared. The construction cost spreadsheet will include item numbers, a list of estimated quantities required to construct the project, unit prices for each of the estimated quantities, and the total price of each component of the project. Unit prices will be developed based on recently completed similar projects in the area. The unit prices will be discussed at progress meetings and adjusted to reflect the specific nature of this project until the County accepts the prices for use in the project. As a part of this effort we will solicit unit prices from the County which may be available from similar recently bid projects in Weld County. If this type of information is available, we will analyze the unit prices to be sure they are suitable for use on this project. Our project cost estimates will include an appropriate contingency in addition to the cost for engineering and property acquisition; Submittals, review, and revisions — In addition to the multiple copies of design drawings that will be submitted to the County for review, we will also submit copies of the drawings to all utility, irrigation, and railroad companies. We will set up and attend a project review meeting to discuss the County's comments regarding the preliminary design drawings. The meeting will be documented by ICON with minutes. All comments will be addressed and a final set of preliminary design drawings will be submitted to the County, and other affected agencies. Final Design Final design will commence immediately after the preliminary design review meeting minutes have been approved and the preliminary design has been accepted by the County. During this phase of the project, the preliminary design will be refined as necessary. The fact that the County can construct roadway improvements is a big advantage and as such, we believe it would be a-goodidea to request input from the very people who will be constructing the improvements. We have found that this sort of "design / build" approach can lead to a design that is ultimately more constructible endless expensive: During final design, in addition to adding detail to the preliminary design drawings, several additional 'sheets will be added to the set including a quantity tabulation sheet, a general information sheet, a soils information sheet, erosion and sediment control plans, drainage and irrigation design plans, striping and signing plans, and details. The final design will include preparation and/or modification of the drawings prepared during preliminary design to about 90 to 95 percent complete. As discussed, our design drawings will include a separate storm water management plan for use during construction. In addition, the Erosion and Sediment Control Plans will be accompanied by a Report. The SWMP drawings will be prepared to fit into the overall set but will also be completed in such a manner that they will stand alone for submittal to the State if required. The storm water management plans will include a cover sheet, plan sheets, all required notes, and detail sheets. If determined required, an NPDES permit for Storm Water Discharges Associated with Construction Activity will be prepared and submitted to State. Prior to submitting the final design drawings we will perform an independent in-house review. This review will be overseen by one of the principals and completed by staff members that have not been involved in the project. All dimensions and elevations presented on the drawings will be systematically checked and highlighted. The dimension and elevations will be checked by calculations and by scale. All of the notes will also be systematically read, checked, and highlighted. If discrepancies are uncovered, the drawings will be redlined and corrections made. All of the quantities will also be checked. Our final design also include submittals, review, and revisions. For this work we will follow a similar process as that outlined in the preliminary design included submitting copies of the drawings to all utility companies, irrigation, and railroad companies; setting up and attending a project review meeting to discuss the County's comments regarding the final design drawings; documenting the meeting with minutes; and final revisions to the Drawings. CONSTRUCTION RELATED SERVICES It is our understanding that construction administration services, including full time or part time construction observation may be required in addition to reviewing submittals and answering requests for information during construction as necessary. Since these services are difficult to predict, we typically suggest that they be completed on a time and materials basis that can include a not -to -exceed limit negotiated prior to the start of construction. We understand that the Couny may also elect to involve the selected Engineer in additional services during construction such as day-to-day observation. This work would also be completed based on a negotiated scope and associated fees prior to construction. EXHIBIT B Request for Proposals Engineering Services related to the September 2013 Flood Recovery I. Purpose ENGINEERING SERVICES FOR RFP #B1300201. The Weld County Public Works Department is requesting proposals for Engineering Services related to the September 2013 Flood Recovery. The requested services may include all or portions of the following: Topographic and ROW Surveying, Roadway or Bridge Repair Design Drawings, Structural Inspection, Hydrology and Hydraulic Analysis, Environmental Clearances, Preparation of Contract Bid Documents, and Construction Inspection. The projects will include 4 separate "Project Areas", defined by the various river corridors as shown on the attached maps. Each Project Area will include several "Sites" along each of the river corridors. There may be as many as 30 overall sites, each of which will require various engineering services as described above in order to restore the sites to pre -flood conditions and specify mitigation efforts that may prevent future flood damages. Maps of the Project Areas and an inventory of the original damage and emergency repairs to the Sites will be provided to the selected consultants. The Department intends to select one consultant for each Project Area to perform the needed work. NOTE: A site visit will be conducted to a single "Sample Site" which will represent the various improvements that may be required at the other sites. The consultant proposals should explain the various work items recommended for the Sample Site and include a breakout of consultant tasks and hours for the Sample Site. These may or may not apply to the other Sites in the Project Areas. II. Scope of Services Weld County is working with FEMA and FHWA specialists to verify damages to County assets that were damaged during recent flooding. Weld County is in need of professional engineering services which will generally consist of overall plan preparation related to flood repairs, specification preparation, and construction management services. Engineering services will comply with County, State, and Federal regulations. Time is of the essence as Weld County anticipates that high water during spring runoff could cause additional damage to project sites. The Public Works Department is looking for ways to shorten the design process and develop an abbreviated set of construction drawings. General engineering services will include: • Design Surveying (Could include temporary easement descriptions) • Hydrology & Hydraulic analysis required to document repair and mitigation efforts • Flood plain record research to validate flow rates that may be used • Preliminary roadway or bridge design, cost estimates, evaluations, plans, reports and coordination with staff and others • Final design, abbreviated plan set preparation, specifications and design details per CDOT Standards • Geotechnical & Drainage investigation/reports (if needed) • Potholing and utilities coordination & relocation • Environmental assessment study • Construction engineering and inspection services for Federal -funded construction projects as directed 1 NOTE: It is anticipated that the consultants will utilize as much existing floodplain mapping/data as is applicable, so that the time and costs required for any hydrology & hydraulic analysis, etc. will be minimized. A. General Project Description The initial emergency repairs necessary prior to opening the roads to traffic has been completed at all the sites. Engineering Services are now needed to reassess the sites to determine final improvements needed to return the sites to a stable permanent condition and indicate if mitigation efforts may prevent future flood damage. The anticipated repairs may include: Riprap armoring of bridge abutments, Wing wall/Railing/Deck Repairs, Placement of turf reinforcing mats, Temporary and Permanent Erosion Control, Seeding, Sod and asphalt patching/paving and striping as required. Although it is unlikely that construction at all the sites can be accomplished before the spring run-off begins (end of May), the goal will be to prioritize the sites and have bid documents ready to bid as soon as possible for the high priority sites. Weld County anticipates that an abbreviated set of plans for many sites will need to be bid ready by the end of February 2014. This may include small yet concise sets of plans and specifications. B. Project Requirements • Structures inspections and design engineering to repair flood damage to structures and roadways impacted by the September 2013 Flood • Report to the Public Works Department on repair needs within each specified project area • Completion of preliminary estimate of construction, engineering and permitting costs • Topographic and ROW Surveying necessary to complete the scope of services • Engineering design for repair and/or replacement of County road and bridge facilities designed in accordance with Weld County, CDOT and FEMA & FHWA standards and clearances • The consultants may be required to meet a DBE participation goal on the design work associated with the FHWA sites • Bid documents as directed for advertisement of improvements in a manner that meets the reimbursement requirements of either FEMA or FHWA • Environmental, historical, land use, and ROW clearances as required • The consultant will be required to provide construction administration and project management including submittal review, documentation, and continuous full time field inspection for the project per CDOT inspection guidelines. Any required materials testing not provided by the construction contractor will be arranged by the County. • The consultant may also be required to produce "as constructed" drawings at the completion of the project. Final drawings shall also be submitted on CD in PDF format. All material submitted at the completion of the project shall become property of Weld County. C. Project Schedule (Anticipated) • RFP Issued December 17, 2013 • Mandatory Pre -proposal Meeting December 18, 2013 (10:00 AM) • Proposals Due at Purchasing December 27, 2013 (5:00 PM) • Consultant Interviews January 3, 2014 • Contract Award January 8, 2014 A mandatory pre -proposal meeting will be held on December 18, 2013 (10:00 AM) at Weld County Public Works, located at 1111 H Street, Greeley, Colorado. Consultants must attend and record their presence at the mandatory pre -proposal meeting. After the meeting there will be a SITE VISIT to a "sample site" to give the consultants an idea of what may be required for each of the sites. The consultant will be required to develop and submit 2 their proposal outlining the scope of services that they believe would be necessary to meet the project goals. The selection committee will utilize this information to complete the final RFP scoring. Ill. 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 sample site. 4. Provide ideas or suggestions on how your firm may be able to meet the shortened design schedule. 5. Provide a scope of work for the proposed design and management of the sample site. This effort will only be used for RFP scoring and selection. 6. References from at least three other projects with similar requirements that have been completed within the past five years and 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 no smaller than 11"x17". 8. Consultant's willingness to enter into the Weld County Standard Contract Agreement included as part of the RFP. 9. Limit the total length of your proposal to a maximum of 20 pages (excluding covers). The County will reject proposals received that are longer than 20 pages in length. 10. Submit a total of five copies of your proposal. 11. Proposals must be delivered to the Weld County Purchasing Department, P.O. Box 758, 1150 "O" St., Greeley, CO 80632, no later than 10:00 AM (Purchasing time clock), December 27th, 2013. 12. 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: Richard White, P.E. — Project Manager Weld County Public Works 970-356-4000, ext. 3742 rdwhiteta�co.weld.co. us 3 IV. Selection Criteria and Method PART 2 - SELECTION PROCESS The Weld County Purchasing Professional Services Selection process describes the consultant selection criteria and method. This document is available for review in the Weld County Code, Revenue and Finance, Chapter 5, online at www.co.weld.co.us. A selection committee shall include Weld County Public Works representatives. Selection Criteria Review and Assessment Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the written proposals and interview session. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. WEIGHTING FACTOR QUALIFICATION STANDARD 5.0 Scope of Proposal The proposal clearly shows an understanding of the project objectives, methodology to be used, and final results that are desired by the Department. 5.0 Critical Issues The proposal demonstrates the firm clearly understands the major issues associated with the project, and offers realistic solutions to those issues. 4.0 Project Control The firm has described their methods of controlling their design and construction cost. The firm has demonstrated an ability to insure State or Federal procedures are used where appropriate. Does the firm have a Quality Control process in - place to manage the quality of their product. 4.0 Work Location/Familiarity Project team's work location relative to the project site location. Key team members familiarity with Weld County and the goals of the Department. 2.0 UDBE Goal The firm has provided documentation which supports their ability to meet a UDBE goal, estimated to be approximately 10%, for this project. The designated UDBE subconsultant(s) have proven abilities. Final selection will also consider verification of references. Final DBE's goals are going to be used for seven of the sites and are currently being established by CDOT. 4 PART 3 - PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made this day of 201_, by and between whose address is , hereinafter referred to as "Contract Professional," and 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." 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 and are specifically made a part of this hereof by this reference. Exhibit A, County's Request for Proposal (RFP) as set forth in "Bid Package No. B ". Exhibit A contains County's description of its needs for the professional services required, the time within which the Project must be completed, the location of the Project, the requirements for Contract Professional's adherence to specific State and/or Federal law and/or standards which must be met, the engineering standards/criteria, and all other expectations of County. The RFP also contains the following specific requirements: (COPY TABLE OF CONTENTS HERE) Exhibit B, Contract Professional's Response to County's Request for Proposal, includes Contract Professional's response to County's description of its needs for professional services, the requirements for Contract Professional's adherence to specific State and/or Federal law and/or standards which must be met, the engineering standards/criteria, and all other expectations of County. WHEREAS, County desires to retain Contract Professional as an independent contractor to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. NOW THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Engagement of Contract Professional. County hereby retains Contract Professional, and Contract Professional hereby accepts engagement by County upon the terms and conditions set forth in this Agreement. 2. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor Professional's completion of the responsibilities described in Exhibits A and B. In no event shall this Agreement continue beyond one year from County's execution of the Agreement unless the parties specifically agree to a continuation in writing. 3. Services to be Performed. County and Contract Professional acknowledge and agree that each of the Contract Documents listed above are integral components of this Agreement and consent and agree that County's requirements are accurately reflected in Exhibit A and Contract Professional's willingness and ability to meet those requirements are accurately reflected in Exhibit B. Contract Professional further acknowledges that any form requiring completion shall be completed to the satisfaction of County at the time and in the manner required by County. Contract Professional shall be responsible for the professional quality, technical accuracy, timely completion, and the coordination of all services rendered by Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies Contract Professional further acknowledges that a failure to comply with the standards and requirements of Exhibits A and B may result in County's decision to withhold payment or to terminate this Agreement. 4. Compensation. A. Upon Contract Professional's County agrees to pay Contract Professional for services performed as set forth in Exhibits A and B, and at the rate of set forth in Exhibit B. Charges shall be based on the time actually spent performing the services, but shall exclude travel time. 5 B. Mileage may/may not (circle one) be charged to and from any required job site at a rate of cents per mile. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. C. 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. D. Payment for services and all related expenses under this Agreement shall not exceed 5. Additional Work. 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. Independent Contractor. Contract Professional shall perform its duties hereunder as an independent Contractor and not as an employee. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Neither Contract Professional nor any agent or employee of Contract Professional shall be deemed to be an agent or employee of County. Contract Professional and 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 (b) provide proof thereof when requested to do so by County. 7. Warranty., Contract Professional warrants that 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 shall faithfully perform the work in accordance with the standards of care, skill, training, diligence and judgment provided by highly competent individuals and entities that perform services of a similar nature to those described in this Agreement. 8. Reports County Property. 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. Such materials include, but are not limited to, reports, data, plans, drawings, records and computer files. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 9. Acceptance of Product 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 furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the work. Acceptance by the County of, or payment for, any services performed 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. 10. Insurance and Indemnification. Contract Professional shall defend and indemnify County and CDOT, their officers and agents, from and against injury, loss, damage or liability arising from Contract Professional's acts, errors or omissions in seeking to perform its obligations under this Agreement and shall hold County harmless from any loss occasioned as a result of the performance of this Agreement. 6 A. General Requirements: Contract Professional agrees to secure, at or before the time of execution of this Agreement, the following insurance covering all operations, goods or services provided pursuant to this Agreement. Contract Professional shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, during any warranty period, and for three (3) years after termination of the Agreement. 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 Public Works 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 Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self- insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contract Professional. 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. B. Types of Insurance: Contract Professional shall obtain, and maintain at all times during the term of this Contract, insurance in the following kinds and amounts: 1. Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of Contract Professional's employees acting within the course and scope of their employment. 2. Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; iv. $50,000 any one fire; and v. $500,000 errors and omissions. C. 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 on County property and elsewhere. D. Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $1,000,000 aggregate limit for all claims. E. Additional Provisions: 1. Policies for all general liability, excess/umbrella liability, liquor liability and pollution liability must provide the following: If any aggregate limit is reduce by twenty-five percent (25%) or more by paid or reserved claims, Contractor shall notify County within ten (10) days and reinstate the aggregates required; ii. Unlimited defense costs in excess of policy limits; Contractual liability covering the indemnification provisions of this Agreement; iv. A severability of interests provision; v. Waiver of exclusion for lawsuits by one insured against another; vi. A provision that coverage is primary; and vii. A provision that coverage is non-contributory with other coverage or self-insurance provided by County. 2. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability, if the policy is a claims -made policy, the retroactive date must be on or before 7 the contract date or the first date when any goods or services were provided to County, whichever is earlier. 3. Contract Professional agrees to secure and deliver to County's Risk Administrator ("Administrator") at or before the time of execution of this Agreement, and to 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 as set out below. F. Proof of Insurance: Contract Professional shall provide a copy of this Agreement to its insurance agent or broker, and further agrees to have its agent or broker provide proof of Contract Professional's required insurance on www.lns-Cert.com and link the information to County. County reserves the right to require 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. G. 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. H. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent contractors, 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 contractors, sub -vendors suppliers or other entities upon request by the County. 11. Termination. Either party may terminate this Agreement at any time by providing the other party with a thirty (30) day written notice thereof. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. In the event of an early termination, Contract Professional shall be paid for work performed up to the time of notice and County shall be entitled the use of all material generated pursuant to this Agreement. 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 as described herein. 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 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." 12. Non -Assignment. Contract Professional may not assign or transfer this Agreement, any interest therein or claim thereunder, without the prior written approval of County. 13. Access to Records. County shall have access to Contract Professional's financial records as they relate to this Agreement for purposes of audit. Such records shall be complete and available for audit 90 days after final payment hereunder and shall be retained and available for audit purposes for at least five (5) years after final payment hereunder. 14. Time of Essence. Time is of the essence in each and all of the provisions of this Agreement. 15. 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. 16. Notices. Any notice required to be given under this Agreement shall be in writing and shall be mailed or delivered to the other party at that party's address as stated above. 8 17. 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. 18. 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. 19. 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. 20. Entire Agreement/Modifications. This Agreement contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiation, representation, and understanding 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. By execution of this Agreement, County does not warrant that funds will be available to fund this Agreement beyond the current fiscal year. 22. No Conflict. 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, 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 jurisdiction to resolve said dispute. 28. Public Contracts for Services. C.R.S. §8-17.5-101. Contract Professional certifies that Contract Professional is not an illegal immigrant. 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 and 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 of the Department 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 sub -contractor that fails to 9 certify with Contract Professional that the sub -contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional (a) shall not use E -Verify Program or Department program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed, (b) shall notify the sub -contractor and Weld County within three (3) days that Contract Professional has actual knowledge that a sub -contractor is employing or contracting with an illegal alien and (c) shall terminate the subcontract if a sub -contractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice, and (d) 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 Department program, 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 Department 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 damages. 29. Employee Financial Interest/Conflict of Interest. C.R.S. 6624-18-201 et seq. and 624-50-507. The signatories to this Agreement aver that to their knowledge, no employee of County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. Contract Professional has no interest and shall not acquire any interest direct or indirect, which would in any manner or degree 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 conflict 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. 30. 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. 10 8100 S, Akron St, Suite 300 Centennial, CO 80112 (303) 221-0802 PROPOSAL FOR ENGINEERING SERVICES 2013 FLOOD RECOVERY RFP #1300201 WELD COUNTY DEPARTMENT OF PUBLIC WORKS DECEMBER 27, 2013 WELD COUNTY PURCHASING DEPARTMENT PO BOX 758 1150 O STREET, ROOM 107 GREELEY, COLORADO 80631 PROPOSAL FOR ENGINEERING SERVICES 2013 FLOOD RECOVERY RFQ #81300201 Weld County Department of Public Works December 27, 2013 Weld County Purchasing Department PO Box 758 1150 0 Street, Room 107 Greeley, Colorado, 80631, ICON Engineering, Inc. 8100 S. Akron Street, Suite 300 Centennial, CO 80112 (303) 221-0802 ENGINEERIN, INC. 8100 5 t9kron Street, Suite 300, Centennial, CO 80112 - Phone (503) 221-0802 / Fax (305)-221-9019 December 27, 2013 Flaming Management Ms. Marcia Walters Purchasing Agent Weld County Purchasing Department 1150 "0" Street, RM 107 Greeley, CO 806321 RE: Proposal for Engineering Services — 2013 Flood Recovery RFP #81300201 Dear Ms. Walters: ICON Engineering, Inc. (ICON) is pleased to submit this proposal to complete Engineering Services related to the 2013 Flood Recovery. Our Proposal for this project mirrors our earlier Qualifications Statement, with one noted addition. We have elected to augment our Team by including Infrastructure Engineers, Inc. to provide us with supplemental bridge inspection capabilities and additional Civil Engineering manpower. The local office of Infrastructure Engineers is managed by Jeff Anderson, PE, who in his 22 - years with CDOT formerly served for 11 -years in the CDOT bridge inspection division where he was the overall manager. Infrastructure Engineers brings nationally recognized expertize to our team, particularly in both above and below water structural inspection. Jeff has personally conducted inspection of many of the bridges / structures that will be addressed by this contract. As depicted on the cover shortly after the floods hit Colorado, ICON toured many of the damaged areas of Weld County including the selected sample site that is the subject of this proposal. Our tour included representatives from the County Public Works Department; and a representative from the Colorado Water Conservation Board (CWCB). During the first tour, we shot elevations of high water marks and extensively photographed damaged areas. The high water marks were then geo-referenced onto aerial photos taken both before and during the flood event. This gave our firm an appreciation for the tremendous amount of work faced by the County in your recovery efforts. ICON is well versed in recovery processes as members of our staff have worked on various disasters both nationally (throughout Colorado, and in other states including Alaska; Mississippi; Idaho and North Dakota) as well as internationally (Haiti and Mexico). As a result of the 2013 flood, we have worked on public infrastructure improvements for Aurora; Boulder; Estes Park and Fort Collins. We soon will be starting the post-floodplain delineation on the Little Thompson and Big Thompson in the Town of Milliken for the CWCB. ICON is the only Colorado based consulting engineering company that has served FEMA under direct contracts; and the CWCB for flood damage reports, floodplain delineations and grant funding for disaster mitigation. An additional plus that ICON brings to this project is our past working relationship with COOT, specially we have completed several projects that have involved reviews and/or funding through CDOT Region 4. Lastly, ICON has an impressive record for design and construction administration of roadways; culverts and bridges; and channel restoration. We would like the County to know that ICON has a great deal of interest in this project in that our firm is strategically structured to complete the anticipated work in a cost effective manner using our time tested ties with critical reviewing agencies. We have a well established Team of professionals having technical capabilities to complete the designs and our Team is immediately available. Our Proposal presents a summary of our relevant experience which should adequately demonstrate our competency. While we are respectfully humbled by the power and immense destructiveness of flood events, ICON is none -the -less confident in our abilities to restore a measure of order to the chaos that resulted from the 2013 floods. We look forward to working with the Public Works Department, CDOT, FEMA, FHWA, members of the public and other stakeholders on this important contract to maximize the use of federal funding in completing the design of the needed repairs. Sincerely, ICON Engineering, Inc. Penn Gildersleeve, P.E. President TABLE OF CONTENTS Cover Letter Section 1 — Project Team Qualifications 1 1.1 Consultant Team 1 1.1.1 ICON Engineering 1 1.1.2 Sub -Consultants 2 1.2 Key Personnel 5 1.3 Project Administration 7 1.3.1 UDBE Compliance 7 1.3.2 Standard Contract Review 8 Section 2 — Project Experience 9 2.1 Similar Project Experience In Last 5 Years 9 2.2 References 12 2.2.1 Client Quotes 12 2.2.2 Client Contacts 13 2.3 Sample Plan and Profile Sheet 14 Section 3 — Scope of Work 15 3.1 Contract and Sample Site Project Understanding 15 3.2 Sample Site Critical Issues 15 3.3 Accelerated Schedule Suggestions 16 3.4 Management Approach 16 3.5 Technical Approach 17 3.6 Range of Hours Estimate 20 ICON Engineering has designed roadway and flood control measures throughout the front range including Highway85 at 31srStreet in Evans, (left above) and Dahlia Street at 88`Avenue in Thornton (right above). Both of these projects were partially funded by CDOT. SECTION 1 - PROJECT TEAM QUALIFICATIONS 1.1 CONSULTANT TEAM ICON has brought together a comprehensive Team consisting of ICON and selected sub -consultants having unique capabilities and team responsibilities as defined in the following exhibit: Weld County- Engineering Services Related To 2013 Flood Recovery Team Organization ICON Enuineerinq • Project Management • Damage Assessment • FEMA/FHWA FHWA Documentation • Planning/Design • Hydrology/Hydraulics • Highway/Street Design • Channel Restoration • Utilities Design • CADD/GIS • Construction Inspection • Structural Review/Design Sub -Consultants • ERO Resources - Permitting & Assessment • King Surveyors - Survey/Mapping • Kumar Associates - Material Testing • Stolfus & Associates - Traffic Control Engineering • Infrastructure Engineers - Inspection &Design Support • San Engineering - Structural Engineering • THK, Inc. - Landscape Architects A key component to our approach is to have a strong, multi -discipline Team. ICON has worked with all of our Team members on similar recent projects. 1.1.1 ICON Engineering: ICON will complete all design engineering to repair flood damage, including completion of FEMA documentation, cost estimates, contract document preparation (drawings and specifications); and construction administration. ICON is a water resource consulting engineering and surveying firm that offers our clients expertise in public infrastructure, channel stabilization and flood control/management from feasibility studies through preliminary and final design, and also construction management. ICON's focus includes: hydrology/hydraulic analysis; channel and natural systems enhancement, and civil design of dams, roads, bridges, and utilities for District, Municipal, State and Federal clients, throughout this geographical area. Our staff has established a reputation for consistently completing projects on schedule and within predetermined budgets. We have a total of 20 employees including 12 registered engineers and licensed surveyors with additional supporting engineers, technicians, and administration personnel immediately available to proceed with this important design. Year Established: Size of Firm: Contact Information: Principals: ICON Engineering, Inc. 1997 Previously dba Greenhorne & O'Mara, Inc. 1981-1997 20 employees $3,500,000/year average billing (all work is completed by Colorado employees) FEMA and COE work may be in other states ICON Engineering, Inc. c/o Penn Gildersleeve 8100 South Akron Street, Suite 300 Centennial, CO 80112-3508 Phone (303) 221-0802 FAX (303) 221-4019 Email: poildersleeve@iconeno.com For more Information visit our web site: www.iconeng.com. ICON is a locally owned corporation with senior engineers as stockholders. Officers of the firm include: Penn Gildersleeve, P.E., President, Douglas Williams, P.E., Vice President and Matthew Ursetta, P.E., Secretary/Treasurer. Associate Principals include Craig Jacobson, PE, CFM, and Troy Carmann, PE, CFM. All of our Principals are "hands-on" engineers that are involved in the technical phases of our projects. ICON personnel are registered in nearly all states surrounding Colorado. 1 Senior Management Background: General Experience: 1.1.2 Sub Consultants: ERO Resources Corp_ 1842Clarkson Street Denver, CO 80218 (303) 830-1188 Fox; 830-1199 Denver • Boise www.eloresowces corn eio@eroresousces.com Penn Gildersleeve Douglas Williams Matthew Ursetta Craig Jacobson Tray Carmann PE/BSCE 40 Years Experience PE/BSCE 35 Years Experience PE/BSCE 30 Years Experience PE/CFM/BSCE 16 Years Experience PE/CFM/BSCE/MS 16 Years Experience We have recent experience on a wide range of hydrology and hydraulic studies, stream stabilization designs, bridge hydraulic sizing studies, drainage and flood control project designs and studies. Working with stream hydrologists, and fisheries biologists, we have completed projects on many of Colorado's major rivers including the Colorado, S. Platte, Bear Creek, Cherry Creek, Big Thompson River, St. Vrain River, Cache la Poudre River, and many others. ERO Resources (ERO), will assist ICON in determining and summarizing all needed permits/clearances, including environmental historical, and land use. ERO is an environmental consulting firm specializing in land and water resources. Over the past 20 years ERO has developed a reputation for successfully assisting water public sector clients with addressing complex and often controversial environmental issues associated with water development projects, with a particular emphasis on drainage and flood control projects. They have the expertise and credibility needed for negotiations with permitting and commenting agencies, as well as excellent working relationships with those agencies. In addition to providing a full array of standard environmental services for NEPA compliance and environmental permitting, ERO excels at assisting client in developing strategies for environmental compliance and resolving complex environmental issues. ICON Has =A' $1 / $2- 'Million Professional Liability Insurance Policy Through Lloyd's Of London. We Have Never.; Had Any Sort Of Claim Field Against Us. RO andt§ICON haveateamed ogether_ on over 50 drainage° and flood control projects= throughout Colorado Thesey projects i have, resulted ,m the l issuing .of h I terally dozensof • Individual' and <<Nationwide 404 termlts ERO Resources staff is widely recognized as experts in natural resource issues in Colorado and the western United States. ERO Resources has assisted clients in securing the necessary permits required by federal, state, and local regulatory agencies as well as assisting agencies in implementing wetland regulatory programs. Their staff is experienced in Phase I Environmental Site Assessments, threatened and endangered species issues, wetlands delineation and permitting and numerous other environmental issues. ERO has consulted on water resource and environmental issues throughout Colorado and the intermountain West since 1981. Over the years, they have grown to 25 scientists and planners in their Denver office. ERO Resources provides cultural resource services to assist federal agencies and private sector clients throughout all phases of cultural resource permitting and compliance projects that are required to comply with the National Environmental Policy Act (NEPA) and Section 106 of the National Historic Preservation Act (NHPA). Their services include all levels of cultural resource investigations, including baseline data compilation (file and literature reviews), sample or reconnaissance evaluations (Class II) and intensive -level (Class III) inventories, evaluative testing, mitigation plans, and data recovery. ERO has completed Phase I and II Environmental Site Assessments on a variety of properties and transportation corridors, Phase III site remediations, petroleum storage tank closures, coordinated emergency response to spills, analyzed environmental effects of road construction, evaluated and modeled health risks at contaminated sites, completed stormwater management plans, and provided oversight and review of third party environmental investigations. In addition to work performed under the environmental services contract, ERO has worked with communities on several wetland -related projects to ensure compliance with applicable federal regulations. King Surveyors: King Surveyors will assist the ICON Team by providing design surveys, ROW investigations and mapping. In January of 1985, King & Associates was established to provide thorough, experienced and complete surveying services throughout Northern Colorado. In 1994, the firm was renamed King Surveyors, Inc. and is now the largest independent land surveying firm in Northern Colorado with services extending to Wyoming. King Surveyors is a Northern Colorado based company 2 mg rand ICON have ;aeamed together on "several ' `projects ncluding thte�No 3 Ditch project4 it Grµeeley that was a CDOte funded project to + =`provide`, complete ROWx services totj ^DOT's stringers criteria providing complete land surveying services including land survey plats, improvement survey plats, lot line adjustments, subdivision plats, topographic land surveys, and construction staking. They provide surveying services to engineers, land developers and home builders in cities throughout Colorado. Their mission is to provide superior quality surveying services emphasizing quality control through all phases of a project from planning through construction with a high degree of personal commitment. King Surveyors are proud to be a part of the Colorado community and they believe it is important to support local organizations. King Surveyors, Inc. donates services to both Habitat for Humanity and the Poudre Trail. Annual donations are also made to organizations such as the Muscular Dystrophy Association, Windsor's Arbor Day Race, Optimist Club, the Windsor School District, American Cancer Society and several municipalities. Kumar and Associates: K+A provides geotechnical engineering services, environmental sciences, engineering geology, construction observation and soil and material testing for land development, transportation, water resources and mining projects. They also provide forensic engineering and expert opinion for geotechnical engineering projects. Established in 1989, they are a Colorado based company headquartered in Denver with additional offices in Colorado Springs, Fort Collins and Frisco. Key to success is experienced and dedicated staff, attention to project details and requirements of clients. Their simple philosophy of providing services on time, within budget and combined with practical solutions has made K&A a leader in the industry. Services include geotechnical engineering studies, construction observation & materials testing, and environmental services for large projects like Denver International Airport, Sports Authority Stadium (formerly, Invesco Field at Mile High Football Stadium), Jackson Reservoir, state roads and FasTracks. , and ICON have teamed-• ogether on numerous" projects � 2 o rr . from Colorado,Sprmgs=to raFort oli ns. '_ Stolfus Associates: Stolfus will provide traffic control engineering services as required and will assist the Team with CDOT and FHWA coordination. Stolfus & Associates, Inc. was founded by Elizabeth Stolf us in 2003 and is DBE certified. The firm focuses on client service and engineering excellence to develop transportation projects with lasting value to the communities they serve. Located in the Denver area, Stolfus & Associates, Inc. serves Colorado communities and has staff experience on projects in Denver, Colorado Springs, Greenwood Village, Black Hawk, Morrison, Frisco, and Steamboat Springs. Stolfus & Associates, Inc. is well versed in many local agency procedures, AASHTO methodologies, MUTCD guidance, ITE practices, CDOT processes NEPA requirements and design standards, public outreach tactics, and multiple agency coordination. Agit/Mites tolfus and ICON ha......... teamed together on the COOT tfunded,� projects forThornton>: Greeley; and Adams County Stolfus & Associates offers a wide range of traffic and transportation engineering related services including access management, traffic impact analyses, traffic operations evaluations, traffic signal design, roadway and intersection design, construction phasing and traffic control, signing and striping, public outreach, construction observation, and project management. Most recently, they have provided on -call engineering services to CDOT Regions 1, 2, 3, 4, and CTMC, as well as, several Colorado communities including Granby, Morrison, and Elizabeth. They have also provided intersection design services on SH 9 in Summit County, SH 82 in Basalt and Glenwood Springs, and West 124th Avenue and Huron Street in Westminster. As a small firm, Stolfus & Associates, Inc. offers personalized service and direct access to consultant team leaders throughout the project. Team members working on projects are experts in their field and provide valuable guidance to decision -makers on transportation solutions. Stolfus & Associates strives to bring public interests and engineering considerations together to create realistic plans that lead to successful, publicly valued projects. Stolfus & Associates, Inc. offers transportation engineering services from concept development through construction. Stolfus & Associates have extensive experience working on projects along state highways with CDOT and local entities. They have assisted many clients with obtaining both access permits and special use or construction permits from the State and have a good understanding of the process and coordination necessary for success. They are providing various traffic engineering services to CDOT Regions 1, 2, 4 and the Colorado Transportation Management Center (CTMC) through a Non -Project Specific (NPS) Contracts. Through this contract, Stolfus & Associates, Inc. has provided planning, operations and design support to CDOT on a wide range of transportation -related projects. In 3 just the past year their assignments have included: Development of corridor traffic signal timing plans; Traffic signal warrant studies; Traffic operations studies; Conceptual, preliminary and final intersection designs; Preparation of construction documents; Traffic engineering and access management training seminars; Opinions of probable construction cost; Access management and traffic impact study review support. San Engineering: Structural engineering services, including inspections will be provided by San Engineering. San Engineering is ' . San Engineering tic a DBE, W/MBE, SBE, ESB Certified civil engineering firm that offers CND and Structural Engineering a quality of service typical of many large engineering firms combined with the adaptability and personal service that only a small firm can provide. The range of Bridge Engineering services provided by San Engineering includes design of highway and pedestrian bridges, retaining walls and drainage structures. San Engineering has a particular expertise in Accelerated Bridge Construction (ABC) technologies. Minimization of traffic disruption is a driving factor in many of the bridge designs completed by San Engineering. This is achieved through the use of precast or prefabricated structural components as well as innovative construction phasing approaches. San is currently assisting ICON in a similar capacity on two projects along the S. Platte River and has worked extensively with ICON on other similar projects. BT Trenchless: Utility locates will be provided by BT Trenchless. For over twenty-five years, BTrenchless has handled some of the most challenging projects available in the western part of the United States. As part of BT Construction, BTrenchless has become one of Colorado's most respected contractors, specializing in underground trenchless technologies. Numerous specialty crews, dedicated staff, and large inventory of state-of-the-art equipment keep them the leader in the trenchless construction industry. From simple substrates to complex contaminated soils, BTrenchless has the ability to tackle any situation. THK Associates, Inc. is a planning, landscape architectural and urban design firm that assists public and privates clients in making informed and realistic decisions. THK is distinguished by providing a balanced emphasis on the environmental, political, social and economic factors of a given project. For 42 years, THK has been a leader in the planning and design of road and riparian corridor restoration projects, enhancing water quality, restoring habitat, stabilizing the channel, reducing flood risk and developing education and recreation opportunities. They have completed hundreds of greenway, recreation facilit es and ecosystem restoration projects throughout the United States. Currently, THK is working on over 100 miles of river corridor restoration along the Front Range of Colorado, including the South Platte River, Clear Creek, Monument Creek and Fountain Creek. These projects involve unique methods to improve water quality, restore habitat, stabilize the channel and reduce flood risk. Each project combined creative and natural solutions such as bio-swales, wetland creation, water quality ponds, natural appearing drop structures, sediment removal devices, side detention areas and sensitive grading solutions. L- Tre h®ess associates, Uric. Infrastructure Engineers will provide support services including structure inspection, structural design and if needed additional civil design manpower. Established in 1994, Infrastructure Engineers have performed over 20,000 National Bridge Inspection Standard (NBIS) or similar inspections of which 7,990 were underwater inspections. These services have been performed in nearly every state (including Alaska and Hawaii) as well as several other countries. In Colorado, they have performed 3 cycles of underwater bridge inspections (2000, 2005 and 2010) for 90+ bridges statewide. They provide scour analysis, engineering design for transportation projects; structural inspection for bridges (above and below water) and ancillary highway structures; and construction engineering inspection. With multiple offices nationwide in nine states, they offer multi -disciplined engineering services for clients and exciting career opportunities for employees. The company has been recognized as one of the top 150 fastest growing engineering firms on the 2010, 2011 and 2012 Hot Firm List by Zweig White. Infrastructure Engineers is recognized across the nation as leaders in the bridge inspection arena. Their professional staff provides an array of routine bridge and sign inspection services. Every bridge inspector at Infrastructure Engineers receives specialized training from the Federal Highway Administration and various state departments of transportation to ensure superior service. Their nationwide experience in 47 states establishes Infrastructure Engineers, Inc. as a national leader in the area of underwater bridge inspection. Each NBIS-qualified inspection team is managed by a registered professional engineer who is trained as a U.S. Navy construction diver. Each team is comprised of certified Association of Diving Contractors International (ADCI) commercial divers who have extensive experience in performing underwater inspections on bridges and other waterfront structures. 6 INFRASTRUCTURE ENGINEERS,INC. 4 1.2 KEY PERSONNEL Although the exact project(s) that ICON may be assigned under this contract are not known at this time, we have established a primary Team that is capable of handling nearly all potential flood restoration work of public infrastructure including rebuilding: roadways; river channels; utilities and associated structures. While we recognize that not all our proposed staff may be needed, we wanted to demonstrate the depth our capabilities and understanding of the type of work that is involved with flood recovery. Our Key Technical Staff are presented on the following figure but please note that our general Team organization can be supplemented by additional personnel from ICON's staff and that of our proposed sub -consultants. Pn eipal ti Charge Matt e,ar °rseita P moiv ngineerin, T'OManager' „ Su eys appmt kryipitoc PAS _afn.. " Manage igt 0ASLA scape Archi e ccture HKAssocrates QA/Q° Office p iclersieeve; PE En ine ,iGON nn'' Ta Man.pger r uctun II Des n ntkli ccio g •neet•: JetfrAnde sr on, P illillme nt&S.lructures !n rastturwigmee S Matthew Ursetta, PE ICON Engineering Title: - Principal (Secretary/Treasurer) Project Assignment: Project Manager — Principal In Charge Mr. Ursetta will serve as the overall Principal -In -Charge. He will be responsible for negotiating the contract and will provide overall project direction. In his position as a Principal with ICON, he is also authorized to sign contracts, assign staffing, and make resource allocations as required. Mr. Ursetta has 30 years of consulting experience all of which has been in roadway and drainage and flood control designs in the Denver Metro area. He will direct all activities of the ICON personnel and will coordinate with our sub -consultants. Mr. Ursetta has served as the Project Manager on the design and construction management of over $11 million in roadway and utility improvements in the Dupont area of un-incorporated Adams County. This is the single largest contract ever let by the County. He has also designed approximately 6.2 miles of gravel to asphalt roads in the Parker Triangle area of un-incorporated Arapahoe County. His recent experience includes the design of over 30 miles of roads including our recently completed Dahlia Street widening for the City of Thornton / CDOT; and our design of the Lowell Boulevard widening for Adams County. The Dahlia project and the Lowell project were recently constructed. He completed the design of CDOT funded improvements including a pedestrian bridge in Greeley. Mr. Ursetta also is currently working with the City of Thornton on the design of improvements to the 88th and Colorado, and Adams County for improvements to Welby Road. 5 Penn Gildersleeve, PE ICON Engineering Title: - President Project Assignment: QA/QC Officer / Technical Advisor Mr. Gildersleeve will serve as the QA/QC Officer and as such will provide an independent check on all work product produced by the design Team, and will generally be available to brainstorm design decisions. During the course of the work, Mr. Gildersleeve will assist the team in the formulation of design concepts including input on available technology, providing value engineering of alternatives and a review of planned improvements from a standpoint of constructability. Mr. Gildersleeve will also conduct ICON's internal O/VOC reviews. Typically, the time that one of ICON's QA /QC officer spends on a project is not charged to the client. We have found that conducting our own internal Value Engineering reviews and providing our clients with a thoroughly reviewed, professional submittal is our best form of advertising for future work. This is also the best way we know of to spend our business development budget. Mr. Gildersleeve will also help in presenting applicable projects to the public. He is a Principal of ICON Engineering and has over 35 years of consulting experience, having designed roadways, drainage improvements and utilities for Colorado local governmental entities throughout the Front Range. He currently serves as the Town Engineer for development review for the Towns of Eagle, Columbine Valley, Cherry Hills Village. Cindy Rose, PE ICON Engineering — Professional Engineer III Project Assignment: Task Manager - Design Ms. Rose will serve as the overall Task Manager leading an Engineering Design Team for completing preliminary and final designs of the roadway and drainage improvements. Ms. Rose will be responsible for the day-to-day engineering for all technical tasks assigned to her team. She will coordinate with the Principal In Charge and will supervise a design team of engineers, technicians, and drafters required to complete the required tasks. She is a Registered Professional Engineer and has 14 -years of consulting engineering experience, completing the designs of roadway, parking lots, water and sewer system improvements. She most recently served in the same capacity for our work on both the Lowell Boulevard and Dahlia Street widening projects. She also assisted Mr. Ursetta in the re -design of several local roadways within the Goat Hill neighborhood of Adams County, wherein our work included gravel to asphalt upgrades of several blocks of existing residential neighborhoods. Kent Barringer, PE ICON Engineering — Senior Professional Engineer Project Assignment: Roadway Geometry — Railroad Crossing Engineer Mr. Barringer will assist the Team in the roadway geometrical design and will be responsible for coordinating with the railroad crossing, if required. Mr. Barringer has 32 -years of consulting experience, including having worked with Mr. Ursetta for over 24 -years. He was the design engineer for the 2.7 mile gravel to paved widening of Tomah Road for Douglas County which included a new at -grade railroad crossing, seven drainage culverts, and numerous property easements along a rolling topography. He served in the same capacity for our design of 1.1 miles of roadway widening along East Parker Road also for Douglas County, which involved major realignment to achieve a balanced cut and fill with roadway slopes as steep as 8.3%. Mr. Barringer was responsible for working with the railroad to gain permits related to our design and construction of the Howes Street Outfall which required crossing an active railroad. In addition, construction was just completed of a major storm sewer outfall designed by Mr. Barringer for the Town of Eagle that involved obtaining permits for open cutting the CDOT controlled Highway 6, along with jacking a large diameter pipe under an active railroad with multiple tracks. Mr. Barringer has completed several drainageway/road crossings including Stover and Stuart Streets in Fort Collins. He completed the design for cast -in -place bridges at Princeton Street and Kenyon Street in the City of Denver. These structures were chosen based on an alternative analysis, economics, and construction requirements. He also completed a design for a large culvert crossing of 30th Street in Boulder (5 @ 10' x 8' RCB's) and the Burlington Northern Railroad in Boulder (3 @ 10' x 8' RCB's). He successfully worked with private irrigation companies involving diversions and crossings of their facilities and included a rerouting of the Farmers Ditch in Boulder. Jacob Marquez, EIT ICON Engineering — Engineer I Project Assignment: Engineer Mr. Marquez will assist in completing hydraulic analysis, design of roadway facilities, and design of utility projects. Jacob has seven years experience in completing designs of streets, water and sewer relocations and new systems, storm sewer systems, grading, and curb and gutter for both private and public facilities. He completed the design of several miles of roadway for the Dupont area in Adams County, and assisted Ms. Rose in the Goat Hill neighborhood, Lowell Boulevard expansion, Dahlia Street 6 widening, and design of roadways in Black Hawk. Mr. Marquez is bi-lingual, and has been a major asset in public meetings, providing a link for communication and interpretation for Spanish speaking citizens. He has also assisted us with communication with construction contractors. Prior to working at ICON, he was employed by the Arapahoe County Public Works Department. Aaron Bousselot, PE ICON Engineering — Professional Engineer I Project Assignment: Drainage Engineer — Construction Engineer Aaron will serve as our primary drainage design engineer, working under Ms. Roses direction. He will also be our likely choice to lead construction administration services. Mr. Bousselot has 12 years of consulting engineering experience. His Master's Degree thesis examined hydraulic modeling of overtopping bridges and culverts. He recently completed our design of the West Orchard Pond and storm drainage improvements for the City of Fort Collins, He designed and obtained permits for a storm sewer to be jacked under UP Railroad in the Town of Brighton. He designed a major storm sewer through the Adams County consisting of large diameter RCP which required significant utility relocations, protection of existing residential improvements and the design and permitting of a railroad crossing (constructed without taking the tracks out of service). He served in a similar capacity for our recently completed designs for the Fort Collins. Examples of his drainage design work can be found throughout Colorado on streams such as the South Platte, Cache La Poudre, Clear Creek, Bear Creek, Sand Creek, Cherry Creek and numerous smaller drainageways. John Migliaccio, PE - SAN Engineering, LLC: will be the lead structural design engineer for any structural needs including inspections. He has performed design of highway bridges, retaining walls and other structural projects throughout Colorado including building systems such as prestressed concrete, cast -in -place concrete, structural steel, and timber. A large portion of John's background has been in the design of pedestrian bridges and underpasses, as well as landscape features in communities throughout the Front Range. John is proficient in modeling, analysis, and design of various bridge types and typically carries his projects from the alternative evaluation phase to completion of construction. John is certified by the National Highway Institute as a Bridge Inspection Team Leader and has experience rating bridges using Virtis software from AASHTOWare. MARK S. WILSON, RLA — THK Associates: Mark will assist the Team by providing landscape restoration design services. He is a Project Manager/Senior Landscape Architect with THK and has over 29 years of experience as a Landscape Architect. Mr. Wilson is a creative visionary who provides design input from conceptualization to implementation. Mr. Wilson's emphasis in roadway and riparian planning and restoration projects is his passion. He has worked on numerous riparian and restoration projects throughout Colorado. He has designed and supervised the construction of these projects and has met and coordinated with numerous governmental agencies for these efforts and they include: DOW, CDOT, CPHE, State Land Board, NRCS, Colorado State Parks, Colorado Water Conservancy, GOCO, CWCB, Colorado State University, Colorado Open Lands; most local City and governmental agencies including Utilities Departments, Parks & Planning Departments, Vision Task Force(s) and Foundations. He is currently working with ICON on the Riparian/Restoration along the South Platte River through Denver. Jeff Anderson, PE Infrastructure Engineers, Inc.: Jeff will assist the Team with structural inspections and providing additional depth of bridge/roadway design. Jeff is the Office Manager of the Colorado branch office of Infrastructure Engineers. He is a certified NHI instructor for bridge inspections, bridge inspector, ancillary structure inspector, bridge rater. Prior to joining Infrastructure Engineers in 2011, Jeff was with CDOT for 22 -years, which included serving for 10 -years as the Bridge Inspection Program Manager. He also served CDOT as a Bridge Designer for 11 -years designing multiple bridges and highway structures throughout Colorado. Jeff Anderson's Skills & Expertise includes: Civil Engineering (Road and Highway Design /Transportation an. ra"ic Engineering); Structural Engineering (Bridge Design and Analysis / Inspection of Steel and Concrete Structures); additionally, he is comfortable working in both Microstation and AutoCAD. David Reser, PE Infrastructure Engineers, Inc.: With over 26 years of experience, David Reser, PE will serve as a support structural engineer for this contract. Mr. Reser has served in a leadership role for every underwater bridge inspection completed by Infrastructure Engineers since 1994, including serving as the project manager and senior team leader for all three cycles of CDOT underwater bridge inspection contracts. He serves as a lead instructor for NHI 130053, Bridge Inspection Refresher Training and has been recognized by NHI as an Instructor of 7 Excellence. He is also FHWA-trained in scour evaluation. Similar Project Experience: Statewide Underwater Bridge Inspections (Three Cycles) — CDOT; NBIS Local Government Bridge Inspections and Scour Analysis — Florida DOT District Two; Statewide Underwater Bridge Inspection and Scour Analysis — Mississippi DOT; Districtwide Scour Evaluation — Florida DOT District Five. Certifications/Courses: Association of Diving Contractors International #44213 — Mixed Gas Diving Supervisor; FHWA Certified Bridge Inspection Instructor, 2007; NHI 130046, Stream Stability and Scour at Bridges; NHI 130055, Safety Inspection of In -Service Bridges; NHI 130053, Bridge Inspection Refresher Training; NHI 13036, Inspection of Fracture Critical Members; NHI 130051, Bridge Management System Inspector Training. Benjamin Kenney, PE Infrastructure Engineers, Inc. Benjamin will assist the Team by providing additional structural engineering and structure inspection capabilities as needed. With six years of experience, Benjamin Kenney, PE serves Infrastructure Engineers as a deputy project manager, structural engineer and certified bridge inspector. He has experience in providing NBIS routine and underwater bridge inspections as well as scour analysis for local governments, state departments of transportation and federal agencies. As an ADCI-certified commercial diver, he is experienced in performing inspections in a multitude of environments. Similar Project Experience: Statewide Underwater Bridge Inspections (2010 Cycle) — CDOT; NBIS Local Government Bridge Inspections and Scour Analysis — Florida DOT District Two; Statewide Underwater Bridge Inspection — Wyoming DOT. Certifications/ Courses: Association of Diving Contractors International #33734 - Surface -supplied Air Diver; Society of Professional Rope Access Technicians - Level I Climber; NHI 130091, Underwater Bridge Inspection; NHI 135046, Stream Stability and Scour at Highway Bridges; NHI 130055, Safety Inspection of In -Service Bridges; NH! 130053, Bridge Inspection Refresher Training; NHI 130078, Fracture Critical Inspection Techniques for Steel Bridges. 1.3 PROJECT ADMINISTRATION 1.3.1 UDBE Compliance: ICON's proposed Team includes several CDOT Certified UDBE firms all of whom we have worked with before. We do not anticipate any issues in meeting the 10% utilization rate that may be required for work on certain of the potential sites. Although the scope of work will depend on the drainageway we are assigned and the need at each proje Firm Responsibility DBE Status Fee Range ICON Project Management Civil Design No 80 - 54 ERO Resources Permitting No 3 - 4 King Surveyors Survey / Easements No 4 - 8 Kumar Geotech & Materials Testing Yes 7 - 12 Stolfus & Associates Traffic Control / Transportation Yes 3 - 5 San Engineering Structural & Inspection Yes 4 - 6 Infrastructure Engineers Structural & Inspection No 3 - 8 THK, Inc. Revegetation No 1 - 3 1.3.2 Standard Contract Review: We have reviewed the draft "Professional Services Agreement' that was included with the RFP and find that we can sign it without modification. We would, however, like to point out the following for your consideration: • Paragraph 4.A Compensation. The first sentence is an incomplete sentence and the intent is therefore not clear. • Paragraph 4.B. Mileage. ICON s intend on charging mileage at the current federally acceptable rate. • Paragraph 10.A. Insurance and Indemnification: Note that ICON's Professional Liability insurance is underwritten through Lloyd's of London and is rated by A.M. Best as A-15 thus exceeding the minimum requirements. We strongly suggest that the County enforce this requirement for all submitting firms. • Regarding compensation, given the unspecified nature of the work, and the fact that construction administration services may be included, this would make us believe that it would be inn everyone's best interest to make this a time and materials contract with a not -to -exceed limit. 8 SECTION 2 - PROJECT EXPERIENCE 2.1 SIMILAR PROJECTS IN LAST 5 YEARS: Roadways and major drainageways are often in conflict, and consequently design examples of improvements completed by ICON can be found throughout the Front Range. In this section we present a plan and profile of a project that clearly demonstrates ICONs comfort level in designing both roadway and flow conveyance structures. This project, Brantner Gulch at Holly Street, was completed for the City of Thornton in conjunction with the UDFCD, and was the recipient of the 2013 APWA Achievement Award and the CASFM 2013 Honor Award for Engineering Excellence. Overall management of this project was provided by Matt Ursetta and the primary design engineer was Cindy Rose. A flood event in Brantner Gulch overtopped the 5 -lane major arterial Holly Street resulting in the loss of the roadway embankment and loss of several utilities. Although the roadway was temporarily rebuilt by City crews, ICON was called upon to design a more "bullet-proof" solution for the road and hydraulic structure. e complexity=of some of our relevant project experience is demonstrated bye te photos To the left is a picture of Holly Street at Brans tnnec Gulch during,a minor flood event shortly before the roadway embankmentwas lost ICON was retained to design improvements tolthe roadway including a widening, vertical ,realignment and a 24ftwjdearchrculvertwith trail underpass.= - The picture below as taken duringthe'early par of the September 2013 -flood event which the new, improvements handled, witho�ut,,damagee Contact Pete+Brezall with Thornton. 2. In the past 5 -years, ICON Engineering has been awarded a total of 189 separate contracts with public sector cliental. Of these base contracts, a total of 11 are for continuing service or "On Call Contracts" that have resulted in an additional total of 184 Task Orders. Our assignments have included roadways, drainage related improvements, parks, other public sector infra -structure improvements. This means that in the past five years, ICON has been awarded a total of 317 projects that have a direct relevance to the Weld County's Flood Recovery Contract. Although ICON is a relatively small Colorado based consulting firm, we truly believe that there is not another engineering firm in the State of Colorado, regardless of size or national standing that has our focus and success in completing Public Sector contracts of the size envisioned by the County. This rather brash statement is further supported by these facts: • For Adams County, ICON has completed the design of over 25 city blocks of roadway and utility updates. As a result of this contract, ICON has been the County's most utilized consultant. • Outside of the Denver Metro area, the City of Fort Collins is widely accepted as an example of a premier Colorado entity with respect to management of public infrastructure. ICON is in our 16th year of service under an Open Ended Services Contract wherein we have performed literally dozens of planning and design projects. We are the only non -Fort Collins based firm to achieve this type of working relationship. • Year after year, ICON completes more work for the Urban Drainage and Flood Control District than any other consulting firm, and no other Colorado agency has the magnitude of drainage work as the UD&FCD. • ICON is the only firm Colorado based firm that has held an Open -Ended Study Contractor Agreement for with FEMA Region 8. ICON held this contract since 2001. Colorado is the most active of the six states comprising Region 8. 9 ICON Projects Get Built! We are proud of our ability to find solutions. Whatever the project needs, we find a way. Contact John Conn at Jefferson County to discuss the North Coon Creek at Miller Road Crossing shown here. This replaced an undersized culvert that had a history of overtopping with significant road damages and closures. Another successful project managed by Matt Ursetta. We have listed below a few of the projects -on which our Team assigned to this contract has worked together. Projects in red were completed in the past five years and that are particularly relevant to the Weld County work. We have selected these particular projects due to the relative complexity of the work, skill sets required and similarity to elements of the expected work. References for these projects are provided in Section 2.2.2. In addition, to these roadway projects, ICON has vast experience providing maintenance designs for hydraulic structures through our many years of service to the UDFCD under an on -call contract. This work typically involved designing repairs to major drainageway facilities that were damaged due to flood events. We are currently completing the design of projects involving hydrology/hydraulics, floodplain delineation, master planning, stream stabilization, bridge hydraulic sizing, utility design, pipelines, wetlands protection/enhancement, for public and private clients throughout Colorado. ICON Relevant Projects (Roadway and Crossing Structures) - Alameda Boulevard Emergency Flood Repair , Aurora - I-25 Bridge St. Vrain Creek Stabilization, CDOT - Coley Street at Goldsmith Gulch Culvert Replacement, Centennial - Dupont Area Streets, Adams County - Lowell Boulevard, Adams County - 88th & Colorado Blvd, Thornton - Bolling Drive Tributary at Tower Road Box Culvert, Aurora - Brantner Gulch at Holly Street Box Culvert, Thornton - Highway 85 and 31st Street Intersection, Evans - Church Street / High Street Black Hawk - Pueblo, 35th, Streets, Evans - High Street, Black Hawk - Quebec Street Widening, Arapahoe County - Coon Creek At Miller Street Box Culvert, Jefferson County - Four Square Mile Collectors, Arapahoe County - Parker Triangle Collectors, Arapahoe County - 88th & Dahlia, Adams County / CDOT - South Dayton Street Widening, Arapahoe County - Inverness Roadways, Inverness Business Park - Adams County 2013 Paving Program, Adams County ICON Relevant Projects (Repair of Flood Control Improvements) - Cherry Creek Drop Structure Repair Multiple Locations, Denver, - S. Platte River Drop Structure Repair Multiple Locations, UDFCD - Cache la Poudre Drop Structure Repair, Fort Collins 10 Rapid Response Case Study: 2013 Flood Damage Mitigation - Alameda Boulevard In Aurora, Colorado One example of ICON's ability to react quickly to mitigate flood damage is demonstrated by our work for the City of Aurora at Alameda Boulevard near Expo Park. As a result of the September flood event, flows in Westerly Creek exceeded the capacity of a regional detention pond in Expo Park, overtopping a major arterial roadway. Additional flood flows were introduced to the area from the Highline Canal which also crosses Alameda in the same area. At this location, Alameda has a five travel lane configuration with attached sidewalks on both sides. Flows cascading over Alameda eroded the roadway embankment leaving a near vertical 15 -feet tall cut face that actually left the sidewalk suspended without any support. This forced the closing of the sidewalk and one lane of traffic. Situated across from a major public park and adjacent to a school, the damage created a very dangerous situation to both pedestrians and roadway users. On September 17, 2013, Aurora's Associate City Engineer Tom McMinimme contacted ICON with an emergency request to assist the City by designing improvements, and then selecting a construction contractor, negotiating a construction contract, and administering the construction. Wasting no time, ICON was able to facilitate the design and construction (using a modified design/build contract), going from initial notice of the problem to completion of the construction within 45 -days. Traffic control measures were removed on October 30th, and full use of the finished project started that day. The City estimated the project would cost in the vicinity of $200,000. ICON and our selected contractor were able to complete the design and construction at a cost of less than half the City estimate. This project was managed by Penn Gildersleeve directing ICON staff that will also be assigned to the Weld County flood recovery work. Flood Damage Photos Taken September 18, 2013 Completed Repairs Photos taken October 28, 2013 CEMENTS.,^ )esignPermittin nsu vn t ontruct rlodifled )esign/Budtl f tdmmistration r oonnsTtructiom )bservationn EFERENCES om M,cMinnime )r Steve lark' iurora Public ,r orks� w� 5151 E P,lamed ;uite320.0 Aurora O 8001'2x 739.:7 w' 11 2.2 REFERENCES 2.2.1 Client Quotes: A sampling of quotes taken from communication from our clients and project stakeholders is provided below. Note that several of these were received as a result of our work related to the 2013 flooding in Colorado. Full copies can be provided if requested. "ICON has a long history of teaming with the UDFCD on a variety of project levels. Their strength comes from their experienced personnel, and ability to adapt their services to what each individual project requires. Their technical knowledge combined with their strong leadership skills makes ICON a strong choice." David Bennetts, PE, CFM Manager, Design, Construction and Maintenance Program, Urban Drainage and Flood Control District "Our flood mitigation project was a very successful project for the City of Grand Junction and would not have been possible without ICON's diligent coordination with FEMA and their rigorous design efforts. ICON provided the City with a quality work product. ICON staff was always responsive to our needs and dealt with all City staff in a very professional manner." Bret Guillory, PE, CFM, Utility Engineer, City of Grand Junction "In all aspects of their work, the staff of ICON Engineering has shown remarkable dedication to client satisfaction. I have experienced situations in several of our projects when unforeseen circumstances could have resulted in significant scheduling delays and cost overruns. In each and every case, ICON demonstrated creativity, hard work, and determination that prevented these situations from escalating. They have demonstrated unmatched technical vision to go along with their leadership and reliability." Kevin Houck Flood Control and Floodplain Management Section Colorado Water Conservation Board "A sanitary sewer encasement had become exposed in the bed of Boulder Creek in the City of Boulder near the Humane Society at 55th and Pearl Parkway. We hired ICON to assist us with design of a drop structure and bank stabilization to raise the creek and protect this sanitary sewer. At the request of the City Open Space staff, ICON incorporated a non -species specific fish passage section into a portion of the drop structure. The fish passage will convey the low flows. A 5 -foot deep pool at the downstream end gives fish a refuge area prior to attempting the swim upstream. ICON did an excellent job on this project, adapting to the changing needs of the project sponsors, and providing a design that blended in well within the context of the site, and was easily constructed. I would not hesitate to use them again for a similar project."' Dave Skuodas, PE, Sr. Engineer, Construction and Maintenance Program, Urban Drainage and Flood Control District "Because of the 2013 flooding, we have just completed documenting the flooding, limits alongall of our 15 drainageways - a monumental task that could not have been done without the help of ICON. You guys are rock stars! ` Kurt Baurer, Flood Control and Floodplain Management Section City of Boulder "I would like to personally thank you for all the support ICON Engineering has offered the Town of Estes Park through Terry Martin and Craig Jacobson. They have shown a sincere dedication to public safety through sound floodplain management and dedicated service to the people of Estes Park. Thank you for your dedication to Colorado flood recovery, evident by ICON's swift deployment of resources to Estes Park. Brian Varrella, PE, CRM CASFM Chair "I just wanted to pass on a compliment that our Team received'' yesterday. Mrs. Smith (east side property owner) came up to our progress meeting yesterday. With a tear in her eye she said `I want to thank all of you for what you have done on this project, I never imagined that it would look this good'. Then she hugged Darren Bradshaw, Morgan McDermott, Ryan Davis and myself. Each of you have made significant contributions to the successful completion of this project, which at times has been challenging. In addition to Mrs. Smith's compliment I wanted to pass on my gratitude for all that you all have done." John Conn, Jefferson County Regarding N. Coon Creek At Miller Box Culvert Crossing 12 2.2.2 CLIENT CONTACTS: Our proposal demonstrates, through the use of project descriptions, ICON's capabilities in roadway and river restoration design, hydrology and hydraulic studies and the design/construction of drainage and flood control improvements. ICON is very proud of our long term working relationships with a multitude of public sector clients. This attests to our ability to work well with client staff, understand the importance of budget and schedule constraints, and most importantly, we do quality work! We have completed well over 300 contracts for the UD&FCD, dozens for the City of Fort Collins, dozens for Adams County and have worked continuously for many years with various Colorado counties and towns, as well as Colorado Water Conservation Board and FEMA Region 8. ICON has an extensive list of public sector clients, and you should feel free to contact any of our clients. We are extremely proud of the fact that all of our clients have been delighted with our work. This submittal highlights our work in roadway reconstruction including utility work and stream restoration. Please feel free to contact any of the listed clients, but in particular, we very strongly request that you discuss our qualifications with the following: Urban Drainage and Flood Control District Paul Hindman, Executive Director Dave Bennetts, Manager, Design and Construction Bill DeGroot, Manager Floodplain Management Dave Skoudas, Sr. Engineer, Design and Construction Colorado Water Conservation Board Kevin Houck / Thuy Patton Section Chief, Watershed Protection And Flood Mitigation Section 1580 Logan St., Suite 200 Denver, CO 80203 303 866-3441, ext 3208 FEMA Region VIII Dawn Gladwell Denver Federal Center Building 710 Denver, CO 80225 303 235-4836 Fort Collins Brian Varrella, PE, CFM Floodplain Administrator 700 Wood Street Fort Collins, CO 80521 970 416-2217 bvarrella@fcgov.com City of Boulder Kurt Baurer, PE, CFM Engineering Project Manager Public Works Department - Utilities P.O. Box 791 Boulder, CO 80306 Bauerk@bouldercolorado.gov City of Thornton Pete Brezall Project Engineer Public Works 12450 Washington Street Thornton, CO 80241 720 977-6251 2580 West 26th Avenue Suite 156B Denver, CO 80211 303 455-6277 Jefferson County John Conn, PE, CFM Transportation and Engineering Project Engineer 100 Jefferson County Parkway Golden, CO 80419 303 281-8496 jconn@jeffco.us US Army Corps of Engineers, Omaha District Randy Behm, PE, CFM 106 South 15th St. Omaha, NE 68102 402 221-4596 randall.l.behm@usace.army.mil Aurora Tom McMinimee Associate City Engineer 15151 East Alameda Parkway, Suite 3200 Aurora, CO 80012 303 739-7300 tmcminim@auroragov.org Estes Park Alison Chilcott Planning Director 170 MacGregor Ave. Estes Park, CO 80517 970 577-3720 achilcott@estes.org Adams County Russ Nelson, PE- Project Engineer Public Works 4430 S. Adams County Parkway, 1st Floor Brighton, CO 80601 303 453-8777 2.3 SAMPLE PLAN AND PROFILE SHEET On the following page we present a plan and profile sheet from the APWA and CASFM award winning Brantner Gulch at Holy Street, a similar project completed by the staff that will be assigned to this contract. 13 ,, T ' 1 \ - / 361 105/0/i00X3 JO NOE V001 X08ddV S' : 1 1I' I II v / / IE III �I �fl+Lt OLD G L� 11 kok at i aII• 1 � I ZI I r .. �'1, 1� ���� la �I,,Ir rl X ... —_ ' ' -,� -�� 1 I -�n-- w z z X13 w--� i s71 �^, w � _ - - ' I I I la g. 'r -I [ `Y. mrJ od -'1 In T it I:1 11 _ ow wmi1- I QQ1 '> Z IHIM a or +4 I III I �� a Q ICI z I --'1 II II Z�H P M ** \ •I N2 Ii - I,,, 6- r lim 117 .. - I 1 1 1`�/{ljI 4] Inx J N w ' II, v I„ / 1 S;kta-7 ,3 1I 10¢4z�' Iwo a I'r w xII I� 1 t l iii QI4 8 911 0 I:SDi\3 O l— W> r- 00 0 n, OW 1 I ..tom IIIII J Ci (i) V 1 o1 gaol xoaddv I O=._ I6-6 VlS �j i1 I I 11 I k�l ¢ �l /oii_ �__ III ;S$HHi;j::c;ii ii _ _ I �I I 11 1 _ _� _, [ I I' 1 I IIt JI it.. pis 01 II 0 +?� • • i I I z6S a31V LSd0 £ 0350dOCq I 1 cr' 1 :. IG I� 3nn' Zf 1r' u. d0 dM 11X3 e� �� e • I� yQ., I(��^- D 1 ! l c0 NI1V 'R0 d in Oo .1000 L3-8 Oh :'�• —`�7v1 II III +.37) n ai1 03 X b(y3 — 10 PV; STA =--8 r I I Nait l add I I ,?3 , I 9 i I I No II II 1 , m / k t �� Il .. I -__ I — I I I 1 IT T1-1 I l 1 ,e1II�i�4 ii IF I 1 I j1 1 1 1 , , IIIII � _�� 1 I I 111. �. I: N w _I .S�z- I. 1 I III, IICI III 1 1 1�� I:I I I I' I I� II cL 0 QQ w 3 1 III zw O> m a3M3S-NdS 0C fl3 r— 00 1 I III III ��l.� t_ k I III � 1NQ nails IU I X1.1 I I I -�- ,X111 IIIIW II III III SECTION 3 - SCOPE OF WORK 3.1 CONTRACT AND SAMPLE SITE PROJECT UNDERSTANDING The 2013 flood event in Weld County resulted in approximately $30 to $40 million in public infrastructure damage. That ICON is aware of, the County has awarded: 5 contracts for bridge repairs totaling over $4.2 million; 1 contract for roadway repairs for $146,000; and a quantities based contract for debris removal. A lot of work remains to be done. At this time, the County is seeking to retain four consultants to provide engineering design, surveying, plan preparation and construction management services to assist the County in narrowing the gap between the damage and repaired infrastructure. The successful consultants will be assigned to multiple sites on one of four major drainageways. Although subject to change, it is anticipated that there will be about 10 sites on the Big Dry / Little Dry Basin (No FHWA Bridges); 8 sites on the Big Thompson Basin (4 FHWA Bridges); 6 sites on the Boulder / St. Vrain basin (1 FHWA Bridge); and 6 sites on the South Platte River (2 FHWA Bridges). To aid the County in selecting consultants, one sample site has been selected and the County requires a detailed q scope of services along with an anticipated range of consultant hours for this one site. The site selected for further analysis is the FHWA Bridge WEL053.0-058.0A which carries County Road 53 over the South Platte River. The cover to this submittal shows superimposed images of this area before and during the flood event, along with several photos taken by ICON staff during a tour of the damaged areas on September 19, 2013, ICON toured many of the flood damaged areas in Weld County along with representatives of the County and the CWCB, taking pictures and surveying high water marks. These pictures and survey points were then geo-referenced onto the above referenced aerial photos such that real field data and detailed photographs (samples below) are also available. This allows geo- referencing other data layers such as effective FEMA DFIRM mapping and FIS reports. When FEMA sponsored 1 - foot contour interval mapping of the flood impacted S. Platte Corridor and major tributaries is made available, we will add this to our data layer, thereby building a complete spatial database of the 2013 flood event. The sample site was completely inundated by the 2013 flood waters, with a floodplain width of approximately 2200 feet extending from north of County Road 388 to within about 800 feet of County Road 58. The bridge was overtopped by several feet, causing extensive damage to the roadway approaches, utilities and local drainage facilities. This bridge was constructed in 1958 and although hydraulically undersized, it survived both the 1965 flood and the 2013 flood. Although exhibiting signs of damage and stress from age, after the roadway was remedially repaired, the bridge was put back into service. The bridge is constructed with an asphalt wearing surface over a concrete deck composed of 4 girders. The girders are set on pier caps which extend out from solid wall concrete piers. There are a total of 13 spans of 50 -feet each skewed approximately 30 -degrees to the two lane 28 -feet wide travel surface. Height from the top of the pier caps to the water surface is variable but less than 10 -feet. At the time of the site visit associated with the proposal, the water was seasonally quite high with flow in all spans at a depth of 3.7 -feet below the bottom of the pier caps. It is noted that the Bridge Inspection dated 5/7/12 appraised the bridge as being scour critical 3 -Unstable. The high water at the time of the site visit precluded judgment of the scour, however, up to 4 -feet of scour had been reported from the 2010 routine inspection to the 2012 inspections, at Piers 4 and 11 even prior to the 2013 flood event. As this was a Presidentially Declared Disaster, Federal funding through the Federal Highway Administration (FHWA); FEMA; and/or the Natural Resources Conservation Service (NRSC) may be utilized thereby requiring meeting the various requirements of the applicable agency. At a minimum, this may include meeting requirements of FHWA- 1273, and CDOT DBE requirements (CDOT Form 1331). Specific needs for each site will vary, primarily related to funding source, however for the W EL053.0-0.58.0A site, the scope of work can be expected to include: • Processing Applicable Federal Funding Forms 15 • Inspection / Evaluation Of Damaged Infrastructure • Design Of Highway Bridge / Structure Improvements • Road And Intersection Improvements • Analysis Of Hydrology And Hydraulics For Design Purposes • Quantity Takeoffs And Cost Estimates • Bid Documents And Specifications • Surveying Services Including Site Surveys, Staking; Legal Descriptions For ROW • Plan Drawing Preparation • Obtaining Required Environmental, Historical And Other Permits • Traffic Control Engineering Services • Construction Management / Observation Obviously, close coordination with the County staff will be required in order to produce the conceptual, preliminary, and final plans. .. _........ This will include preparing design schedules; attending meetings (possibility to include public meetings as needed); facilitating County plan reviews. Plan documents will include general layouts, structural details, tabulation of quantities; plan views, profile views, cross sections, general notes, construction notes and details. Roadway geometry and intersection alignments will also be included. 3.2 SAMPLE SITE CRITICAL ISSUES First and foremost is making sure that the final product and the steps taken to reach that end all follow required FEMA and FHWA criteria to make sure that funding eligibility is maintained. Proper documentation must be strongly enforced in order to assure funding compliance. Secondly, meeting project schedules is very important. There are currently many declared national disasters, and FEMA has shown very little give in meeting delivery dates once they are contracted. Additional issues include: • This is a heavily traveled roadway and any construction work will require a carefully considered traffic control plan. • Localized scour at the piers may have occurred, however the depth of water did not allow evaluating this. It is expected that the water level will recede as we go into winter months, however, consideration will be given to the need for underwater inspection. • Based on pictures taken from previous inspections, prior to the flood, the bridge showed signs of deteriorated concrete, spelling, cracks and exposed reinforcement. While not necessarily fatal flaws to the structure, concurrence from FEMA / FHWA will need to be obtained prior to initiating repairs to pre -flood structural issues as to source of funding. Separating pre and post flood damage may be necessary. • This structure was overtopped and has high potential for scour, both general and local. The high potential for scour at the bridge site exists due to the channel consisting generally of sandy material. Heavy debris, previously reported, has the potential to cause both local and general scour within the channel. Up to four feet of scour had already been reported, from the 2010 routine inspection to the 2012 inspection, at Piers 4 and 11, even before the September flooding event. The spur dyke at Abutment 14, which was constructed in 1998, was also reported as being mostly washed away before the flooding event. Existing scour assessment is required, consisting of hands-on inspections at all substructure units. Underwater inspections will be used, if necessary, to determine the extent of any scour at the bridge site. If water depths are greater than three feet, the bridge will be reported to CDOT for addition to the list of underwater structures to be inspected every four years under CDOT's underwater bridge inspection contract, the next one starting in 2014. • Structure stability should be analyzed to ensure that the bridge is safe to carry design loadings. Though the structure is supported on a deep foundation, stability can be compromised if unbraced pile lengths increase slenderness effects to reduce pile load -bearing capacities. • If piles are exposed and structural capacity found to be effected by scour, repairs will be designed to add bracing to the piles before filling scour holes and designing scour prevention strategies, such as the proper sizing of rip rap, to resist design flooding events. 3.3 ACCELERATED SCHEDULE SUGGESTIONS When the 2013 floods damaged Alameda Boulevard in Aurora, the City contacted ICON with the instructions that we were to design improvements, select a contractor of our own choosing, negotiate a fair construction cost, and make a recommendation to the City for award. Calling upon our strong relationships with contractors that we know that specialize in flood damage remediation, ICON was able to accomplish this and more. The design and construction of improvements to rebuild the roadway embankment, install exposed utilities, remove and replace sidewalk and gutter and put the road back into full use were accomplished at half the City estimated cost in a total of 45 days from ICON 16 being informed there was an issue until completion of construction. All this was made possible using a combination of: 1.) using standard details and specifications where possible; 2.) abbreviated technical specifications were added onto the drawings; 3.) the City trusted ICON to do the right thing on behalf of the City; 4.) the City's contracting officers were on board with the concept of using modified design build contracts (the City signed separate contracts with both ICON and the Contractor). Having a collaborative arrangement with a well -qualified construction contractor can certainly accelerate projects in that constructability issues are typically ironed out in the design process. Although the foregoing may not be applicable to all of the potential sites under the four anticipated contracts, we believe that following this pattern will achieve a desirable accelerated schedule. 3.4 MANAGEMENT APPROACH ICON will serve as the primary county contact and all communication will go through ICON. Sub -consultants will be asked to sign agreements with ICON referencing terms of the base agreement. Separate job numbers and invoicing will be completed for each site to keep funding issues separate. The Principal -In -Charge will be responsible for all sites, and Cindy Rose will be the Primary Project Manager to coordinate all sites, but depending on the drainageway assigned, and the specific schedule requirements, ICON may assign additional Site Specific Project Managers. 3.5 TECHNICAL APPROACH PRELIMINARY DESIGN Meetings and Coordination - Communication with the County and the surrounding property owners is a key component to a successful project. As we see it, ICON will need to integrate closely with the County and become an extension of the County's staff. Accordingly we will allocate adequate time in our scope to meet with the County multiple times during the project. The meetings will include a kickoff / site visit meeting; progress meetings; and 2 CDOT review meetings to discuss the County's comments on the preliminary and final designs. The kick-off meeting and detailed site visit with the project sponsors will help the team to get a clear understanding of the constraints and opportunities related to the project site. We will photo document the existing conditions within the project site and prepare a map that presents the location of the photographs. Copies of the photographs and display map will be supplied to the County. We understand that the County uses CDOT Criteria with regards to roadway design. Prior to the kick-off meeting we will develop a list of roadway design criteria from both CDOT and AASHTO. The list will be submitted to the County's design team for review and comment, along with a conceptual level analysis (based on available mapping) of how the existing roadway and/or structure meets or violates this criteria. Our goal here is to come to an agreement with Weld County on the listed roadway design and construction criteria prior to beginning any work. Right-of-way and Easement — Based upon our cursory investigations, we believe that two temporary construction easements may be required. For both the preliminary design and the final design we will identify required ROW and easements. We will utilize County prepared ROW maps to develop drawings that present the property acquisition requirements. These drawings will present the dimensions and areas of each required parcel along with the property owner's names. Typically, CDOT and the FHWA require resolution of all property ownership issues prior to approval of projects for bidding. Utility Investigations — It appears that there are no "wet" utilities at this site, and that the location of the formerly buried NORAD Fiber Optics line is easily discernible. Typically, we contact all of the utility and ditch companies to obtain new utility maps. The maps will be used to create an existing conditions utility drawing. As is usually the case, many of the available utility maps are only conceptual in nature and only indicate the presence of utilities, but not a precise location. Therefore, we may need to send a utility locating company to the site to paint the location of the utilities. We will coordinate this effort with the County so that full surveys can be made of the location of the utility paint marks. We will utilize this survey information to fine tune the location of the utilities in the base mapping. The updated utility map will be sent to all of the utility and ditch companies requesting their review and asking them if they know of any proposed utilities that might be constructed in the limits of the project. Based on the utility company's comments, we will finalize the utility drawings for use during the remainder of the project. Potholes — For this site we do not envision the need for potholes to locate utilities. Surveying, Mapping and Property Ownership — We anticipate obtaining 1 -ft LiDAR based mapping (post -flood) from the CWCB. This base mapping will be updated using field surveys to confirm locations along each abutment and to profile edge of asphalt along all both sides of the roadways extending out from the bridge at least as far as the flood high water mark established by ICON during prior surveys. We will format the electronic files for use during design. We have included time in our proposal to identify right-of-way and easement requirements as discussed 17 above. During the course of the design there will be additional surveying required to define the locations and elevations of existing improvements. Geotechnical Investigation —Geotechnical services at this site may not be required; however Kumar will assist the team by providing pavement design recommendations. Bridge / Roadway Approach - Available inspection data will be reviewed and utilized in the determination of the type of improvements to be designed. If post -flood inspections have not yet been performed, San Engineering's certified Bridge Inspectors will complete thorough condition assessments of the structures, and an inspection report prepared. San Engineering has a total of B staff members available for field inspections, 2 of whom are Certified Bridge Inspection Team Leaders. A critical element of the inspections will be the evaluation of existing and potential scour conditions. Assessment in the field will not be limited to visual assessment, but will include probing of areas around bridge foundations so as not to overlook potential problem areas. The floods may have caused "repairable" damage to the structures, while leaving the major structural elements intact. Examples of repairable damage include damaged bridge rails and approach guardrails, riprap washout, approach fill removal and scour. Such damage will be remedied by designing long-term retrofits and repairs. This will be an opportunity to improve the bridges to conditions better than pre -flood conditions. For example, sub -standard bridge rails damaged by the flood can be replaced with code -compliant bridge rails. Using the sketches and dimensional info from previous inspections, we can begin setting up plans for bridge repairs, concurrently with the field inspection and inspection report work. This will be important in order to meet the aggressive schedule requirements. Although not anticipated for the Sample Site, in the event a bridge structure needs to be replaced, the process will begin with the preparation of a Structure Selection report. The Structure Selection report is not intended to be an extensive elaborate study. Rather, it will present a clear concise rationale for the most appropriate bridge configuration based on engineer's cost estimates, and input and discussions with the County and Design Team. Our goal is to provide Weld County with the confidence that the most cost-effective and appropriate bridge design is being pursued. The level of detail in the report will depend partially on requirements from funding sources. At a minimum, the report will contain a brief discussion and explanation of each alternative evaluated, engineer's cost estimates of each alternative, a rationale for the recommended alternative, and a General Layout (bridge plan, elevation, and typical section) of the selected design. Structural calculations will be completed as required to determine the basic configuration and sizing of the major structural elements of the preferred alternative. Unique to this contract is the need for rapid replacement of damaged structures. We recognize that there are residents who have experienced major inconveniences due to loss of access from the floods, and we do not want to unnecessarily prolong further road closures. Traffic Control during construction may need to include complete road closure and/or partial lane closure. Detour routes will need to be cognizant of other construction work at other nearby sites. Although perhaps not applicable to the Sample Site, the selection of structure type will heavily consider the use of precast and/or prefabricated structures. Upon selection and approval of the preferred alternatives, the Engineer will proceed with final design calculations and preparation of the bridge construction drawings. Structural designs will be based on AASHTO LRFD Design Specifications, as well as the CDOT Bridge Design Guide and applicable CDOT design memoranda. The structural calculations will take into account the effects of vehicular live loads, dead loads, stream flow loads, wind loads and thermal loads. Initiate Permits - During the Pre -design Phase, we will develop a list of potential permits required by Weld County, (or adjoining county if needed) and the State Department of Public Health, CDOT, and the US Army Corp of Engineers. Permit application forms will be obtained and a memo will be prepared to outline specific details related to each permit such as the time to obtain the permit, submittal requirement including drawings and reports, and transferring of permits from the County to the Contractor etc. Drainage - We understand that the County has adopted the use of the Urban Drainage and Flood Control District's Drainage Criteria with some modifications. Based on the size of the watersheds, we believe that CUHP and UDSWMM should be utilized to calculate peak discharges for local drainageways, but that for most of the main drainageways, flows will be taken from FEMA publications. For the preliminary design, these peak discharges will be used to size the future drainage structures crossing the roadway. All of the drainage structures will be presented in concept form on the preliminary design drawings. Water quality and detention criteria will also need to be discussed and evaluated as a part of the drainage design work. We believe that the roadside swales will provide adequate water quality measures. We will review the FEMA Flood Insurance Rate Maps as needed. Although typically, the smaller tributaries are not included on the maps, the floodplain of the major drainageways such as the S. Platte River; Cache La Poudre; the Big Thompson River are FEMA administered which may require map revisions as a part of the 18 design. We realize that one of the objectives may be to maintain the grade of the existing roadway as much as possible. This approach will not only minimize fill in the floodplain but will also minimize impacts to utilities and local drainage swales / ditches. It will be important to have a good understanding of the location and elevation of the FEMA administered floodplains to address potential floodplain impacts during both preliminary and final design. For preliminary design, we will document the drainage approach and all calculations in a preliminary drainage study. Improvement Layout — Unless an unlikely complete redesign of the bridge is undertaken, the horizontal and vertical locations of the roadway are fairly fixed, however construction access and staging areas will need to be worked out. Again, assuming that the bridge is to remain in place, the hydraulic capacity will not be significantly changed, and the bridge will be subject to overtopping in future major flood events. In order to minimize future damage to the roadways, we will anticipate subsequent overtopping, and therefore the need to stabilize and armor particularly the downstream roadway edges. ICON has utilized concrete paved shoulders, geotextile reinforcement, and bio- engineering solutions. Preliminary Design Drawings — The bridge abutment appears to have sustained some loss of riprap protection during the flood, exposing the earth embankment and pile foundations. What riprap that is left is too steep and unstable. The exposed caissons appear to be of relatively small diameter and if the condition is neglected and additional scour occurs, but bridge foundations could become destabilized. The abutments are founded on either heavy pipe piles or, more likely, drilled concrete shafts. Although the wing walls look bad because there is nothing underneath them, they appear to be functioning as designed without current negative affect to the stability of the structure. The wing walls typically cantilever off the main supporting portion of the abutment. Additional runoff events will likely result in additional loss of embankment which could in turn lead to settlement or complete loss again of approach roadways. The simplest and most effective repair will be the placement of heavy riprap in front of the abutment and wingwalls. The missing fill needs to be replaced and protected with properly sized riprap. The riprap should be "keyed" in to the channel at a depth and diameter to resist calculated velocities. In addition to the riprap protection, some of the more important drawings to be included in the set will include a sheet presenting the typical roadway cross-section, including embankment erosion protection. Unless substantial hydraulic capacity is added to the bridge (unlikely) the bridge may be overtopped by future events, but design improvements can be made to limit roadway damage from erosive events. It is also recognized that there is some value in saving the bridge from catastrophic failure by allowing a planned "fuseplug" failure to the roadway. Opinion of Probable Project Costs - For the final selected alternative roadway and channel stabilization alignment, an opinion of probable construction, right-of—way acquisition, and final design costs will be prepared. The construction cost spreadsheet will include item numbers, a list of estimated quantities required to construct the project, unit prices for each of the estimated quantities, and the total price of each component of the project. Unit prices will be developed based on recently completed similar projects in the area. The unit prices will be discussed at progress meetings and adjusted to reflect the specific nature of this project with concurrence with the County for use in the project. As a part of this effort we will solicit unit prices from Contractors we have worked with in the area. Our project cost estimates will include an appropriate contingency. Submittals, review, and revisions — In addition to the multiple copies of design drawings that will be submitted to the County for review, we will also submit copies of the drawings to all utility, irrigation, and other stakeholders. We will set up and attend a project review meeting to discuss CDOT and the County's comments regarding the preliminary design drawings. The meeting will be documented by ICON with minutes. All comments will be addressed and a final set of preliminary design drawings will be submitted to the County, and other affected agencies. Final Design - Final design will commence immediately after the preliminary design review meeting minutes have been approved and the preliminary design has been accepted by the County. During this phase of the project, the preliminary design will be refined as necessary. The fact that the County can construct roadway improvements is a big advantage and as such, we believe it would be a good idea to request input from the very people who may be constructing the improvements. We have found that this sort of "design / build" approach can lead to a design that is ultimately more constructible and less expensive. During final design, in addition to adding detail to the preliminary design drawings, several additional sheets will be added to the set including a quantity tabulation sheet, a general information sheet, a soils information sheet, erosion and sediment control plans, drainage and irrigation design plans, striping and signing plans, and details. The final design will include preparation and/or modification of the drawings prepared during preliminary design to about 90 to 95 percent complete, 19 Our design drawings will include a separate storm water management plan for use during construction. In addition, the Erosion and Sediment Control Plans will be accompanied by a Report. The SWMP drawings will be prepared to fit into the overall set but will also be completed in such a manner that they will stand alone for submittal to the State if required. The storm water management plans will include a cover sheet, plan sheets, all required notes, and detail sheets. If determined required, an NPDES permit for Storm Water Discharges Associated with Construction Activity will be prepared and submitted to the State. Prior to submitting the final construction drawings we will perform an independent in-house review. This review will be overseen by one of the principals and completed by staff members that have not been involved in the project. All dimensions and elevations presented on the drawings will be systematically checked and highlighted. The dimension and elevations will be checked by calculations and by scale. All of the notes will also be systematically read, checked, and highlighted. If discrepancies are uncovered, the drawings will be redlined and corrections made. All of the quantities will also be rechecked. Our final design includes submittals, review, and revisions. For this work we will follow a similar process as that outlined in the preliminary design included submitting copies of the drawings to all utility companies, and stakeholders; setting up and attending a project review meeting to discuss the County's comments regarding the final design drawings; documenting the meetings; and final revisions to the Drawings. CONSTRUCTION RELATED SERVICES - It is our understanding that construction administration services, including full time or part time construction observation may be required in addition to reviewing submittals and answering requests for information during construction as necessary. Since these services are difficult to predict prior to design, we typically suggest that they be completed on a time and materials basis that can include a not -to -exceed limit negotiated prior to the start of construction. This work would also be completed based on a negotiated scope and associated fees prior to construction. 3.6 SAMPLE SITE RANGE OF HOURS ESTIMATE (Assumes Minimal Structural Design Required) The table below provides a rough estimate of total hours for anticipated services assuming no underwater inspection is required and that the bridge is found to be essentially structurally sound. Services during construction include full time inspection for an assumed 70 to 90 day construction period. Note that this estimate is based on a stand-alone project and that efficiencies may be obtained by awarding concurrent work at other sites. Task — WEL053.0-058.0A Estimated Hour Range Low High DESIGN SERVICES Pre -Design Meeting With County And Stakeholders 16 8 On -Site Inspection 40 32 Preliminary Survey I Mapping 42 42 Geotechnical Investigations As Required 30 30 Utility Coordination 16 12 Roadway And / Or Intersection Alignment 40 24 Structure Concept And Preliminary Design 80 60 Environmental Clearances And Permits 40 26 Preparing And Attend Field Inspection Review (FIR) 12 12 Hydraulic Design 36 24 Structure And Roadway Final Design 160 80 Utility Relocations As Needed 20 12 Property Ownership And ROW Plans 24 24 Traffic Control Plans 80 60 Construction Specifications 24 1B Prepare For And Attend Final Office Review (FOR) 12 12 Make Final Submittals 4 4 Subtotal 676 480 SERVICES DURING CONSTUCTION - Assist With Bidding Services, Pre -Bid; & Addendum 40 32 Shop Drawing Approval 24 18 Construction Engineering / Management 700 500 Subtotal 764 55Q y ` "" total 1440' 103O 20 Jennifer Fuller From: Sent: To: Subject: autoresponse@co.weld.co.us Saturday, January 11, 2014 5:06 PM Jennifer Fuller Security Request 140111-10615 Created 01-11-14 Change Created: 05:06 PM on January 11, 2014 Created by: Jennifer Fuller Instructions: Patti Russell, HR Director, needs to be able to view the BOCC calendar. She has received permission for viewing of this calendar from the BOCC office manager and the BOCC Chair. Her access to the BOCC Calendar needs to be setup similar to Esther Gesick, who is able to view the calendar with NO editing powers. Please call Patti at 4230 once access is setup/granted, so that you can work directly with her to get it added to her list of viewable calendars. Thanks. Please go and review request 140111-10615 1 EXHIBIT C WORK ORDER FORM PURSUANT TO AN AGREEMENT BETWEEN WELD COUNTY AND DATED: Work Order Number: Project Title: Commencement Date: + Completion Date: Limitations on compensation: Not to exceed Professional agrees to perform the services The attached forms are hereby accepted and identified above and on the attached forms in incorporated herein, by this reference, and accordance with the terms and conditions Notice to Proceed is hereby given. contained herein and in the Professional Services Agreement between the parties. In the event of a conflict between or ambiguity in the Weld County terms of the Professional Services Agreement and this work order (including the attached By: forms) the Professional Services Agreement Project Manager shall control. Date: Professional Services Company By: County Engineer By: Date: Title: By: Director of Public Works Date: Date: -1- Weld County 2013 Flood Recovery ICON Engineering, Inc. HOURLY RATE SCHEDULE Year 2014 TITLE ENGINEERING, INC. RATE Principal Engineer Penn Gildersleeve / Matthew Ursetta / Doug Williams Professional Engineer III Craig Jacobson / Troy Carmann Professional Engineer II Cindy Rose / Kent Barringer / Aaron Boussselot Professional Engineer I Ben Smith / Justen Hamann / Terry Martin Engineer III Jacob Marquez Engineer I Jeremy Deischer Field Representative Daniel Loewen / Dan Bernier GIS Specialist Eben Dennis CAD Technician II Dan Bernier Administrative Mary Haenlein GPS Unit (1/2 Day Minimum.) Mileage Cellular Phone Miscellaneous Direct Expenses $ 166.00 $ 155.00 $ 145.00 $ 132.00 $ 116.00 $ 88.00 $ 105.00 $ 89.00 $ 89.00 $ 63.00 $ 50.00 $ IRS Rate/mile Actual Costs Actual Costs Exhibit D ADDENDUM TO CONTRACT FEDERAL EMERGENCY MANAGEMENT AGENCY'S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS This is an addendum to the 'Emergency Transportation Civil/Structural Engineering Services Related to the 2013 Flood' Contract between JL eof z 1ylper,`aiq` I�+ , . (the "Contract Professional"), and Weld County, (the "County"). l '-1 The parties acknowledge that the above -referenced contract is subject to the provisions of 44 CFR § 13.36 and the Robert T: Stafford Disaster Relief and Emergency Assistance Act (42 U.S.C. 5121 et seq.). This addendum is hereby expressly incorporated into the Agreement between County and the Contract Professional. To the extent that the terms of the Agreement and this Addendum conflict, the terms of this Addendum shall control. Nothing in this Addendum shall be construed as making this Agreement contingent upon a Presidential disaster declaration or FEMA's approval or obligation of funds. The following provisions are hereby added and incorporated into the above -referenced Agreement: 1. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE (applicable to all construction contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees; 44 CFR¢13.36()(3)) Contract Professional agrees to comply with Executive Order 11246 of September 24, 1965, entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR Part 60). 2. ANTI -KICKBACK ACT COMPLIANCE (applicable to all contracts and subgrants for construction or repair; 44 CFR,¢13.360)(4)) Contract Professional agrees to comply with the Copeland "Anti -Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3). 3. ACCESS TO RECORDS A) Contract Professional agrees to provide County, the Federal Emergency Management Agency, (hereinafter referred to as "FEMA"), the Comptroller General of the United States or any their authorized representatives access to any books, documents, papers, and records of Contract Professional which are directly pertinent to this Agreement for the purposes of making audits, examinations, excerpts and transcriptions. 44 CFR§13.36(i)(10). B) Contract Professional agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. Page 1 of 7 &e/*- 2//7 C) Contract Professional agrees to maintain all books, records, accounts and reports required under this Agreement for a period of not less than three years after the later of: (a) the date of termination or expiration of this Agreement or (b) the date County makes final payment under this Agreement, except in the event of litigation or settlement of claims arising from the performance of this Agreement, in which case, Contract Professional agrees to maintain same until the County, FEMA, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. 44CFR §13.36(i)(11). 4. CONTRACT WORK HOURS AND SAFETY STANDARDS (applicable to construction contracts awarded by grantees and subgrantees in excess of $2,000, and in excess of $2500 for other contracts which involve the employment of mechanics or laborers; 44 CFR §13.36(i)(6)) Contract Professional agrees that it shall comply with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by Department of Labor regulations (29 CFR Part 5), which are incorporated herein. 5. NOTICE OF REPORTING REQUIREMENTS A) Contract Professional acknowledges that it has read and understands the reporting requirements of FEMA stated in 44 CFR § 13.40 et seq., 13.50-13.52 and Part III of Chapter 11 of the United States Department of Justice's Office of Justice Programs Financial Guide, and agrees to comply with any such applicable requirements. B) Contract Professional agrees to include the above clause in each third party subcontract financed in whole or in part with Federal assistance provided by FEMA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions 6. PATENT RIGHTS (applicable to contracts for experimental, research, or development projects financed by FEMA; 44 CFR §13.36(i) (8)) A) Generally, if any invention, improvement, or discovery is conceived or first actually reduced to practice in the course of or under this Agreement, and that invention, improvement, or discovery is patentable under the laws of the United States of America or any foreign country, County and Contract Professional agree to take actions necessary to provide immediate notice and a detailed report to FEMA. B) Unless the Government later makes a contrary determination in writing, irrespective of Contract Professional's status (a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual), County and Contract Professional agree to take the necessary actions to provide, through FEMA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 CFR, Part 401. Page 2 of 7 C) Contract Professional agrees to include paragraphs A and B above in each third party subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FEMA. 7. NOTICE OF REQUIREMENTS PERTAINING TO COPYRIGHTS A) Contract Professional agrees that FEMA shall have a royalty -free, nonexclusive, and irrevocable license to reproduce, publish or otherwise use, and to authorize others to use, for government purposes: (1) The copyright in any work developed with the assistance of funds provided under this Agreement; (2) Any rights of copyright to which Contract Professional purchases ownership with the assistance of funds provided under this Agreement. q4 CFR §13.34, 13.36(i)(8)-(9). B) Contract Professional agrees to include paragraph A above in each third party subcontract financed in whole or in part with Federal assistance provided by FEMA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 8. ENERGY CONSERVATION REQUIREMENTS A) Contract Professional agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 44 CFR § 13.36(i)(13). B) Contract Professional agrees to include paragraph A above in each third party subcontract financed in whole or in part with Federal assistance provided by FEMA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 9. CLEAN AIR AND WATER REQUIREMENTS (applicable to all contracts and subcontracts in excess $100,000, including indefinite quantities where the amount is expected to exceed $100,000 in any year; 44 CFR §13.36(i) (12)) A) Contract Professional agrees to comply with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations.(40 CFR Part 15). B) Contract Professional agrees to report each violation of these requirements to County and understands and agrees that County will, in turn, report each violation as required to assure notification to FEMA and the appropriate EPA regional office. C) Contract Professional agrees to include paragraph A and B above in each third party subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FEMA. Page 3 of 7 10. TERMINATION FOR CONVENIENCE OF COUNTY (applicable to all contracts in excess of $10,000; 44 CFR §13.360)(2)) A) County shall have the option, in its sole discretion, to terminate this Agreement, at any time during the term hereof, for convenience and without cause. County shall exercise this option by giving Contract Professional written notice of termination. The notice shall specify the date on which termination shall become effective. B) Upon receipt of the notice, Contract Professional shall commence and perform, with diligence, all actions necessary on the part of Contract Professional to effect the termination of this Agreement on the date specified by County and to minimize the liability of Contract Professional and County to third parties as a result of termination. All such actions shall be subject to the prior approval of County. Such actions shall include, without limitation: (1) Halting the performance of all services and other work under this Agreement on the date(s)and in the manner specified by County. (2) Placing no further orders or subcontracts for materials, services, equipment or other items. (3) Terminating all existing orders and subcontracts. (4) At County's direction, assigning to County any or all of Contract Professional's right, title, and interest under the orders and subcontracts terminated. Upon such assignment, County shall have the right, in its sole discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts. (5) Subject to County's approval, settling all outstanding liabilities and all claims arising out of the termination of orders and subcontracts. (6) Completing performance of any services or work that County designates to be completed prior to the date of termination specified by County. (7) Taking such action as may be necessary, or as County may direct, for the protection and preservation of any property related to this Agreement which is in the possession of Contract Professional and in which County has or may acquire an interest. C) Within 30 days after the specified termination date, Contract Professional shall submit to County an invoice, which shall set forth each of the following as a separate line item: (1) The reasonable cost to Contract Professional, without profit, for all services and other work County directed Contract Professional to perform prior to the specified termination date, for which services or work County has not already tendered payment. Reasonable costs may include a reasonable allowance for actual overhead, not to exceed a total of 10%, of Contract Professional's direct costs for services or other work. Any overhead allowance shall be separately itemized. Contract Professional may also recover the reasonable cost of preparing the invoice. Taking such action as may be necessary, or as County may direct, for the protection and preservation of any property related to this Agreement which is in the possession of Contract Professional and in which County has or may acquire an interest. (2) A reasonable allowance for profit on the cost of the services and other work described in the immediately preceding subsection (1), provided that Contract Professional can establish, to the satisfaction of County, that Contract Professional would Page 4 of 7 have made a profit had all services and other work under this Agreement been completed, and provided further, that the profit allowed shall in no event exceed 5% of such cost. (3) The reasonable cost to Contract Professional of handling material or equipment returned to vendor, delivered to the County or otherwise disposed of as directed by the County. D) In no event shall County be liable for costs incurred by Contract Professional or any of its subcontractors after the termination date specified by County, except for those costs specifically enumerated and described in the immediately preceding subsection (C). Such non- recoverable costs include, but are not limited to, anticipated profits on this Agreement, post -termination employee salaries, post -termination administrative expenses, post -termination overhead or unabsorbed overhead, attorneys' fees or other costs related to the prosecution of a claim or lawsuit, prejudgment interest, or any other expense which is not reasonable or authorized under such subsection (C). E) In arriving at the amount due to Contract Professional under this Section, County may deduct: (1) All payments previously made by County for work or other services covered by Contract Professional's final invoice; (2) Any claim which County may have against Contract Professional in connection with this Agreement; (3). Any invoiced costs or expenses excluded pursuant to the immediately preceding subsection (d); and (4) In instances in which, in the opinion of the County, the cost of any service or other work performed under this Agreement is excessively high due to costs incurred to remedy or replace defective or rejected services or other work, the difference between the invoiced amount and County's estimate of the reasonable cost of performing the invoiced services or other work in compliance with the requirements of this Agreement. F) County's payment obligation under this Section shall survive termination of this Agreement. 11. TERMINATION FOR DEFAULT Contract Professional's failure to perform or observe any term, covenant or condition of this document (Federal Emergency Management Agency's Emergency Management Performance Grant Program Requirements for Procurement Contracts) shall constitute an event of default under this Agreement. A) Each of the following shall also constitute an event of default ("Event of Default") under this Agreement: (1) Contract Professional fails or refuses to perform or observe any other term, covenant or condition contained in this Agreement, and such default continues for a period of ten days after written notice thereof from County to Contract Professional. (2) Contract Professional (a) is generally not paying its debts as they become due, (b) files, or consents by answer or otherwise to the filing against it of a Page 5 of 7 petition for relief or reorganization or arrangement or any other petition in bankruptcy or for liquidation or to take advantage of any bankruptcy, insolvency or other debtors' relief law of any jurisdiction, (c) makes an assignment for the benefit of its creditors, (d) consents to the appointment of a custodian, receiver, trustee or other officer with similar powers of Contract Professional or of any substantial part of Contract Professional's property or (e) takes action for the purpose of any of the foregoing. (3) A court or government authority enters an order (a) appointing a custodian, receiver, trustee or other officer with similar powers with respect to Contract Professional or with respect to any substantial part of Contract Professional's property, (b) constituting an order for relief or approving a petition for relief or reorganization or arrangement or any other petition in bankruptcy or for liquidation or to take advantage of any bankruptcy, insolvency or other debtors' relief law of any jurisdiction or (c) ordering the dissolution, winding -up or liquidation of Contract Professional. B) On and after any Event of Default, County shall have the right to exercise its legal and equitable remedies, including, without limitation, the right to terminate this Agreement or to seek specific performance of all or any part of this Agreement. In addition, County shall have the right (but no obligation) to cure (or cause to be cured) on behalf of Contract Professional any Event of Default; Contract Professional shall pay to County on demand all costs and expenses incurred by County in effecting such cure, with interest thereon from the date of incurrence at the maximum rate then permitted by law. County shall have the right to offset from any amounts due to Contract Professional under this Agreement or any other agreement between County and Contract Professional all damages, losses, costs or expense incurred by County as a result of such Event of Default and any liquidated damages due from Contract Professional pursuant to the terms of this Agreement or any other agreement. C) All remedies provided for in this Agreement may be exercised individually or in combination with any other remedy available hereunder or under applicable laws, rules and regulations. The exercise of any remedy shall not preclude or in any way be deemed to waive any other remedy. Except as modified herein, all terms and conditions of the existing contract between the parties remain in full force and effect. CONTRACT PROFESSIONAL: By: a 144214t. Title: President BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Page 6 of 7 ATTEST: BY: Ydet;L v; / Weld County Clerk to the Board Deputy Cle to the Board _ ^_7P OUt) DouglfSs Rademac er, Chair JAN 1 3 2014 Page 7 of 7 A� o® CERTIFICATE OF LIABILITY INSURANCE DATEW/ 1/7/2014 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 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 Michael J Hall & Company Hall & Company 19660 10th Ave NE Poulsbo WA 98370 CONTACT NAME: Michael J Hall & Company INC No E.0 360-598-3700 I FAX INC, No):360-598-3703 EMAIL ADDREss:certificates@hallandcompany.com INSURER(S) AFFORDING COVERAGE NAIL# INSURER A :UNDERWRITERS AT LLOYDS LONDON 15792 INSURED 732 Icon Engineering Inc 8100 South Akron Street, #300 Centennial CO 80112 INSURER B : INSURER C: INSURER D: INSURER E: INSURER F : CERTIFICATE NUMBER: 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 ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ CLAIMS -MADE OCCUR PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ GEN'L AGGREGATE 7 POLICY LIMIT APPLIES PRD PER: LOC $ AUTOMOBILE LIABILITY SCHEDULED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMI I (Ea accident) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLALIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTION$ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N IA I WC STATUTORY IM TS I IOFR E.L. EACH ACCIDENT $ E.L. DISEASE -EA EMPLOYEE $ E.L. DISEASE -POLICY LIMIT $ A Professional Liab: Claims Made 1104900297/013 1/30/2013 1/30/2014 $1,000,000 Per Claim $2,000,000 Aggregate DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Project/Job Name: Weld County 2013 Flood Recovery CERTIFICATE HOLDER CANCELLATION Weld County Public Works Department Attn: Richard White 1111 H 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. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) © 1988.2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & BOHANNAN HUSTON, INC FOR (SEPTEMBER 2013 FLOOD RECOVERY PROJECTS) (WORK ORDER TYPE) a THIS AGREEMENT is made and entered into this /� day of '4151 2014, by and between the County of Weld, a body corporate and politic of the State of Col do, by and through its Board of County Commissioners, whose address is 1150"O' Street, Greeley, Colorado 80631 hereinafter referred to as tounty' and BOHANNAN HUSTON, a corporation whose address is 9785 Maroon Circle, Suite 140, Englewood, Co. 80112, hereinafter referred to astontract Professional Introduction. This Agreement is entered into by Weld County to secure professional engineering services to assist in Weld County's repair of its roads and bridges which were damaged by the 2013 floods. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A, B, C and D, each of which forms an integral part of this Agreement and are specifically incorporated herein by this reference. Exhibit A consists of County's Request for Qualifications (RFQ) and Contract Professional response to RFQ as set forth in "Proposal Package No. 131300201". The RFQ contains all of the general requirements of County. Exhibit B consists of County Request for Proposal (RFP) and Contract Professional's Response to County's RFP. . The RFP contains all of the specific requirements of County. The Response confirms Contract Professional's obligations under this Agreement. Exhibit C consists of Contract Professional's fee schedule and sample Work Order Form. Weld County will negotiate Contract Professional's scope of work and associated costs for each of the road and bridge sites assigned. Exhibit I), titled Federal Emergency Management Agency's Grant Program Requirements for Procurement Contracts, contains those Federal requirements which govern the services to be provided to County by Contract Professional. Contract Professional agrees to adhere to all stated requirements WITNESSETH: WHEREAS, County desires to retain Contract Professional as an independent contractor to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the time available to timely perform the services, PROFESSIONAL ENGINEERING SERVICES AGREEMENT— FLOOD RELATED Pagel and is willing to perform the services according to the terms of this Agreement. NOW THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Engagement of Contract Professional. County hereby retains Contract Professional, and Contract Professional hereby accepts engagement by County upon the terms and conditions set forth in this Agreement. 2. Services to be Performed. County and Contract Professional acknowledge and agree that each document listed above is an integral component of this Agreement, and consent and agree that County's requirements are accurately reflected in Exhibit A and Contract Professionals willingness and ability to meet those requirements are accurately reflected in Exhibit B. Contract Professional acknowledges that any form requiring completion shall be completed to the satisfaction of County at the time and in the manner required by County. Contract Professional further acknowledges that a failure to comply with the standards and requirements of Exhibits A, B, C, and D may result in County's decision to withhold payment or to terminate this Agreement. Contract Professional acknowledges that Count/s award of the bid is predicated in part upon Contract Professionals agreement to provide the services within the time set forth in Exhibits A and B, and that a failure to provide those services within that time may result in Countys refusal to pay the Compensation. The parties agree that this Agreement shall be supplemented with specific work orders issued by County requesting Contract Professional to undertake specific project(s) and that all work undertaken by Contract Professional shall be subject to the provisions of this Agreement, (including Exhibits A, B, C, and D), and the work order. 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 Professionals completion of the responsibilities described in Exhibits A, B, C, and D. In no event shall this Agreement continue beyond one year from County's execution of the Agreement unless the parties specifically agree to a continuation in writing. 4. Compensation. A. County agrees to pay Contract Professional for services performed as established in forthcoming work orders and at the rate set forth in Exhibit C. Charges shall be based on the time actually spent performing the services. B. Mileage may be reimbursed at the current rate established by Federal regulation. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. C. 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. PROFESSIONAL ENGINEERING SERVICES AGREEMENT— FLOOD RELATED - Page 2 D. Payment for services and all related expenses under this Agreement shall not exceed the amount set forth in the negotiated work orders. 5. Additional Work. In the event 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 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 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. Independent Contractor. Contract Professional shall perform its duties hereunder as an independent contractor and not as an employee. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Neither Contract Professional nor any agent or employee of Contract Professional shall be deemed to be an agent or employee of County. Contract Professional and 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 (b) provide proof thereof when requested to do so by County. 7. 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. This includes, but is not limited to, reports, data, plans, drawings, records and computer files. 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 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. 8. Termination Provisions. A. County has the right to terminate this Agreement, 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 PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 3 shall be construed as giving Contract Professional the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to County. B. If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials 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 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. C. 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' D. Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed as described herein. 9. Warrant -v. Contract Professional warrants that 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 shall faithfully perform the work in accordance with the standards of care, skill, training, diligence and judgment provided by highly competent individuals and entities that perform services of a similar nature to those described in this Agreement including Exhibits A, B, C, and D. 10. 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 services. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of covenant or default which may then exist on the part of Contract Professional, and CountYs 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; and 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 County of, or payment for, any services performed PROFESSIONAL ENGINEERING SERVICES AGREEMENT —FLOOD RELATED Page 4 under this Agreement shall not be construed as a waiver of any of County's rights under this Agreement or under the law generally. 11. Insurance and Indemnification. 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 Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. Contract Professional shall defend, indemnify and save harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character brought because of Contract Professionals, errors or omissions in seeking to perform its obligations under this Agreement. 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 negligent performance of its obligations under this Agreement or its failure to comply with the provisions and requirements of this Agreement and any work order arising hereunder, or from any claims or amounts arising or recovered under the Workefs Compensation Act, or other law, ordinance, order, or decree. County may retain as much of any moneys due Contract Professional under any this Agreement as may be determined by it to be in the public interest. By execution of this Agreement, Contract Professional has agreed to secure and maintain the insurance required. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Insurance Requirements A. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of this Agreement, the following insurance covering all operations, goods or services provided pursuant to this Agreement. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, during any warranty period, and for three (3) years after termination of the Agreement. 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 Public Works 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 Contractor/Contract Professional. Contractor/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contractor/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. Contractor/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. PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 5 B. Types of Insurance: Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: a. Workers Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of ContractofsContract Professional's employees acting within the course and scope of their employment. b. Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: i. $1,000,000 each occurrence; ii. $2,000,000 general aggregate; iii. $2,000,000 products and completed operations aggregate; iv. $50,000 any one fire; and v. $500,000 errors and omissions. C. Automobile Liability: Contractor/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. D. Additional Provisions: a. Policies for all general liability, excess/umbrella liability, liquor liability and pollution liability must provide the following: i. If any aggregate limit is reduce by twenty-five percent (25%) or more by paid or reserved claims, Contractor shall notify County within ten (10) days and reinstate the aggregates required; ii. Unlimited defense costs in excess of policy limits; iii. Contractual liability covering the indemnification provisions of this Agreement; iv. A severability of interests provision; v. Waiver of exclusion for lawsuits by one insured against another; vi. A provision that coverage is primary; and vii. A provision that coverage is non-contributory with other coverage or self- insurance provided by County. b. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. PROFESSIONAL ENGINEERING SERVICES AGREEMENT —FLOOD RELATED Page 6 E. Contractors/Contract Professionals shall securq and deliver to Count/s Risk Administrator (Administrato?) 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. F. Proof of Insurance: Contractor/Contract Professional shall provide a copy of this information to its insurance agent or broker, and shall have its agent or broker provide proof of Contractor/Contract Professionals required insurance on www.Ins-Cert.com and link the information to County. County reserves the right to require Contractor/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. G. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professionals insurer shall name County as an additional insured. H. Subcontractors: All subcontractors, subcontractors, independent contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. I. A provider of Professional Services (as defined in the Bid or RFP) shall provide the following coverage: Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $2,000,000 aggregate limit for all claims. 12. Non -Assignment. Contract Professional may not assign or transfer this Agreement, any interest therein or claim hereunder, without the prior written approval of County. Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior written consent of County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 13. Time of the Essence. Time is of the essence in each and all of the provisions of this Agreement. 14. Examination of Records. Beginning ninety (90) days after County makes final payment under this Agreement, County shall have access to Contract Professionals fmancial PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 7 records as they relate to this Agreement for purposes of audit. Contract Professional agrees that any duly authorized representative of County, including the County Auditor, shall, until the expiration of five (5) years after the final payment under this Agreement, have access to and the right to examine and audit any books, documents, papers and records of Contract Professional, involving transactions related to this Agreement. 15. 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. 16. Notices. Any notice required to be given under this Agreement shall be in writing and shall be mailed or delivered to the other party at that parts address as stated above. 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 David Bauer, Director, Weld County Department of Public Works, or his designee. 17. 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. 18. 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. 19. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto. (each of which is specifically incorporated herein) contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiation, representation, and understanding 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. 20. 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. By execution of this Agreement, County does not warrant that funds will be available to fund this Agreement beyond the current fiscal year. 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. 21. Employee Financial Interest/Conflict of Interest. C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. Contract Professional has no interest and shall not acquire any PROFESSIONAL ENGINEERING SERVICES AGREEMENT —FLOOD RELATED Page 8 interest direct or indirect, which would in any manner or degree with the performance of Contract Professional's services and Contract Professional, shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflict 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. 22. 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. 23. 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. 24. 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. 25. 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. 26. 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. 27. Public Contracts for Services. C.R.S. §8-17.5-101. Contract Professional certifies that Contract Professional is not an illegal immigrant. 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 and will confirm the employment eligibility of all employees who are PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 9 newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the Department 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 sub -contractor that fails to certify with Contract Professional that the sub -contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional (a) shall not use E -Verify Program or Department program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed, (b) shall notify the sub- contractor and Weld County within three (3) days that Contract Professional has actual knowledge that a sub -contractor is employing or contracting with an illegal alien and (c) shall terminate the subcontract if a sub -contractor does not stop employing or contracting with the illegal alien within three (3) clays of receiving notice, and (d) 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 Department program, 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 Department 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 damages. 28. Compliance with Colorado Department of Transportation Regulations and Standards Contractor 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 Contractor under this Agreement, and Contractor agrees to meet or exceed all standards set by these publications. Contractor 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. 29. 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. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date and year written above. CONTRACT PROFESSIONAL: Al LEST: Name: By: FlobJ crcl C fierw2 (Name and Title) SEAL (if any) FEIN: S5 -b2O2_ t7O COO PROFESSIONAL ENGINEERING SERVICES AGREEMENT —FLOOD RELATED Page 10 The foregoing instrument was acknowledged before me this I3 day ofJCuwai , 2014, by [{b &aXd C • Stria.- (name), as C . O. D. (title) of RoitinA.haA,- - {4 1s. L i&.c-. (Company name) My commission expires on: Jut/ 1g to IC -- ai/Cv.. e © _ I C -62.1.mA., Notary Pu1jtjic BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: Weld County Clerk to the B BY. Deputy Cler to the Board Rade, cher, Chair JAN 132014, PROFESSIONAL ENGINEERING SERVICES AGREEMENT— FLOOD RELATED Page II 07D/L/- D/%% EXHIBIT A RFQ #B1300201 Request for Qualifications Engineering Services related to the 2013 Flood Recovery ENGINEERING SERVICES RELATED TO THE 2013 FLOOD RECOVERY I. Purpose The Weld County Public Works Department is seeking qualifications submittals from qualified vendors for Engineering Services related to the September 2013 Flood Recovery. The requested services may include Topographic and ROW Surveying, Roadway or Bridge Repair Design Drawings, Structural Inspection, Hydrology and Hydraulic Analysis, Environmental Clearances, Preparation of Contract Bid Documents, and Construction Inspection. Weld County will use this information to select a minimum of 5 most qualified consulting firms. Maps and other details pertaining to the Project Sites and the damage to Weld County facilities will be provided to the selected consultants, along with a request for proposals. The selected consultants will perform a variety of engineering functions for which they must demonstrate qualifications. Work is to be conducted in close coordination with County Public Works staff and will include but not be limited to: • Structures inspections and design engineering to repair flood damage to County transportation facilities including structures and roadways impacted by the September 2013 Flood. • Report to the Public Works Department on engineering needs within each specified Project Site. • Completion of information required by FEMA to fill out FEMA Project Worksheets for each Project Site which includes cost estimates for work required to restore site to permanent condition and any additional mitigation that could help prevent future flooding damage. • Engineering design and an abbreviated set of construction plans as directed for repair and/or replacement of County road and bridge facilities designed in accordance with Weld County Standards and meeting either FEMA or FHWA design standards and clearances. • Bid documents as directed, for advertisement of improvements in a manner that meets the reimbursement requirements of either FEMA or FHWA. • Environmental, historical, land use and ROW clearances as required by FEMA or FHWA. • Construction engineering and inspection services for Federal -funded construction projects as directed. All work will be completed on an as -needed basis with a negotiated scope of work as directed by the Public Works Department. Project Schedule (Anticipated) • RFQ Advertisement Issued • Qualifications Due at Purchasing • Shortlist by • Pre -proposal Meeting • RFP Issued RFQ Selection Criteria December 2, 2013 December 11, 2013 (10:00 AM) December 16, 2013 December 18, 2013 December 19, 2013 Consultants shall limit the total length of their submittal to a maximum of 20 pages, excluding cover and divider. Proposals greater than 20 pages will be rejected. Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the qualifications submittals. 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 QUALIFICATION STANDARD 5.0 Project Team Qualifications, years of relevant experience, and proven abilities of key team personnel. Experience on similar projects as a working team. 5.0 Overall Firm Capabilities Firm's size in relation to the project size, organizational structure, production facilities, and assets. Capabilities of sub -consultants which will be a part of the project team. 4.0 Performance on Similar Projects Demonstrated ability to produce successful results, meet projects schedules, meet project budgets, and fulfill project goals on similar projects. 3.0 Work Location/Familiarity Project team's work location relative to the project site location. Key team members familiarity with Weld County and the goals of the Department. 3.0 Project Approach The firm has described a logical approach towards ensuring a successful completion of the project. The firm has demonstrated a clear understanding of the project. #B1300201 - QUESTIONS & ANSWERS FOR THE RFQ/ENGINEERING SERVICES FOR 2013 FLOOD 1) The type of response is listed as hardcopy only, but in the summary it lists we are allowed to email our qualifications. There is no information on either of these specified in the RFQ document itself. Which is the preferred method of delivery of our qualifications? 2) If hardcopies are desired, how many copies will be needed for evaluation? ANSWER: The preferred method of submittal from the consultants for RFQ #B1300201 is to deliver five (5) hard copies of their submittal to the Weld County Purchasing Department by the bid due date. (Some vendors were told that an email version would be okay. The Public Works Dept forgot to put that in their bid/RFQ. 3) Regarding the attached RFQ, will Weld County be soliciting separate Geotechnical services necessary for these repairs, doing them in house, or should we add this scope to our SOQ? And if it does need to be included should we include design and testing services or design only? ANSWER We don't anticipate any geotechnical services related to design of the proposed flood recovery improvements. We do anticipate some geotechnical testing services (quality control testing) related to the construction of the proposed flood recovery improvements. ***"Consultants shall limit the total length of their submittal to a maximum of 20 pages, excluding cover and divider. Proposals greater than 20 pages will be rejected" - this means everything you want to include in your RFQ shall be no more than 20 pages. **** cQ #`81300281`;` 1,.2.9441 Weld County Purchasing ,Department 1150 0" Street, .13990114T:= Greeley;'Coford 80631:'' Prepareed by:.' u$to Meridian. One 9785 Maroon Circle Suite 140 :.': Englewogoi,Colorado..80112 303.799 5103 %303.799.5104 fax `:'. `www bhinc:com ;' Bohannan A Huston December 11, 2013 Weld County Purchasing 1150 "O" Street, Room 107 Greeley, CO 80631 RE: #[31300201— Engineering Services Related to the 2013 Flood Recovery To Whom It May Concern: Meridian One 9785 Maroon Circle Suite 140 Englewood, CO 80112-5928 www.bhinc.com voice: 303.799.5103 facsimile: 303.799.5104 toll free: 877.799.5103 Our hearts at Bohannan Huston, Inc. (BHI) go out to all citizens in Weld County after the devastating flood damage our state experienced in September. BHI has been assisting CDOT in their Incident Command Center (ICC) with initial emergency flood response phase projects since October and are assisting the City of Longmont to restore access to their water supply systems. This experience has given us a unique knowledge of the area and the best response to repairing the bridges and roadways that were affected by the flooding. We are also familiar with the FEMA and FHWA documentation, processes, and standards from our work doing roadway and structure inspections, and quantity assessments for the ICC. BHI has been serving the public and private sectors with civil and structural engineering, surveying and mapping, and advanced technology services for more than 54 years. We have assembled a highly -skilled technical team to be of immediate assistance to Weld County in the rebuilding efforts ahead. Our Denver office includes experts in roadway design, hydraulics, bridge inspection and design, surveying, and right- of-way capabilities. In addition, BHI has emergency repair experience within the Rocky Mountain Region. We have included Pinyon Environmental, a registered DBE firm with the State of Colorado, on our team to assist with the environmental clearance tasks that will be necessary on several of the projects the County has identified. BHI has worked together with Pinyon and numerous past projects, and consider them to be key partners. We would be honored to be able to help rebuild critical infrastructure in Weld County and be a trusted resource you can rely on during this difficult and challenging time. BHI's team will respond in a timely manner to the varied nature of projects that will arise under this contract, and our depth of resources allows us to fully staff your projects and meet aggressive schedules on short notice. BHI values the relationships we have formed with Weld County through our on -going work, and we can excel at providing professional services on an as -needed basis that meet our clients' budget and schedule needs. We appreciate your review and consideration of our team, and we welcome the opportunity to discuss any questions you may have at your convenience. Sincerely, ..el Dahlhp.` „ u_ Officer -in -Charge mdahlberg@bhinc.com Cc: Loretta Davis, Senior Vice President Mark A \Wet PP, I FED® AP Senior Project Manager mwest@bhinc.com Engineering Spatial Data Advanced Technologies Bohannan A Huston OVERALL FIRM CAPABILITIES Bohannan Huston, Inc. (BHI), a private corporation, was founded in 1959 and is a leading multidisciplinary engineering, spatial data, and advanced technologies firm serving the municipal infrastructure needs of communities throughout the Rocky Mountain West. Celebrating more than 54 years of successful service, BHI has grown into a nationally -recognized service provider in the areas of water resources, civil and structural engineering, traffic and transportation engineering, land surveying, G15, and photogramme- try. Our breadth of expertise enables us to see project solutions from concept through to completion. We have developed a staff of professionals, currently over 170 strong, within a diverse company structure that allows us to provide our clients with a full range of services and simplified contracting under one roof. Bill is a regional engineering firm with a depth of staffing resources to support the County with experts in all the task areas outlined in the RFP, such as: structural engineering, land surveying/ROW, roadway repair, hydrology and hydraulic; water resources, and construction inspection services. We offer a full range of engineering services aligned to the County's needs, and we have the depth and availability of staff needed to respond to emergency requests. Our firm's management philosophy embraces continuous quality improvement initiatives, direct owner involvement, dedication of resources, leadership of each primary . discipline, team -driven services, and direct client -staff communications. Our staff knows the region, and has a strong understanding of local standards of practice. We work with clients to visualize projects, optimize resources,. and realize the best solutions. Our teams strive to design projects that are sustainable and sensitive totheir environmental context, while con- tributing lasting value to the community. Through our recent projects with several Colorado municipalities, we are widely known across the state for our quality products and technical expertise. BHI continues to build a measured approach towards potential proj- ects, specifically targeting the areas we know we can execute flawlessly. We look forward to proving our capabilities to you and to demonstrating the motiva- tion and commitment of a team that is fully vested in delivering successful projects. Contact Information: Bohannan Huston, Inc. Meridian One 9785 Maroon Circle, Suite 140 Englewood, CO 80112-5928 303.799.5103 303.799.5104 fax www.bhinc.com Primary Contact Person: Mark A. West, PE, LEED Project Manager mwest@bhinc.com For this contract we will engage our trusted consul- tant Pinyon Environmental, Inc. (Pinyon). Pinyon is a full -service DBE/ESB/SBE environmental con- sulting firm based in Lakewood, Colorado. Pinyon has a proven record of providing products that meet local agency, Colorado Department of Transportation (COOT), and Federal Highway Administration (FHWA) standards, policies, and guide- lines. Our broad experience includes expertise in feasi- bility studies, National Environmental Policy Act (NEPA) studies, document preparation; environmental field surveys, environmental permitting, public involvement, environmental due diligence, remediation design and implementation, and other disciplines. Pinvin L.b As a part of the flood repair work in Boulder County, Pinyon has coordinated directly with jurisdictional agencies, including FEMA, to gain direction and support for assessment of the environmental conditions post - flood. Pinyon resource specialists have conducted field surveys for threatened and endangered species, performed wetland delineations, determined the need for Section 106 Consultation, and worked with engineers to avoid minimize impacts during the repair and replacement of flood damaged infrastructure. Pinyon's ability to combine innovative technologies with standard engineering practices has enabled the firm to evaluate and select cost-effective alternatives for our clients' environmental problems. Engineering Services Related to the 2013 Flood Recovery 12 Bohannan A Huston PROJECT TEAM As shown in our organizational chart below, BHI has committed key personnel to complete the major assignments on any of the County's projects. These assignments were based ortthese individuals'. specialized expertise and their availability to dedicate themselves to the areas damaged by the 2013 floods.. Design Engineer — Roadway Design Engineer — Bridges Environmental Planner & NEPA Specialist •• • •, • • r • • •. Hydrologic/Hydraulic Analysis & Design" Survey Operations Manager Survey / Right -of -Way' '. Firm Colors Bohannan Huston Pinyon Environmental Engineering Services Related to the 2013 Flood Recovery !3 Melvin Dahlberg, PE Bohannan Huston leer in 'u lity'�Assurance Mel Dahlberg is an experienced project manager on multi -disciplinary civil, highway, and street design projects for municipalities, cities, counties, state, and federal agen- des. These projects involved concept planning, preliminary engineering, final design and construction phase services. He has strong team coordination skills, project plan- ning, client communications, budgeting, scheduling, quality assurance, performance reporting, and resource allocation. Mel has been supporting the CDOT ICC in Loveland (as a subconsultant to URS) providing roadway and structure assessments, inspections and reporting. Being a transportation and bridge engineer, Mr. Dahlberg brings a unique ability to blend transportation and bridge components for complex projects. Mel has been the Project Manager on a diverse range of highway projects in the environmentally sensitive National Parks, rural highways traversing Native American Lands for the Central Federal Land Highway Division, to urban street improvements in Downtown Denver. Mr. Dahlberg prides himself on the ability to bring a•.team together in a fast paced environnient and produce a set of plans from the surveying/data gathering..'. through final design. Mr. Dahlberg is well versed in the application of highway design software such as InRoads, MicroStation, GuidSIGN,AutoTurn,.as well as Microsoft, He also has in-depth knowledge,of Book) —A Policy on Geometric Design of Highways and Streets, AASHTO Roadside Design •Guide, MUTCD (Manual of Uniform Traffic Control Devices), CDOT Project Development Manual, CDOT Drainage Design Manual, CDOT DesignGuide,.CDOT Local Agency Manual, CDOT M&S Standards, CDOT Standard Specifications, and the Urban.Storm Drainage Criteria Manual.. Selected Project Experience • COOT NPS Incident Command and General Engineering Services: Colorado Department of Transportation (as a subconsultant to URS) (Northern CO) — Officer -in -Charge • Acoma Avenue Roadway and Bridge: City of Fort Morgan (Fort Morgan, CO) -Principal-in-Charge Barlow Road Bridge Repairs: City of Fort Morgan (Fort Morgan, CO) — Principal -in -Charge • JeffCo Light Rail,Station Pedestrian Bridge over 6th Avenue: City of Golden (Golden, CO) — Principal -in -Charge • Kipling Multi -Use Path and Bridge: City of Wheat Ridge (Wheat Ridge, CO) — Officer -in -Charge • CR 527 Beaver Creek Bridge Replacement: La Plata County (Bayfield, CO) — Quality Assurance Manager • Piedra Road Concept Report and Final Design: Archuleta County (Durango, CO) — Project Manager • SH 14 Bridge and Road Replacement over the Poudre River: Colorado Department of Transportation (Ft. Collins, CO) — Principal -in -Charge • SH 392 Safety and CBC Repair Energy Dissipator: Colorado Department of Transportation (Weld County, CO) — Project Manager Experience: 35 yearstotal,2c "` years with BH! Registratioh: essiana nglneef.`-CO rofessioiaf ogmeet::;i3fYl ducation IS Stfuur0i crw Eitgir e 4SArcfritea t idcansttucti clanalogy, libations lomen's Transportation .^ Seminar American Society', Civil Engineers Engineering Services Related to the 2013 Flood Recovery 14 Mark A. West, PE, LEED AP Bohannan A Huston anal With a 15 -year record of accomplishment managing civil infrastructure projects across the Front Range of Colorado, Mark A. West is an experienced civil engineer and senior project manager dedicated to providing high -quality design services to his clients. Mr. West has proven success in'leading edge design of transportation, water resources, and land development projects involving coordination between cities, counties, special .districts, sub -consultants, and landowners. He has led production of detailed, code -compliant project designs and calculations, including hydrologic and hydraulic studies, large-scale drainage analysis, site designs, and roadway horizontal and vertical alignments. Mr. West has technical design expertise using Urban Drainage and. Flood Control District (UDFCD) Criteria, including hydrologic and hydraulic modeling with CUHP and UD-SWMM software, to supplement stormwater drainage studies, master plans, design of stormwater control facilities, and floodplain modifications. He has expertly prepared drainage channel and irrigation structure designs, including diversion and drop structures, and box culverts, flumes, energy dissipaters, regional detention facilities, and water quality enhancements. His experience also includes preparation of multiple U.S. Army Corps of Engineers (USAGE) Section 404 -permit applications.. Mr. West has provided detailed coordination with Federal Emergency Management Agency (FEMA) teams on National Flood Insurance Program (NFIP) projects in produc- tion of FEMA MT -1 applications for Conditional Letter of Map Revision (CLOMR) and Letter of Map Revision (LOMR); and FEMA MT -2 applications for Conditional Letters and Letters of Map Revision based on •Fill(CLOMR-F/LOMR-F), and Letters of Map Amendment (LOMA) using the eLOMA service provided within the FEMA Mapping Information Platform (MIP). Selected Project Experience • WCR 49 Road Extension from 511_34 to WCR'60.5: Atkins Global (Greeley, CO) — Civil Engineer • Longmont Dam Road and Ralph Price Reservoir Access Road: City of Longmont (Longmont, CO) — Project Manager/Project Engineer. . • . Acoma Avenue Roadway and Bridge: City of Fort Morgan (Fort Morgan, CO) — Project Manager • CR 250/261 Roadway and Intersection Irprovements: La Plata County Procurement (Durango, CO) — Hydrology/Hydraulics and Drainage • JeffCo Light Rail Station Pedestrian Bridge over 6th Avenue: Cityof Golden (Golden, CO) — Drainage Engineer • Kipling Multi -Use Path and Bridge: City pf Wheat Ridge (Wheat Ridge, CO) — Project Manager • 168th Avenue Bridge Widening and Box Culverts: City of Brighton (Brighton, CO) — Project Manager • Lemay Avenue Projects along Fossil Creek Community Park including the Trilby intersection: City of Fort Collins (Fort Collins, CO) — Project Engineer • South Timberline Road Si East Drake Road Improvements: City of Fort Collins (Fort Collins, CO) — Project Engineer Engineering Services Related to the 2013 Flood Recovery IS David Johnson; PE David Johnson began work with;BHI's Structural Engineering group in 2008 after com- pleting his Masters degree in Structural Engineering. His structural design experience includes the design of vehicular bridges, pedestrian buildings, and seismic bracing for mechanical and -electrical systems and equipment in.high-importance structures located in high seismic zones. He has designed using structural concrete, steel, composite materials includingcarbon fiber, concrete anchoring systems, and seismic bracing systems. He has performed structural investigation of existing structures and structural rehabilitation to restore structural capacity and function. He is skilled at using RISA for structural design and analysis, MicroStation and InRoads for road- way design, Transoft TORUS for -roundabout design; and AGi32 for roadway lighting design and analysis.., His experience with roadway design includes roadway alignment and modeling. He was the roadway engineer for La Plata CR 251/250 Improvements. His responsibilities included the development and evaluation of roadway alignments and an intersection study comparing a conventional intersection with a roundabout intersection. He has. developed multiple feasibility studies for the construction of roundabout intersections in Colorado and. New Mexico in accordance with NCHRP 672.' He ha -experience in roadway lighting design, and analysis including the evaluation of tunnel lighting for a mountain tunnel • along Colorado SH 119 in accordance- with ANSI/IES RP -22-11. Selected Project Experience: • WCR 49 Road Extension from SH 34 to WCR 60.5: Atkins Global (Greeley, CO) — Structural Designer • Acoma Avenue Roadway and Bridge:: City of Fort Morgan (Fort Morgan, CO) — Structural Designer • Barlow Road -Melia Repairs: City of Fort Morgan (Fort Morgan, .CO) — Project Manager -' • CR 250/251 Roadway and Intersection Improvements: La Plata County Procurement (Durango, CO) — Roadway Design • JeffCo Light Rail Station Pedestrian Bridge over 6th Avenue: City of Golden (Golden, CO) — Structural Engineer • Kipling Multi -Use Path and Bridge: City of Wheat Ridge (Wheat Ridge, CO) — Project Engineer - • NM 118 Crossing of the BNSF Railroad — Bridge Rehabilitation Alternatives Report: New Mexico Department of Transportation (near Gallup, NM) — Structural Designer • NM 314 over BNSF Bridge Replacement: New Mexico Department of Transportation (Isleta Pueblo, NM) — Structural Designer • SH 14 Bridge and Road Replacement over the Poudre River: Colorado. Department of Transportation (Fort Coffins, CO) — Structural Engineer • 'SH 392 Safety and CBC Repair Energy Dissipator: Colorado Department of Transportation (Weld County, CO) — Structural Designer • US 285 Bridge Repairs: New. Mexico Department of Transportation (Vaughn, NM) — Structural Designer Engineering Services Related to the 2013 Flood Recovery Sean Melville, PE Bohannan A Huston tesignEngineer- Bridges: Sean Melville is a Structural Engineering Project Manager at BHI. As a Structural Engineer, he has extensive experience in engineering design, feasibility study, and research/forensics. He is versed in the design and analysis of reinforced concrete, pre-cast/pre-stressed concrete, steel, and masonry structural components and systems. His expertise includes structural engineering in support of civil infrastructure "including power transmission and generation, hydraulic structures, water bearing structures, flood control structures, and earth retaining systems. As a project man- ager, Mr. Melville is responsible for project development and workflow from contract preparation through project close-out. His duties include scope of work and fee prepa- ration, supervision and training of design team members, structural studies, design, contractdocument preparation and review, design review, and client coordination. Mr. Melville has been involved in various structural projects including the design of bridges, buildings, drainage structures, retaining walls, and sound walls. He hasalso • participated in structural feasibility studies of roadway alignment proposals, provided construction inspection services for bridges, and supplied structural evaluation inspec- tions for damaged structures. Mr: Melville is proficient in AutoCAD, Rise 3D and PCA structural design software, and PSMJ."Plan-Trax" project management software. Selected Project Experience • Acoma Avenue Roadway and Bridge: City: of Fort Morgan (Fort Morgan, CO) — Structural Engineer • Bridge Inspections in New Mexico and Southern Colorado: U.S. Army Corps of Engineers (Southern_Colorado. & New -Mexico) ---Structural Inspector • JeffCo Light Rail Station Pedestrian Bridge over 6th Avenue: City of Golden (Golden„ CO) -Structural Engineer • Kipling Multi -Use Path and Bridge: City of Wheat Ridge (Wheat Ridge, CO). Project Engineer • Balloon.Fiesta Park. Pedestrian Bridges: City of Albuquerque (Albuquerque, NM) — Structural Engineer • 1-25/NM 3 Interchange Bridge Rehabilitation: New Mexico Department of Transportation (Villanueva, NM) —Structural Engineer • • NMDOT On -Call Bridge Design Services, Statewide, CN 7666: New Mexico Department of Transportation (Various locations, NM) — Project Engineer • I-25/NM 3 Northbound and Southbound Bridge Rehabilitations: New Mexico Department of Transportation (Villanueva, NM) - Lead Structural Engineer • 1-44 Trail and Gail Ryba Memorial Bridge: City of Albuquerque (Albuquerque, NM) — Project Manager • Mariposa Lift Station and SAS, E P1: High Desert Investment Corp. (Rio Rancho, NM) — Project Engineer Engineering Services Related to the 2013 Flood Recovery 17 Craig Hoover, PE Bohannan A Huston rolagic/Hydrbullc Analysis and design Craig Hoover is a Senior Vice President and Principal -in -Charge for BHI and the Manager of the Water Resources group. In addition to client support, business development, and project management, Mr. Hoover is a recognized leader in the Water Resources community. His wide ranging technical expertise includes planning and design of civil engineering projects in the areas of flood control, storm drainage, stormwater quality, water systems, sanitary sewers, subdivisions, highway improve- ment, and street rehabilitation. Because he has been involved in all stages. of design processes, Mr. Hoover is adept in the preparation of feasibility studies, reports and design plans. His ability to clearly understand a client's needs and goals allows him to be able to adeptly communicate this information in the reports and plans, particu- larly with drainage and flood control - Since 1990, Mr. Hoover has focused "on'stormwater management and has been involved with a wide array of drainage/flood control projects involving analysis, design, approval processing and public involvement activities. His experience has involved watershed analysis, stormwater runoff modeling; stormwater quality system design, floodplain mapping, dam design, sub -critical and supercritical flow analysis, arroyo andbank stabilization. and the design of hydraulic structures. A critical compo=' nent of Mr. Hoover's success is his ability to comprehend language written in typical drainage plans and ordinances„ and, derive creative solutions to challenging drainage conditions that also conform to those regulations/plans. Mr. Hoover is also well versed in HEC-RAS, HECHMS,'AHYMO and other drainage analysis software. Selected Project Experience: • Longmont Dam Road and Ralph Price Reservoir Access Road: City of Longmont (Longmont, CO) — Drainage Design and Reservoir Dredging • Acoma Pueblo Drainage.Assessment and Design: Pueblo of Acoma (Pueblo of Acoma, NM) — Principal -in -Charge • City of Alamosa Storm Drainage Master Plan: City of Alamosa (Alamosa, CO) — Principal -in -Charge • Fountain Creek Watershed Study: URS Group, Inc. (Colorado Springs, CO) — Principal -in -Charge • La Plata' County CR 527 Beaver Creek Bridge Replacement: La Plata County (Bayfleld, CO) -- Principal-in-Charge/Hydrology • SH 392 Safety and CBC Repair. Energy Dissipater: Colorado Department of Transportation (Greeley, Colorado) - Technical Expert for Hydraulic Analysis • Don Felipe Watershed Drainage Management Plan (DMP):Albuquerque Metropolitan Arroyo Flood Control Authority (Albuquerque, NM) — Principal-in-Charge/Civil • Area -Wide Flood Control On -Call: Albuquerque Metropolitan Arroyo Flood Control Authority (Albuquerque, NM) — Principal -in -Charge Engineering Services Related to the 2013 Flood Recovery l$ John W. Doty, PLS, CFedS urve afirens !d noger/Survey & Mappi Bohannan A Huston With over 22 years of land surveying, design, and project management'experience, John Doty brings a strong skill set to municipal, environmental, educational, com- mercial, transportation, construction, and residential projects. Mr. Doty has served as the Survey Operations Manager of our Englewood, CO office since 2011, and has in-depth knowledge of local agency processes, procedures, and standards. Mr. Doty is an experienced Survey Manager who has led multiple crews and technicians to scope, contract, execute; and deliver detailed survey projects for clients throughout Colorado and beyond. He:has helped coordinate survey services with clients and other disciplines for the duration of many projects, from concept to completion. Mr. Doty has established procedural standards for GPS and conventional field measure- ments, office support, and mapping; and he has directed and performed field proce- dures using RTK and conventional survey methods. He has worked closely with the: City of Wheat Ridge, City of Golden, City and County of Denver, City.of Morgan Colorado Department of Transportation for municipal -lead projects, as well as, numerous private sector land developers andclvilengineers to provide tand:Surveing support. needed during the entitlement, design phase and construction ofsite developmentprojects. Selected Project Experience: • WCR 49 Road Extension from SH 34 to WCR 60.5: Atkins Global (Greeley, CO) — Professional Surveyor • Sand Creek Confluence; CDMSmith (Denver, CO) _ Survey Manager/ Professional Surveyor • Acoma Avenue Roadway.and Bridge: City of Fort Morgan (Fort Morgan, CO). — Survey Manager/Professional Surveyor • Brighton Bridge Street and 1-76 Interchange Surveying Services Atkins North America (Brighton, CO) — Project Manager • JeffCo Light Rail Station Pedestrian Bridge over 6th Avenue: City of Golden (Golden, CO)-- Survey Manager/Professional Surveyor • Highway 85, 5th Street to U5 34: Colorado Department of Transportation (Greeley, CO) — Project Manager/Professional Surveyor • Kipling Multi=Use Path and Bridge: City of Wheat Ridge (Wheat Ridge, CO) — Survey Manager/Professional Surveyor . • North 1-25 Reconstruction SH 392to SH 14i Colorado Deportment of Transportation (Weld County. CO) — Survey Manager/Professional Surveyor • South Platte River Redevelopment: CDM Smith (Denver, CO) — Survey Manager/Professional Surveyor Engineering Services Related to the 2013 Flood Recovery 19 William Lyon, LSI Orfy Chic Bohannan A Huston Will Lyon, LSI joined BM in 2011 as a Survey Crew Chief; bringing over 10 years of field survey experience to our Englewood, CO office. He has conducted field sur- veying duties throughout all phases of projects, from initial land surveys, to design, and into construction. -His work has included environmental remediation surveys involving grid boundary and volume calculations, boundary and ALTA/AGSM Land Title Surveys, construction layout,and maintaining notes of all field calculations and cut/fill information, along with horizontal documentation. He is comfortable both working with civil engineers to maintain the original intent of site plan sets as well as coordinating with contractors for order of operations on site. He has been accepted, and is scheduled to take the Colorado Professional Land Surveyor examina- tion for licensure in thefall of 2013. Select Project Experience: • Sand Creek Confluence: CDM Smith (Denver, CO) — Survey Crew Chief • WCR 49 Road Extension from SH 34 to WCR 60.5: Atkins Global (Greeley, CO) — Survey Crew Chief • Acoma Avenue Roadway and Bridge: City of Fort Morgan (Fort Morgan, CO) —Survey Crew Chief, responsible for establishing survey control, topographic survey and right-of-way monument recovery with field data collection. • Brighton Bridge, Street and 1.76 Interchange Surveying Services: Atkins North America (Brighton, CO) —Survey Crew Chief • CDOT North 1-25 Reconstruction SH 392 to SH 14: Colorado Department of Transportation (Weld County, CO) —Survey Technician / Lead Survey Crew Chief, responsible for all field surveys and directing other field personnel to perform section corner and right-of-way field surveys. Record research, drafting and technical aspects for reduction of highway plans to aid in BHI's determination of the existing right-of-way for this 11 -mile section of I-25 (this project is currently in process). • 1effCo Light Rail Station Pedestrian Bridge over 6th Avenue: City of Golden (Golden, CO) — Survey Crew Chief responsible for establishing survey control, topographic and utility field surveys and section corner locations for this new two -span pedestrian bridge. • Kipling Multi -Use Path and Bridge: City of Wheat Ridge (Wheat Ridge, CO) — Survey Technician /Lead Survey Crew Chief responsible for field surveys and directing other field personnel to perform section corner and right-of-way field surveys. Drafting and technical aspects for reduction of highway plans developed in 1968 to aid in BHI's determination of the existing right-of-way. • Hilirose Drainage Site: CDOT Region 4 (Hillrose, CO) — Survey Crew Chief responsible for site control, recovery of survey monumentation, including original Townsite corners set in 1900. • On -Call Surveying — GIS Services: City of Wheat Ridge (Wheat Ridge, CO) — Lead Survey Crew Chief responsible for managing field survey crews. Engineering Services Related to the 2013 Flood Recovery 110 Bohannan A Huston EDUCATION B.S., Environmental Sciences/Studies, University of Rochester M.S., Environmental - Sciences/Studies, University of North Texas .' MEMBERSHIPS American Council of Engineering Companies - Colorado, Environmental Committee: Amy L. Kennedy Environmental Planner and NEPA Specialist PROFESSIONAL EXPERIENCE Ms. Kennedy has 17 years of experience with a focus on environmental analyses, environmental planning, and public/agency involvement as a part of NEPA studies. She has a high level of local, state, and federal agency interaction on a wide range of projects, including: creating and leading advisory committees for projects of national importance (e.g., the 1-70 Mountain Corridor Programmatic Environmental Impact Statement). She has excellent communication and problem solving skills, particularly in identifying and gaining consensus or buy -in on environmental mitigation and alternative development and analyses. Ms. Kennedy's excels at identifying and addressing critical issues, and tailors the scope to move projects forward through design and construction.- . RELEVANT EXPERIENCE NEPA Projects. Ms. Kennedy has focused primarily on NEPA projects during her career. Her experience ranges from large, complex, tiered Environmental Impact Statements to small Categorical Exclusions. Regardless of project. size she works to streamline processes by focusing on the factors that influence decision making. Ms. ' Kennedy's approach to working as an integrated part of design teams leads to -schedule and budget savings. Her experience and professional relationships -provideschants with guidance on meeting regulation requirements, and direct access to state and federal agencies, including resource specialists at COOT and the US.Army Corps of Engineers. Local Agency Projects. Ms. Kennedy has been selected to manage several projects led by local agencies that require COOT involvement based on her extensive knowledge of CDOT processes as well the natural and social resources that need to be addressed. She is working on several projects in CDOT Region 4 (R4) with the region's local agency manager with whom she has an excellent working relationship. Multidisciplinary Teams. Ms. Kennedy regularly leads highly skilled multidisciplinary teams; her working knowledge of both natural and social environmental resources and regulations results in the ability to understand the implications of regulatory needs on budget and schedule. Ms. Kennedy is able to guide her clients through environmental clearances and permitting processes without jeopardizing the project needs. Stakeholder Involvement. Ms. Kennedy truly believes that meaningful stakeholder involvement results in a better project. She also feels strongly that the individuals leading the involvement efforts should understand the material that they are conveying to the public and agencies. She has assembled and led technical, political, and stakeholder committees, developed and implemented environmental justice outreach programs, written web and newsletter materials, and managed all aspects of public meetings. M 9100 West Jewell Avenue, Lakewood, CO 80232 a 303.980.5200 p ■ 303.980.0089 f Engineering Services Related to the 2013 Flood Recovery I 11 Bohannan A Huston PERFORMANCE ON SIMILAR PROJECTS CDOT NPS Incident Command and General Engineering Services As a sub consultant to URS, BHI is currently providing general engineering I services in support of the CDOT Incident Command Center (ICC) in Loveland, CO for the initial emergency flood response phase. CDOT is in the process of respond- ing to catastrophic floods that destroyed or damaged more than 200 miles of roadway and 50 bridges in September. Mel Dahlberg, PE, working at the la is a team member on one of the two Assessment/ Scoping Teams that are responsible for the following: • Conducting Site Inspections / Assessments & Validations of roadway damage • Documenting historic conditions of the facilities (pre -disaster, post - disaster, post -repair) • Develop Cost Estimates for Repairs • Assess Potential Betterment Opportunities • Develop Detailed Damage Inspection Report (DDIRs for FHWA and CDOT) Working in the ICC has given Mel the unique knowl- edge and COOT ICC contacts that will be of benefit to Weld County with its flood recovery needs. Village of Hatch Flooding Various communities in Southern New Mexico were hit hard by flooding in the summer of 2006. The Village of Hatch, located 42 miles North of Las Cruces, was com- pletely overtaken by flood waters on August 15. The community was declared a disaster area by Governor Richardson and FEMA was on site for evaluation and assistance. Due to heavy rains to the west, arroyos were running at full capacity when a levee broke and engulfed the Village in water, sand, silt and debris. The Village of Hatch is a long-time client of BHI and our Las Cruces office has been responsible for the majority of utilities and civil engineering within the Village. Within hours of the report of flooding, BHI staff was on the scene to make an initial site investi- gation and assess the status of roadway and drainage facilities, and water, sewer, and gas utilities. BHI provided aerial photogra- phy mapping of the area for use in rescue and evacuation operations by the State Police, Department of Transportation, US Border Patrol, American Red Cross, and New Mexico National Guard. With large printed images of the area, the logistics of emergency operations could be communicated to the various agencies involved. Emergency response was handled by Hatch Police, Dona Ana County Sheriffs Department and National Guard personnel. After the flood waters receded, the traveling public was left with unraveled pavements, potholes, silt -cov- ered sidewalks, and many impassable streets. As an emergency situation prevailed, FEMA contributed over $450,000 in Category C Roads and Bridges public assis- tance to the repair. Combined with support from the State of New Mexico -through additional CDBG Grants, and other state funds, and direct appropriations from the State Finance Authority -the project was ultimately funded for over $2.6 million. 112 Engineering Services Related to the 2013 Flood Recovery Bohannan A Huston PERFORMANCE ON SIMILAR PROJECTS BHI. provided design and construction services for the removal and replacement or repaving of over 50,000 square yards of roadways as well as sidewalks, curb and gutter,and driveways. Many streets were completely . reconstructed, changing the elevation of the finished grade to allow positive drainage, to an existing storm drain system or incorporating: new storm drains with drop inlets and collection pipes when feasible. BHI's active management of the project made it possible to incorporate additional street designs into the project allowing construction to continue without any suspensions. This resulted innot only time but also cost savings for the Village During the months following the flooding, as the residents of Hatch began the long and difficult task of recovery, BHI continued to support the community. Sand Creek Confluence As part of the 2013 Emergency Flood Service Response, BHI was respon- sible for providing Land Surveying and mapping for engineering design needed to develop plan documents to reconstruct the severely devastated area to pre -flood condition. The primary area of focus was the confluence of Sand: Creek with the South Platte River just south ,of the Clear Creek / South. Platte River confkience. BHI established horizontal and vertical survey control network based on the Adams.CountySurvey Control network and com- pleted a detailed engineering design survey for hydrau- lic and scour analysis, inclusive of preparing a 1 foot contour interval base file drawing with appropriate spot elevations, site improvements and underground utility data. The project required an aggressive schedule. The BHI survey team mobilized, established survey control, completed the engineering design survey, developed the base mapping, performed our internal quality control / quality analysis, and made the final delivery within five days of our Notice to Proceed. Longmont Dam Road and Ralph Price Reservoir Access Road The City of Longmont Public Works and Natural Resources Department is working with Bohannan Huston, Inc. for design services for the Longmont Dam Road repair. The City looks to repair damaged City infrastructure that was impacted during the 2013 Flood, and as part of this effort, City staff has identi- fied critical improvements needed to Longmont Dam Road, Longmont Reservoir, and Ralph Price Reservoir Spillway Access Road. Longmont Dam Road provides access to Longmont Reservoir and Ralph Price Reservoir which serve as the primary raw water supply for the City. This project addresses an immediate need to restore permanent access to these reservoirs as Longmont Reservoir serves as the diversion structure to deliver raw water to the Engineering Services Related to the 2013 Flood Recovery I13 Bohannan A Huston PERFORMANCE ON SIMILAR PROJECTS City. To restore the functions of this City infrastructure prior to spring runoff and the high demand water season, the BHI team has allocated the appropriate resources to address this critical schedule component of the Project. For this project, Bohannan Huston, Inc. is providing engineering services for roadway design to reconstruct Longmont Dam Road to its pre -flood condition including surveying, research, analysis, design, geotechnical inves- tigation, specification preparation, utility coordination, reservoir dredging; permitting assistance, and other associated engineering work. WCR 49 Road Extension from SH 34 to WCR 60.5 BHI teamed. with Atkins North America to extend Weld County Road 49 from State Highway 34 on the south to East 8th Street on: the north,:a distance of approximately three miles. The design includes accom- modation for a two-lane interim section and a four - lane ultimate roadway. The project will construct a new two-lane bridge over the Cache La Poudre River and.a new four -lane. bridge.. crossing of the South Platte River. The predominantly virgin alignment bisects severaffarmed parcels; four major irrigation canals; and numerous irrigation laterals. - The BHI project role is to provide land surveying services for the overall project, even as civil engi- neering services for design of culvert crossings for the Patterson Ditch, the Ogilvy Ditch, and. the Plumb Ditch major irrigation canals. In addition, BHI will. prepare roadway storm drainage plans and reports for the southern half of the roadway alignment and coordinate with the irrigation companies to relocate and reconfigure irrigation facilities for farmed parcels affected by the new roadway alignment, including drainage and storm sewer, land surveying, intersection grading, and detailed coordination with the County and irrigation companies. La Plata, CO CR 527 Beaver Creek Bridge Replacement This project replaces an insufficient bridge on La Plata County Road 527 over Beaver Creek located near Bayfield, CO. The Beaver Creek bridge replacement spans an active mountain stream. The existing bridge was a one -lane bridge on a gravel road and is approximately 35 ft long, The crossing accommodates two 1.2 -ft lanes and 4 -ft shoulders. Bill provided a hydrologic analysis.ofthe drainage basin (approximately 57 square miles) to compute the storm runoff peak flow rate at the bridge for the 50- and 100 -year events. BHl also performed a hydraulic analysis to determine the flow depth, scour potential, and local drainage at the crossing. BHI prepared the preliminary and final drainage reports, and prepared the structure selection report with the goal of identifying a pre -manufactured cross- ing structure that precluded a detailed final design of a site -specific structure. Engineering Services Related to the 2013 Flood Recovery - 114 Bohannan A Huston PERFORMANCE ON SIMILAR PROJECTS SH 14 Bridge and Road Replacement over the Poudre River Bill provided design services to CDOT Region 4; working side -by -side with CDOT staff engineers to provide InRoads expertise and roadway approach _. support through final design. For this bridge and road replacement project over the Poudre River, BHI's- scope of work involved horizontal and vertical geometries of SH 14, design, for the reconstruction of three access roads for the.. wastewater treatment plant, InRoads modeling, plan preparation, and public meeting graphics. Not onlydoesthis project integrate various project elements from different CDOT dis- ciplines, it also required considerable coordination with Local Governments and the Colorado Bridge Enterprise. The existing pre -fabricated pedestrian bridge will be relocated during construction to another location. Pedestrians will be able to cross the new bridge using a sidewalk to be included on the new bridge deck. CR 250/251 Roadway and Intersection improvements Coordinating with the City of Durango and La Plata County, the project design scope includes one -quarter mile of County Road 250 and a traffic signal design for the County Road 251 and 250 intersection. BHI worked with several vertical and horizontal alignments in order to 'fit' the desired roadway section within the existing right-of-way. Where needed, the design team also. prepared plans for a structural retaining wall, and also worked to coordinate easement and right-of-way acquisitions from several parcels. Specific scope items include the preparation concept plans, preliminary and final design documents with associated cost estimates and specifications. The project also incorporates the design of multi -use trans- portation facilities, a transit stop, stormwater drainage, storm sewer, retaining wall structural designs, a traffic study, and a traffic signal. As part of the concept designs for the intersection, BHI developed a roundabout option for stakeholder review and we prepared materials for presentation at a public meeting on the project and answered inquiries regarding the design. Engineering Services Related to the 2013 Flood Recovery I15 PROJECT APPROACH Managing engineering contracts with numerous gov- ernments, municipalities and agencies across the Front Range, Bohannan Huston, Inc. (BHI) is accustomed to responding quickly and professionally to address the infrastructure needs of the community. Our team is experienced with executing projects in both rural and urban settings by recognizing diverse regional condi- tions such as traffic volumes in the area, irrigation and agricultural issues of the rural setting, COOT issues (e.g., safety hazard elimination, access procedures, the proj- ect development process, etc.), and the need to proac- tively engage with internal and external stakeholders. Our ability to respond is based upon more than just technical expertise. It rests in our ability to form close working relationships with the client that can form the basis for quick response, "effective communication, and precise understanding of project goals and require- ments. We also understand that each engineering assignment brings its own: unique: challenges. No two projects are the same. Engineering design criteria and standards can easily be applied to most situations to provide viable solutions; however, more and more, project success is not defined by engineering solutions alone. Environmental clearances and public involve- ment are often key to a project, especially those with state and federal funding. Impacts to right-of-way must alsobe identified early and minimized if at all possible to streamline a project's implementation and minimize potential litigation. Bill recognizes the importance of considering these project development elements early, and we have in-house specialists and subconsultant partners who are well versed in steering projects to success. Our team members have extensive experience developing projects similar in scope to the projects the County has undertaken in recent years. We are skilled at project management (scoping, schedules, and cost), communi- cation and coordination, assembling strong teams with the right technical experience, meeting milestones, and executing the work for transportation, structural, sur- veying, and drainage projects. We are also accustomed to preparing project contract documents when needed by our clients. Our breadth of experience allows us to respond to the varied nature of projects, and our depth of technical and project management resources allows us to fully staff projects to meet aggressive schedules. Bohannan A Huston Concept to Construction: Bill's Value to the Client Having provided more than 50 years of responsive engineering services to clients in the Rocky Mountain Front Range;, BHI is highly skilled taking each project from initial concept to reality: From the point at which we begin to assess the project through design, construction and project acceptance,-- we take great pride in providing our clients with excellence in each completed phase. Our concept -to -construction expertise. gives clients confidence in the quality of their completed infrastructure projects. FloodResponse Our experience with related flood improvement projects along with our overall design team expertise makes the BHI team well versed in steering these types of projects to success. Officer -in -Charge, Mel Dahlberg; PE is currently part of the URS team that has been supporting the Incident Command Center (ICC) in Loveland throughout the Initial Response and Emergency Response Phases of the 2013 Flood recovery. He is a team member on one of the two. Assessment/scoping Teams that are responsible for the following: • Conducting Site Inspections / Assessments & Validations • Documenting historic conditions of the facilities (pre -disaster, post -disaster, post -repair) • Developing Cost Estimates for Repairs • Assessing Potential Betterment Opportunities • Developing Detailed Damage Inspection Report (DDIRs for FHWA and CDOT) Working in the ICC has given Mel the unique knowledge and CDOT ICC contacts that will be of benefit to Weld County with their flood damaged facilities. Additionally, our team's Project Manager, Mark A. West, PE, LEEDS AP, and team members Craig Hoover, John W. Doty, and William Lyon, LSI working with the City of Longmont providing civil engineering design and surveying services to help gain access to the Longmont Dam Road and Ralph Price Reservoir Access Road, and fagineeringServices Related to the 2013 Flood Recovery 116 �I. Bohannan A Huston PROJECT -APPROACH to restore 'the -City's raw water supply after the 2013 flooding. This project includes assisting the City with design of over 1.5 miles of partially damagectroadway section including LiDAR data translation, final designs, and a reservoir dredging plan. We understand that for Flood Recovery Projects, we will need to prepare bid documents in a manner such that they meet FHWA;:NCRS, and/or FEMA reimburse- mentrequirements. Oftentimes, we are asked to man- age a project' from inception to. completion -.including all work associated with the project. This service man- agement, with the assistance from our well -qualified subconsultant partners is a hallmark of BHI as further described below. Service Management Over our 54 -year history, BHI's clients have come to rely on the diverse company services and capabilities of Bill to meet their full -service engineering project needs — from concept through construction — under one roof. Regardless of the client, our approach to manag- ing the work remains the same. Responsiveness and Communication are the keys to successful execution of the work under any contract. We also understand the need for public involvement and consensus building, and we can assist the County with moderating meetings, presenting information on design alternatives, and coordinating a public outreach process. The BHI design team is familiar with the NEPA process, and frequently manages projects that include State and Federal environmental permitting requirements. BHI maintains internal quality initiatives, including ISO:900/ and our staff follow the TenSter Project Management Methodology to manage our project schedules and budgets, and tominimize risk. Our team is flexible and deep enough to shift additional staff onto projects to meet extremely tight deadlines as necessary. To ensure that the County's schedules and budgets are being met, our project managers are always mindful of resource needs and associated costs, and they draw upon the depth of available resources from our team. Whether the County's tasks include studies, survey/right-of-way, structure work, hydrology and hydraulic work, roadway design, utility, or other tasks, our team remains prepared and available to support you in achieving your goals and objectives. Highway Bridge and Structural Engineering Services Our project team is staffed with structural engineering professionals dedicated to producing high quality, comprehensive design solutions. This staff participates in projects from concept through construction with an emphasis on value -based engineering and a dedication to quality. Through our continued project involvement you are assured to receive the highest level of structural engineering services available. BHI's bridge designs are prepared using CDOT's latest standards and criteria. We utilize state-of-the-art software for modeling, analysis, and design. Our bid - ready plans and specifications incorporate modern construction methods and materials, including acceler- ated bridge construction methods, economical concrete and steel detailing, transverse post -tensioning, high - strength materials and composites, pressure grouting, soil nailing, and many others. Structural designs are based on our working knowledge of the IBC 2003 Building Code and seismic provisions. We are familiar with earthquake load and soil -structure interaction effects, blast loading, and associated design proce- dures. We also have knowledge of anti -terrorism and force protection design including progressive collapse prevention design. We are also versed in special inspec- tion including quality assurance for seismic resistance and wind requirements. Engineering Services Related to the 2013 Flood Recovery 117 PROJECT APPROACH Our team has recently,prepared numerous structural selection reports Including reports for'approval by COOT: if bridge inspections and ratings are needed, the design team will inspect and document a bridge's condi- tion, make recomniendations-foY repair or maintenance, and provide an estimate of the cost of the necessary repairs. All aspects of the bridge condition are noted, photographed, and measured to quantify the extent of - the damage or.deterioration: We provide a comprehen- sive report with a detailed description of the necessary immediate and long-range maintenance requirements, - - recommendations for modifications to prevent further deterioration, and recommendations for upgrades to ' increasethe structure's sufficiency rating. We review and identify other functional concerns including site distance, drainage conditions, maintenance issues, and others and we are familiar with the methodology used by the State for the national Bridge Inventory / Qualifying Bridge Structures. Roadways and Intersection Engineering Services The experienced engineering staff of Bill routinely uses their expertise to evaluate alternative solutions for potential roadways and intersection improvements. We pride ourselves in the ability to develop ideas that can feasibly be implemented and realistically be con- structed. We develop project design plans for roadway improvement projects, roadway/intersection widening and reconstruction designs, and can provide traffic related recommendations for the appropriate number of lanes, auxiliary lanes, and storage lengths as needed. Our knowledge of multiple computer software packages gives us the tools to perform engineering evaluations quickly and efficiently and the end product results in graphical displays that clearly convey the ideas which can easily be converted to presentation displays, or taken directly into preliminary engineering. Our staff is familiar with 2001 and 2011 AASHTO Green Book (A Policy on Geometric: Design of Highways and Streets published by the American Association of State Highway and. Transportation Officials), the current edi- tion of the MUTCD, the CDOT Standard Specifications for Road and Bridge Const'ruction, and other state and federal guidelines that are applicable to our industry. BohannanHuston Fountain Creek Watershed Study Each project that we work on is assigned to a design team that has a balanced combination of engineering, designer, and technical support staff to produce the project efficiently and with adequate oversight to ensure quality in the final product for our clients. Stream Stabilization and Bank Protection Design Services BHI's team includes recognized experts in the areas of stream stabilization and bank protection design services that not only improve the hydraulic flow conditions of natural waterways, but are also context sensitive. We use the latest and best technologies to model the waterway including the ability to readily construct one dimensional and two dimensional hydrau- lic models as the situation dictates. Drawing upon years of experience including projects such as the San Felipe Bank Restoration project along the Rio Grande, we are adept at developing stabilization recommenda- tions followed by detailed construction design plans. Solutions we have proposed and designed include: rock vanes, spur dikes, riprap and gabion bank protection structures, rock structure bank protection and grade control structures, bio-engineered bank stabilization, and many more. The key to stabilization and bank protection design is developing an in-depth understand- ing of the site dynamics to ensure the proposed solution will both work hydraulically and aesthetically. We will work closely with Weld County staff to develop such solutions, where needed. Engineering Services Related to the 2013 Flood Recovery i18 Bohannan A Huston PROJECT APPROACH Hydrology. Hydraulics, and FEMA Floodplain Design Services., BHI's extensive Hydrology:,andHydraulics (H&'H) anal- ysis experience allows unto provide practical, val- ue -based design alternatives and recommendations to addrressany of the County'3 stormwater management needs for: improvements to; Repairflood-damaged structures; Cost Benefit analyses, where benefit is generally measured as reduced flood damages; Increase channel capacity and/or stabilization of channel banks and bottom; • Longitudinal grade controlofthe channel invert; • Crossing improvements; • Floodplain preservation; • Detention for flood mitigation and water quality; and • Our experience allows us to prepare plans that meet our clients' needs, include sound analysis, and propose recommendations for cost-effective drainage management solutions. BHI has extensive stormwater run-off analysis expe- rience in predicting stormwatervolumes and peak flow rates for a myriad of storm events, ranging from frequent storm events, such as the 2 -year storm, to extreme events, such as the probable.. maximum pre- cipitation storm. We employ a variety of tools to model stormwater run-off, from the basic Rational Formula and Colorado Urban Hydrograph Procedure (CUHP) to more complex models using HEC-HMS and SWMM. We also have experience completing "first flush" analyses as part of the study and design of stormwater quality facilities and BMPs. .. Our team understands the drainage characteristics of a project are of critical importance and can often dictate several elements of a project design. We begin our analysis by researching previous studies prepared for the area in and around a project site, including historical drainage data. Making certain to coordinate our analysis with previous studies, and existing drainage infrastructure, we will delineate drainage basins and - through the careful selection of approved design parameters calculate run-off and design flow rates. Our hydraulic analysis and design expertise includes the use of HEC-RAS to analyze major drainage ways determining flow conditions such as sub or supercritical flow, flow depth, velocity, and width. Through the use of HEC-Geo RAS we readily develop spatially located models to efficiently produce floodplain and flood inundation maps. Using these hydraulic models as the basis of our design we have completed the design of dozens of bank protection and drop/check structure projects. With three certified floodplain managers (CFMs) on staff -and over 50 Letters of Map Revision (LOMRs) or Conditional Letters of Map Revision (CLOMRs) to our credit, we have the expertise and experience to address any Weld County floodplain need. We have also completed FEMA LOMR appeals and review of LOMRs prepared by others for a number of clients, helping them correct mapping or analysis and reduce floodplain extents. Rarely does FEMA approve a CLOMR without any comments, although BHI has prepared CLOMR submittals in the past that have been approved without comment. In addition to our experience with FEMA, BHI's experts in hydraulic analysis of rivers have provided services for many (over 50) river and ephemeral stream study and design projects, many of which included Clean Water Act Section 401 and 404 Permitting and National Environmental Policy Act (NEPA) compliance. We will work with Weld County to determine whether permitting is required, identify the type of permitting necessary, and assist you with developing the materials necessary for successful permitting submissions. Quantity Takeoffs, Cost Estimates, Bid Documents, and Specifications Quantity take -offs are performed at the start of every cost estimate. Essentially,they quantify the material needed to complete the work specified for a project. Cost. Estimates begin with quality bid documents, quan- tity take offs, and accurate item cost estimating during project development. For cost estimating, BHI uses an internally developed web -based construction cost estimating program that uses CDDT project historic cost data to perform detailed analyses of construction cost trends. By sorting unit costs by project type, location, and size, our staff can review bid item history, select unit costs, and generate engineer's estimates appropri- ate to the region and project type. Using this program, Engineering Services Related to the 2013 Flood Recovery 119 Bohannan A Huston PROJECT APPROACH the BHI team will work with Weld County and CDOT Cost Estimates Unit to generate an accurate and comprehensive estimate. Our staff regularly produces preliminary and final design plans with construction packages on projects of all sizes. We have a thorough and comprehensive understanding of construction document requirements, and the design process that goes into the final plan development. In addition to the plans sheets, we provide standard special provisions and project special provisions to describe unique elements of the work, in CDOT format or according to the Weld County Design Standards and Construction Specifications. These specifications accompany opinion of probable construction costs with item numbers, descriptions, units, and quantities — and can be coded as listed in the CDOT item code book. Land Surveying Services • As an in-house service provided at BHI, we feel that our land surveying capabilities are second to none. Our Spatial Data Group offers a full range of surveying and mapping services to support a wide range of needs requested by the Board of Weld County in response to this contract. Our well-equipped and experienced staff of professional land surveyors, survey crew chiefs and certified survey technicians, both field and office, are uniquely qualified to support the needs of the County. The primary goal is to meet or exceed the expectations of the County. Our plan to accomplish this goal for any surveying or aerial mapping project, regardless of proj- ect size, magnitude or duration, is: • Confirm acceptance of scope, budget, and schedule by all team members • Start each project with a kick-off meeting involving all appropriate parties • Maintain communication throughout the life of the project • Adhere to all applicable standards, statutes, and requirements • Perform internal QA/QC • Develop and submit quality and compliant deliverables Right -of -Way Surveying The scope and magnitude of any right-of-way surveying request made by the County will dictate the exact procedures required of the applicable County, CDOT Right of Way Survey, State of Colorado Statutes, or BIM Guidelines. Right-of-way surveying in general will always be under the control and direct supervision of a profes- sional land surveyor licensed in the State of Colorado. After the compilation and researched documents and initial field survey ties are made, a preliminary analysis of all highway right-of-way and both private and public boundary lines and monumentation will be performed. This is typically an iterative process that may need addi- tional field survey support. Field surveys will leave into a detailed analysis of title work, previous surveys and recovered monuments to rend a professional opinion and develop the final right-of-way plans. Right -of -Way Acquisition Support BHI has a long history of right-of-way acquisition surveying support. From developing basic legal descrip- tions and exhibits to large-scale, complex right-of-way drawing and mapping projects, our team will work with the County, landowners and other right-of-way professionals to develop an approach that is unique to the particular project with due regard to cost, schedule, consideration to the public, and underground utilities. Engineering Services Related to the 2013 Flood Recovery 120 EXHIBIT B Request for Proposals Engineering Services related to the September 2013 Flood Recovery I. Purpose The Weld County Public Works Department is requesting proposals for Engineering Services related to the September 2013 Flood Recovery. The requested services may include all or portions of the following: Topographic and ROW Surveying, Roadway or Bridge Repair Design Drawings, Structural Inspection, Hydrology and Hydraulic Analysis, Environmental Clearances, Preparation of Contract Bid Documents, and Construction Inspection. The projects will include 4 separate "Project Areas", defined by the various river corridors as shown on the attached maps. Each Project Area will include several "Sites" along each of the river corridors. There may be as many as 30 overall sites, each of which will require various engineering services as described above in order to restore the sites to pre -flood conditions and specify mitigation efforts that may prevent future flood damages. Maps of the Project Areas and an inventory of the original damage and emergency repairs to the Sites will be provided to the selected consultants. The Department intends to select one consultant for each Project Area to perform the needed work. NOTE: A site visit will be conducted to a single "Sample Site" which will represent the various improvements that may be required at the other sites. The consultant proposals should explain the various work items recommended for the Sample Site and include a breakout of consultant tasks and hours for the Sample Site. These may or may not apply to the other Sites in the Project Areas. II. Scope of Services Weld County is working with FEMA and FHWA specialists to verify damages to County assets that were damaged during recent flooding. Weld County is in need of professional engineering services which will generally consist of overall plan preparation related to flood repairs, specification preparation, and construction management services. Engineering services will comply with County, State, and Federal regulations. Time is of the essence as Weld County anticipates that high water during spring runoff could cause additional damage to project sites. The Public Works Department is looking for ways to shorten the design process and develop an abbreviated set of construction drawings. General engineering services will include: • Design Surveying (Could include temporary easement descriptions) • Hydrology & Hydraulic analysis required to document repair and mitigation efforts • Flood plain record research to validate flow rates that may be used • Preliminary roadway or bridge design, cost estimates, evaluations, plans, reports and coordination with staff and others • Final design, abbreviated plan set preparation, specifications and design details per CDOT Standards • Geotechnical & Drainage investigation/reports (if needed) • Potholing and utilities coordination & relocation • Environmental assessment study • Construction engineering and inspection services for Federal -funded construction projects as directed NOTE: It is anticipated that the consultants will utilize as much existing floodplain mapping/data as is applicable, so that the time and costs required for any hydrology & hydraulic analysis, etc. will be minimized. A. General Project Description The initial emergency repairs necessary prior to opening the roads to traffic has been completed at all the sites. Engineering Services are now needed to reassess the sites to determine final improvements needed to return the sites to a stable permanent condition and indicate if mitigation efforts may prevent future flood damage. The anticipated repairs may include: Riprap armoring of bridge abutments, Wing wall/Railing/Deck Repairs, Placement of turf reinforcing mats, Temporary and Permanent Erosion Control, Seeding, Sod and asphalt patching/paving and striping as required. Although it is unlikely that construction at all the sites can be accomplished before the spring run-off begins (end of May), the goal will be to prioritize the sites and have bid documents ready to bid as soon as possible for the high priority sites. Weld County anticipates that an abbreviated set of plans for many sites will need to be bid ready by the end of February 2014. This may include small yet concise sets of plans and specifications. B. Project Requirements • Structures inspections and design engineering to repair flood damage to structures and roadways impacted by the September 2013 Flood • Report to the Public Works Department on repair needs within each specified project area • Completion of preliminary estimate of construction, engineering and permitting costs • Topographic and ROW Surveying necessary to complete the scope of services • Engineering design for repair and/or replacement of County road and bridge facilities designed in accordance with Weld County, CDOT and FEMA & FHWA standards and clearances • The consultants may be required to meet a DBE participation goal on the design work associated with the FHWA sites • Bid documents as directed for advertisement of improvements in a manner that meets the reimbursement requirements of either FEMA or FHWA • Environmental, historical, land use, and ROW clearances as required • The consultant will be required to provide construction administration and project management including submittal review, documentation, and continuous full time field inspection for the project per CDOT inspection guidelines. Any required materials testing not provided by the construction contractor will be arranged by the County. • The consultant may also be required to produce "as constructed" drawings at the completion of the project. Final drawings shall also be submitted on CD in PDF format. All material submitted at the completion of the project shall become property of Weld County. C. Project Schedule (Anticipated) • RFP Issued December 17, 2013 • Mandatory Pre -proposal Meeting December 18, 2013 (10:00 AM) • Proposals Due at Purchasing December 27, 2013 (5:00 PM) • Consultant Interviews January 3, 2014 • Contract Award January 8, 2014 A mandatory pre -proposal meeting will be held on December 18, 2013 (10:00 AM) at Weld County Public Works, located at 1111 H Street, Greeley, Colorado. Consultants must attend and record their presence at the mandatory pre -proposal meeting. After the meeting there will be a SITE VISIT to a "sample site" to give the consultants an idea of what may be required for each of the sites. The consultant will be required to develop and submit 2 their proposal outlining the scope of services that they believe would be necessary to meet the project goals. The selection committee will utilize this information to complete the final RFP scoring. III. 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 sample site. 4. Provide ideas or suggestions on how your firm may be able to meet the shortened design schedule. 5. Provide a scope of work for the proposed design and management of the sample site. This effort will only be used for RFP scoring and selection. 6. References from at least three other projects with similar requirements that have been completed within the past five years and 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 no smaller than 11"x17". 8. Consultant's willingness to enter into the Weld County Standard Contract Agreement included as part of the RFP. 9. Limit the total length of your proposal to a maximum of 20 pages (excluding covers). The County will reject proposals received that are longer than 20 pages in length. 10. Submit a total of five copies of your proposal. 11. Proposals must be delivered to the Weld County Purchasing Department, P.O. Box 758, 1150 "O" St., Greeley, CO 80632, no later than 10:00 AM (Purchasing time clock), December 27"', 2013. 12. 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: Richard White, P.E. — Project Manager Weld County Public Works 970-356-4000, ext. 3742 rdwhite(cDco.weld.co.us 3 PART 2 - SELECTION PROCESS IV. Selection Criteria and Method The Weld County Purchasing Professional Services Selection process describes the consultant selection criteria and method. This document is available for review in the Weld County Code, Revenue and Finance, Chapter 5, online at www.co.weld.co.us. A selection committee shall include Weld County Public Works representatives. Selection Criteria Review and Assessment Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the written proposals and interview session. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. WEIGHTING FACTOR QUALIFICATION STANDARD 5.0 Scope of Proposal The proposal clearly shows an understanding of the project objectives, methodology to be used, and final results that are desired by the Department. 5.0 Critical Issues The proposal demonstrates the firm clearly understands the major issues associated with the project, and offers realistic solutions to those issues. 4.0 Project Control The firm has described their methods of controlling their design and construction cost. The firm has demonstrated an ability to insure State or Federal procedures are used where appropriate. Does the firm have a Quality Control process in - place to manage the quality of their product. 4.0 Work Location/Familiarity Project team's work location relative to the project site location. Key team members familiarity with Weld County and the goals of the Department. 2.0 UDBE Goal The firm has provided documentation which supports their ability to meet a UDBE goal, estimated to be approximately 10%, for this project. The designated UDBE subconsultant(s) have proven abilities. Final selection will also consider verification of references. Final DBE's goals are going to be used for seven of the sites and are currently being established by CDOT. 4 THIS AGREEMENT is made this day of 201_, by and between whose address is , hereinafter referred to as "Contract Professional," and 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." 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 and are specifically made a part of this hereof by this reference. Exhibit A, County's Request for Proposal (RFP) as set forth in "Bid Package No. B ". Exhibit A contains County's description of its needs for the professional services required, the time within which the Project must be completed, the location of the Project, the requirements for Contract Professional's adherence to specific State and/or Federal law and/or standards which must be met, the engineering standards/criteria, and all other expectations of County. The RFP also contains the following specific requirements: (COPY TABLE OF CONTENTS HERE) Exhibit B, Contract Professional's Response to County's Request for Proposal, includes Contract Professional's response to County's description of its needs for professional services, the requirements for Contract Professional's adherence to specific State and/or Federal law and/or standards which must be met, the engineering standards/criteria, and all other expectations of County. WHEREAS, County desires to retain Contract Professional as an independent contractor to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. NOW THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Engagement of Contract Professional. County hereby retains Contract Professional, and Contract Professional hereby accepts engagement by County upon the terms and conditions set forth in this Agreement. 2. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor Professional's completion of the responsibilities described in Exhibits A and B. In no event shall this Agreement continue beyond one year from County's execution of the Agreement unless the parties specifically agree to a continuation in writing. 3. Services to be Performed. County and Contract Professional acknowledge and agree that each of the Contract Documents listed above are integral components of this Agreement and consent and agree that County's requirements are accurately reflected in Exhibit A and Contract Professional's willingness and ability to meet those requirements are accurately reflected in Exhibit B. Contract Professional further acknowledges that any form requiring completion shall be completed to the satisfaction of County at the time and in the manner required by County. Contract Professional shall be responsible for the professional quality, technical accuracy, timely completion, and the coordination of all services rendered by Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies Contract Professional further acknowledges that a failure to comply with the standards and requirements of Exhibits A and B may result in County's decision to withhold payment or to terminate this Agreement. 4. Compensation. A. Upon Contract Professional's County agrees to pay Contract Professional for services performed as set forth in Exhibits A and B, and at the rate of set forth in Exhibit B. Charges shall be based on the time actually spent performing the services, but shall exclude travel time. 5 B. Mileage may/may not (circle one) be charged to and from any required job site at a rate of cents per mile. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. C. 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. D. Payment for services and all related expenses under this Agreement shall not exceed 5. Additional Work. 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. Independent Contractor. Contract Professional shall perform its duties hereunder as an independent Contractor and not as an employee. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Neither Contract Professional nor any agent or employee of Contract Professional shall be deemed to be an agent or employee of County. Contract Professional and 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 (b) provide proof thereof when requested to do so by County. 7. Warranty. Contract Professional warrants that 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 shall faithfully perform the work in accordance with the standards of care, skill, training, diligence and judgment provided by highly competent individuals and entities that perform services of a similar nature to those described in this Agreement. 8. Reports County Property. 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. Such materials include, but are not limited to, reports, data, plans, drawings, records and computer files. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 9. Acceptance of Product 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 furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the work. Acceptance by the County of, or payment for, any services performed 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. 10. Insurance and Indemnification. Contract Professional shall defend and indemnify County and CDOT, their officers and agents, from and against injury, loss, damage or liability arising from Contract Professional's acts, errors or omissions in seeking to perform its obligations under this Agreement and shall hold County harmless from any loss occasioned as a result of the performance of this Agreement. 6 A. General Requirements: Contract Professional agrees to secure, at or before the time of execution of this Agreement, the following insurance covering all operations, goods or services provided pursuant to this Agreement. Contract Professional shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, during any warranty period, and for three (3) years after termination of the Agreement. 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 Public Works 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 Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contract Professional. 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. B. Types of Insurance: Contract Professional shall obtain, and maintain at all times during the term of this Contract, insurance in the following kinds and amounts: 1 Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of Contract Professional's employees acting within the course and scope of their employment. 2. Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: $1,000,000 each occurrence; ii. $2,000,000 general aggregate; iii. $2,000,000 products and completed operations aggregate; iv. $50,000 any one fire; and v. $500,000 errors and omissions. C. 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 on County property and elsewhere. D. Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $1,000,000 aggregate limit for all claims. E. Additional Provisions: 1. Policies for all general liability, excess/umbrella liability, liquor liability and pollution liability must provide the following: If any aggregate limit is reduce by twenty-five percent (25%) or more by paid or reserved claims, Contractor shall notify County within ten (10) days and reinstate the aggregates required; ii. Unlimited defense costs in excess of policy limits; Contractual liability covering the indemnification provisions of this Agreement; iv. A severability of interests provision; v. Waiver of exclusion for lawsuits by one insured against another; vi. A provision that coverage is primary; and vii. A provision that coverage is non-contributory with other coverage or self-insurance provided by County. 2. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability, if the policy is a claims -made policy, the retroactive date must be on or before 7 the contract date or the first date when any goods or services were provided to County, whichever is earlier. 3. Contract Professional agrees to secure and deliver to County's Risk Administrator ("Administrator") at or before the time of execution of this Agreement, and to 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 as set out below. F. Proof of Insurance: Contract Professional shall provide a copy of this Agreement to its insurance agent or broker, and further agrees to have its agent or broker provide proof of Contract Professional's required insurance on www.lns-Cert.com and link the information to County. County reserves the right to require 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. G. 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. H. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent contractors, 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 contractors, sub -vendors suppliers or other entities upon request by the County. 11. Termination. Either party may terminate this Agreement at any time by providing the other party with a thirty (30) day written notice thereof. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. In the event of an early termination, Contract Professional shall be paid for work performed up to the time of notice and County shall be entitled the use of all material generated pursuant to this Agreement. 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 as described herein. 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 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." 12. Non -Assignment. Contract Professional may not assign or transfer this Agreement, any interest therein or claim thereunder, without the prior written approval of County. 13. Access to Records. County shall have access to Contract Professional's financial records as they relate to this Agreement for purposes of audit. Such records shall be complete and available for audit 90 days after final payment hereunder and shall be retained and available for audit purposes for at least five (5) years after final payment hereunder. 14. Time of Essence. Time is of the essence in each and all of the provisions of this Agreement. 15. 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. 16. Notices. Any notice required to be given under this Agreement shall be in writing and shall be mailed or delivered to the other party at that party's address as stated above. 8 17. 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. 18. 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. 19. 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. 20. Entire Agreement/Modifications. This Agreement contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiation, representation, and understanding 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. By execution of this Agreement, County does not warrant that funds will be available to fund this Agreement beyond the current fiscal year. 22. No Conflict. 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, 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 jurisdiction to resolve said dispute. 28. Public Contracts for Services. C.R.S. 48-17.5-101. Contract Professional certifies that Contract Professional is not an illegal immigrant. 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 and 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 of the Department 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 sub -contractor that fails to 9 certify with Contract Professional that the sub -contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional (a) shall not use E -Verify Program or Department program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed, (b) shall notify the sub -contractor and Weld County within three (3) days that Contract Professional has actual knowledge that a sub -contractor is employing or contracting with an illegal alien and (c) shall terminate the subcontract if a sub -contractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice, and (d) 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 Department program, 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 Department 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 damages. 29. Employee Financial Interest/Conflict of Interest. C.R.S. 4524-18-201 et seq. and $24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. Contract Professional has no interest and shall not acquire any interest direct or indirect, which would in any manner or degree 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 conflict 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. 30. 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. 10 ng Services Related to the 2013 Flood Recovery a 1:30j `w , c 0 a N N .O C s O E C in N O m m c= a no no tei m m m 3 c N C U Y Y O/ by ,-' C O! y 2 ,.. ♦-' E N C Ill Ctla O min O O j p CU a m CU J H 0).N O O d vi Y Rco = 6.0 O Q a a OJ C Ol m C U U c IL -.a v Le 7 m a .4 v Gw u w YO au; vt:0: O N= 0 vi ¢ ui w 0 ow y -o O 'C N a n O NC >' N pL C C N O) m o A L c C OJ '° m • O) N N 00 -p O) O/ro a s acacia., m y O) N O) 3 > O! ` L v m c n m z- c r c n 3 L x X > to o L N `1 d o aL-' i a 10 a .� = p i p v n� c- LU c 4.4 V C r1 N C CO V = n .'CO O 0) y O m n v t, m L a m c a w '3 u c R 'm x c 3 m v, O . 2 N Y Y C>. 0) OJ p C N .Y m t` 't' a y C J a 3 tel Y -p R C OJ • X. w d h a) '� E C a Q O al o E o• n c > c an v c m E ins` N a N o d o r N a m • u m o a m ono a" c" R a) — 0. _ O L -1 v) c N w E a3 p d °1 o o m a>+ m b0 O1 E E o>. �.+ ..— -0p a ._ a N aa C U E m t, 'sic co y.. CU a m 0 N -a O C" V a a.) y O C uUi p^ i fO O m v a N, L'' C L E I5 y v O E - N =CU 13 C•L > J p E N F. CO CO Y •- +�+ C Ol _ U J U J '�' O°,7,> h O -O: a-' L _ .0 co U N C L • — V— co,' u N •_• •• OJ a ign> n1 a 0) O '^ L "6 a-' b°° J N H p_ a O C J N Q C Y 0) O D C L O m O1 , f0 ar nn¢ v3 p L.o ai o c 0) L -C N Y 0 L 01 tv, N a L L T .C -C O15 an W O. 9 C O N O' O y u O t, 16 10 t+ a - V a 3 C +o m t N ? >` 1,2 L L c J N OJC tO E d N 9 f6 _ O) S C y, O. M co C y d U L o OL O L a0 CO O/ =) Y= E J J C C. 10 N J U J m X a ¢ e o m w m C E v.I OJ O a 2 u u c C) O 9 • d @ O 'a c 3 2 E - O rl a.,...= c ' 10 0 GO a cis rC rv�m .� O p O' 11 C_.. U... V t.f C C D m o 0 o u m 3 ° a n C N w w C i C O •° L CI WI CJ CO O T a Y w 3 m V C 'f. +-' N L m N t C 0.C •Na u c E ` a m y .� Y y d a. ;,, w c m 0 C C a w i_ C7 DO •p m io Co m `° tn OD O c '� o > v .`.° a^ +�' U -Yp aai +L. 0 ra 470 s d c U _aeon ti. X m -a w c w m Y -' C> `! C o C; C C N mo --o f c 3 v w m w 3 c al a/ al • C T Y a Q -p z y T` w ›..> C E t m E 3 tLp '5' E d° o= o • m 2 m E `o d OD ° v c 73 13 u y o ��o��?�a�a 1.- -0 ado CL C N w C N O - OD O IS > `I -C y v, o C T a al E m Q v Q w CU a c c .Y E m C H o w .r m fY0 T Y lJJ w m m L N m 0 Y w m C Q IJ Y W U 3 ._ Y C 'O Z Y CU 0 N a • C LL V- U C/ CI iCD 73 ra n NI -° CI C V w `� a a0 O C .an N¢ N °O O CM YO O N ° d N O p_ 4.a E cCU 73 _ 71- T E ,U O Nm U d y C w O d N Q Lu N c E Q w w •O •° L m o w c Ln c L 4.4 C I v p p o C 'c (Cot- m m 3 E C O' w w w C vi .il C p i+ p O a i' ow N w c w L a O.tow c e C w a ,� T u m .07-. N 3 v p E ? C 2 m o O=° N E a= ai h o a m w • v to N$ s w t co p L L Vilna, N C 7 L LO LO CI) u 3 O co w m N m c m a. N a° a C` > t `� C E u a '- u> a, ? ._ L 3 C a it) t w m a ._. w 0 w O C C I_ To 5.= Y N 0 0 3 0 w w w C C C E L CO w r_ U LL O_ ._ W O..f. a 0 Q U Z N O. w O_ C w m a 3 :� w VI > m a) �.; w w ba m w m w 0 o Xm +: 2 N L U o°o E= c o w m m ro 3 w ° w m" c m 0Ul C a C N w la EEo cu.- c w 2 r3- ° Y Y m O 3 w U >. LI 3 j E t w m s_ I. .p N i„, w N≥ on N° - N d a 3 GJ V o w_ O> O- U C w' 13 2 W 3 tig a) 0 vl a Y O w V m Y° -o ..a N p v a, Y m v) c> U u• 0 0Lo Ti. ... C N m Nii. '6 L 3 C cu .N E i ° N `it ' u C L 7-1 To T., O E CU C a m s N a 3 Y L m ° pa w p a w .C c ,CI J c c 0 Oa 3 r C O• c ii vi m Y = .`. C N a C a/ a 00 ✓ c c a I— In c - c . •� O C O in C L n C C OOP b0 a C' d u, U O al U CO C com a/ o al u> •C O. -. a CW- L a E 00 a al• C L a/ c d >' m o N c u 0O0 H 3 0 '� c i 0° O) >~ m z Ou '- -a v O v > N a.; ++ 1. C a) C O Nn a = in =1 C N E X E O. u O Ca uf O N O W v IA u E O$ m -o m w v, 06 taj -O • 0pau al al C a1 O E ui L'' V Y N • C a/ a x c V O v) al O vOi C ma CU:c C > C v• =i Ed V Gl c '6 O E a L, w`+ L 00 al N J R -> J N Y CO O in -c c L al O = O Y L u? CL O co CD 00 Q u fl. wt C Y 5 a L v, E E O c a ,in 0 00 ' y C E '+i c c ra0 al c to U w u a O- a/ vi c .°J O u O O o rr a 00-, o u u c o- O 47, C W C C CC ._ C O- 7 M O Y vl v1 a! al al a s co C C in H al O. F o C u 4- L H y 3 O t0 a c li Op a+ 00 C ca0 om uN C °m u cl°i 0) in u m CO > ° .-i >, .— I C vi 00 u I m a al C v 3 a (a 0.0 C X a a)N C O '6 > v c a) o a E> o i-O r+ C O 00 O to ar •H CC O .-. O Q O G E ) N in 0.00) C sti3 ≥t -aim ° �1° E 00 `n 13 IP C Co C yp O m > a) Ot u (0 °l -o O 1 0 al E y s o ° N a E T L L C h !l i al = .2 •n n. al N N a C I "? v.o o— O c y y m L '5 Y O a CO Y O i 3 C i— v no Eu O c u ,7 ' o Qm .OO 0'L-' 0 _613 Intl E ✓ 0 N L o o O N 0 y U i LW 3 aO. 7 O C a "O Q m m Y N v O O C V V O. ` y in R "O fa s in 0m m > a) • m O" V Q OD a v v c. 3 °J c U 3 w t 3 a.0 c t a) N h V C OOa N '- _ O X 3 -o L.' -m t „n m m 3 'm v w E o. 0. a E vi +L'' 'mO gym'' - L .c Y Cam '3w`�=Y „ 0 v c irt y co ++ O .. In U U C c �n z c 9c 5 v v 3 l'Qfl mC.a-OO ®2 n C C C •o v m '= N a) N a/ 0 U 0 = m o n a) a a 3 E a b n61 1:3 lIDyCiQa mW cO-L a • E mcEma)oa)Y i .cObO 0a N N Q C O O E Y L m ' " • a0 Y N a N a) m �" O O a o i 0 0 .O H C 'O +L.+ a) i 'O 0 ad E 3n a Etc; <Y E awa oo MCC Y Cu )n — i a) L u) • u-om O C E m m o.a3 E E n "' O a Y = d C •. L m m > m a) CO 3-C a +,, a E 0 C O a 9,-00.0u0 L c m n Y • c r o OD O _ j m c ▪ ▪ CU O C` I vi Nin > •� v ms O C E `0 mr `a cu" --CO a) o a L Cl) O U i- a i in '� C E y c vv2i O C C 0C c o 0 C 'Oa O 0 E c N a>) S = C E; m o c o- `a -a m.01.o a1c£m • O V d a a) c a1 i c m C E m Y C • N M •O a) Y= d m y€ a0j a E a) 111 > C a) O G u V C +L.+ CO Cu• a Q 3 a EC O a C O O c Z N C O 3 m 3 E c a v CU Q E" v- m c= m vl 3 E u E 0 3 Y > 3 ut w o E. o 2 E c, "$ Q C E m oL 1_-o c E ',E3- .(„E - V v O L m E Q ._ M i U C m Y N '5',in 0.3 L a C C C y aaw i- w V m O V)) CI '42 E o i' oa o m o a- ti c -o U a, ar m w v) a) m 0 d O •al V m -O V 1C• m 4- Y C D . V Q O. Y fnaJ > m V m sty; _c:: m pO. m O` m V) ro 0 O Too. 4-. v) Y N Y al (a Y i y bD v => a ar c c E o v°Ji v u r> c L E Y o v --o 'ma) v E 'c m 73 C Y • O Q• ° L a a n E Y Q E U Cl) b Nam tu LL • i Y H m C m O 0 E i- 'O — co "O m = V bD U S ECU m v a) 4, i• n woo Oa C H L a) a) L co w o• N o c C CU .F3 ED do O C > sa m m a Oa V 'O aO-. "O L 0 C N m O Y m ri C m '3 `U a O i CO w " O N O N O3O Ov =' +m. o LO .4 > 3-! in — _ w Perform Bridge Hydraulic Calculations a C a C a a C a C n a cc ✓ n v a S 10 C' C C .. C >- V Y a O a) c r .Y U umi O m, C "O C In a x C O C enUy v v• " ® (.3C C m Y a C U. N 'Es I) O .z' CU Li ' -° 'L- L C a/ C vNi CU '-' N L O C c C = �' Cu • C ul I C Q J Y .� ° L pN O N T • a) V N Y a Y co •ry (ro � N O Y C '.+ U N L U , C U Y G• , m m e 2_ Li Y a O- Yul a0 3 m O ,+_T' IL— `o- W v c `� d uNi E E 2 Y r m v m O a` Y v. m N O X al .C ' O >` O �C U Y al L m a m E C Or- — CO N al " aJ ° O ca > • To X ?_ a �0Y0 -0 = 0 'N _C Q CU L ryLj. N •N aO+ ma N m V a CO j m? L N> O I C N C U 5 OD 'O..O '- N C Q N al17 tin N y, 00 r-1 i 0 .L-. v N in a a/ c aJ m 0 al ▪ A t— E i s E c O` C.tY d m'cu y w t a a° o -1) co ___E„... w °V 'O Cl) 7 w a. co i 3 2 N ° E u m X E L= = >i OD flit N Y Y al N u 0 N O .6, L° N N O a E U N N ,° N °- E V M O Ol 00 U V "" OJ in p N S a E C M J m v w U Y i N in O O a cu _c 1 E c Y o 1.. o° 3 a_ aJ > ry o 0 3. E c a m a_ u o m. C y ;; u +' !_^ v° o vro • °° ° E m aJ a> w m ° cu Y> m E o o,- m o Y c r 3 n m= d o m 1 w s As a d c- 1- C O c m 2 w a w o a u x t o f° m E . w '(O Y •0 to H Y m C 0. E '06 B N CO '+ -C CO C to -N '=6 't v— 000 d ° N d faLa y. V y N N- > • N o•L'v C7p°°LL° m3c��o�yc>�accO�ocE��a: 300 1 c O al O •° la W -Cm C Y v ▪ XO 1 u O .m' a) �l T O-= v 3 v nco ° o o m a s a, -° a oa _c o 7 c,,,, -.O w C n 'm C LL, 'O 4 C GJ (Ya 0 N O E vl rat V J C U V N N U `1 C I i+ ` O° IUif '6 •m N V O- Y U d co -O G1 C E 0 'O. >, al i C O a (Tp cml 'O+ co +�� U V N •N m a> ° o ao m° c` w c m o z o r O c +-I N Q a. Vc -°a CI) 3 O pm@ a• Lc a °? rel o 1 >• aO V O N N C -43 p m C S (LI RI, Ea X 0 C C Y t O TO C- C ' in - Cu C2 O C a w 3- vi Q 3- V (0 U . • n m L. o > w 7 u a c°i v a sn a C .� v m m> OJ .'d w o> m = m m Cc = a o 00 ° a' - o • j YVf ro m CU a tio on i= -rv° Y. OD ''_.' 3 ,(11 ` C J C N O 1:2 3 N 7 =+ O E YYI 7 N • :65„-- LL -`O I m 4- O a) CU C C C O v C O 1.• 120Q �i a C v �O O O t T O N L m U O °U corn ° = T tT V U O a a co co a m LL m. > 'N U m Y -O m .� .— H C to V to r" 1 E N U . 'N L .C c a a C N O ca L N CO H a a U O_ aJ al i 0 co E 3 al (o ' O Y a 60 l r C I C ,r' '47 m C J. I co t -o ua ,2 pa) .-5 r m U N CJ in N` 3 a Y 0 i_ a >' U m Y a _coin C m L m O Y CU c°i a 4-' uo 0 0 .N° Lj C aJ O -C `T- a; a/ m in tlaor Ta a s N !' m -O C t r-. +' N al C N•9 N L Y :71 C .G TO E Ol O >+ co j r it • C m m a C m a O m N O aJ °- m co C W Y m C C 'N '�N-, O K O L LL m O. m C CU E CO w N O G L° N v s s a 0 CO °, Y N CO a ▪ m a O C a° Y C m •_ y m N O m aJ a _wz CPE E H H E V -O > ai L N N O m"- ° , 3 °'Y L" c a in °c° 0 v O c 'E N C 1 N >" ! m C CO m C oy -Ea c C , ac m C • Y i o C cu >' m a .0 L L 0) 0 O O O 7 Q C) L 7 Q T ,_ u m O O CU U Q vi a C m CO0 y L CO L a c a Q —• a U Ca a) a) J m> O iii 'C.3 O- '-CI ' E C aN v Y °' v v A w O •?c a C o 3 3 u+-,.-- .=' C c O U C 0) in J _O 7 U a) a a O CV p a O C Q a +-' O T > +_+ C ' ri5_ C S = U a a >O c 0.1 a " a) Y CL) Q) O N O> Q L S in C 4' E C OU U E ra yT Y Y aJ a) a)CIL1 O V'13 LS - U.C E m O Y QVI TS s v S T Y N >i Y in y;. a) c in C O ate+ LO N v O M1' Q O O Y y 3 aa)) o a) en Y Y vl 3 t QI > C O _ a..' J E 0 a.4 c v 444, -ra YO 2i > Ca = a E Q'- r Y L w a rl N M V Z.' N L a) a) a' T lS O Y a).+ .O Y C > CU v E w C 3> OL " a o = 'p -O H L 3hrp5� 3 a E ` ` 3 a L 03 0 O a 8 y 0 a a m a co ` CO 03 O L C to' E c_ U E N N O Ct>Q.3 c '' )O o Q Y Y d in Q O C O L YO a) 7 %- 7 `) 0 °1 c co a c b) a0 -C4-' t0 a) C '4- o amcyaa)C Q O C cu E O E O C O L Le 0 0 y w U L V Cl. Ei cc,Len_ N a) C V a) E C N a •— IQ B 01 E 3 m Evaluation and Reporting y Bpi >: 03 Na) Q La O EE"" Y a 00 co vi • O ra O O _ E `- cu p C C = .' .0 C Li- O O 7 N = a E Lo CD 3 a v in > >E v Y = vi 4-* O O ` a) ._ = Y i 0 f0 (11 = aI ' a) N a) a en Ho- a) 7 a) c N c 0 y '6 a •C O aOD y O MC WE CID" e v _ c 7 a f° Sn c V Y "6 O a 7 Q) E C �C '06E i5 t0 in 7 O a L 7 Y C .O CU C a !f Y E °0 no O p O C\ w to CO - N C C o ns i_ p a) aai ran c> a) w Q m 10 c 4- c m aL) to m s E m E a -° N O O C E •E m� y r N a a L O 6 15 C O p L o Ls),O4 > v- E C C Y Y Y 0 >, 0 O N 'T L O '° N V O. H 4-• 3 .OO z cc c c Y .O N E Ua) o_ a) X C -00 E v c. v p cut) ._ :It s- W 7 O O C al •Sn 0 w Y L LO v_c co p N C C X L O a O vOi v7i V- Q Y in Y V) Y CC C) Y N N N 7 roll L in ,y 6 aJ a) T O Y CO 7 0a E p a T L T Y V y CO 9 0 o C p C O c- p al o r o ,� a a C C VI - 7 C 7 L co C C 0> E Y O Y N O 7 !0 .4+ O 7 i .N N p a) 3 Y a) fo U .p :7 a) V) _c ii '•' -actin 7 vi 7 •N 7 c vi Y 5 v7 O a) O Y a) Y n' a K Y L CI) +O+ •ca l :p •C 'p0 E -Up O Y C l i a) C Q L a L L �? U> 3 Y> O b0 p N 7 b0 a) a) l_ a co E a -u ¢ c Q v y3 p V -C w u a) v E a1. a L Q ea v c Y ai E y 3 �!! "O 7 w 0: O '' G Y _. ., 2 C_ ^a y a 7 0) C E '` O m Q) , p NLL no 4-4 L 0 CA -C (4= L L Z � a) fa ++ .Cw N0 E _o rn a 2 = 0 _c "' °Y' H co o 3 U c O -p 0_ .7-- us O U C O T N D > N a m a O O nn ) to ct Ca C) 0 O n CG E cr,_ 0.1 ° o m ro Y c v o c •3 fa m= In o a r-. 00 v) O a u C a) .� o :p stn _c L a L O e- O €41 0 C) F _ C O. N s.- a Y m a) al ° R a a t m CU N a iL+ '6 in M N G Y Tr Q 0 -°o >i N aJ a a °' m 4-' .c o v 0 "o CD °O° N fl- in a in La of O.O > +' a C LmC-° m •3 m —° a N p c ai o m° o 3 '> 73 _ o E- a p o c R OL cr aJ N i O>-" N = Ou Y O .- T Z -o > C aJ am+ LL N m Y ° L° v o a Y° m > S E- ° c o •-i a p w L E L m m m y m 0> N 3— a1 .C u _� C m Q c m 4- 4- 7, o DD L° N '' = a m v m 0 c o in = 3 -° a m v ,� o_ o f° v �- o o L = Y a v= c 3 L c °p ° c c o s 3 0 o c tO 3 u a" 3 'X O° -c cu O E ai v •y E N v it o .o v Q v kn c o E cwi o cwI o m r o `o z o Y c u c o c o c s f`o O" -° c vai H ), aa, u 3 E� m o -' c .� °' .. .'N° - v ▪ d Cp C T y O d p 0 =° L CU m 3 a O m m LL 4:065 :0C :OL I L y,, i L C #� in N C Y ._p' m Y-� U a m a) N Y° L m a) Y Y U E m m H O C m I E c L Q o • 3a u `w vi a vLc c y Y o u L i=. UEpa 4Iain °'o m Y Qs 3 +� m Y Y m N mo *'�w o m m NN U VI y Y .O . Eo m N m Cuy_C % ONa.F • CUD 0 > > o ° c a ..z>.0)L ° 3 oa .Nn " ? .3 ? 113 n a ° ° m ° 9 ° c n= m m a a m= m c 2 m c z a o m N 0 a CU m e 4-1 n E m I E w Y v • °° O N° 0 g pp Ol 1— O L °' j~ O O 7 x i �j Ou -o °' 3 Y s. 7 7a) E 0 0 0 o .• Y v ▪ L a E a) W N Y aN+ C E 4N-i O > C m 3 ra CU ca 5c'°aaiw=Cv vomv ¢o ca OQEO• `-' E e O' C .O w c N L L 0 6 v L ?� O L m to L m E C m 0 E a1 0 °- E a`, m o C n Y Y 2 m L I- Y -O Y 0 7 a o.. min U. '_. U }>i O. Cl- 3 V- a c N • m r 5, m M 'E m> L 1° a- N N _ CU o w d `a c C-') c ▪ a f° a v `N° l '- c m g vi -o a aa) '_^ m Cp 7 ..v "O • m° N n Q C'Y "OAU a C Y Q c m H C° UCO a O a y° 3 N C 0 .O a0+ . O ▪ m N E °°° E m 3 0.1 a m E a Q O m E E Q O V 4-1 o w O N U ar Q f° - Lana d m m E y ° L'° z I- u>? E o m r m L c Paleontology iv' a L a 7 °°Li:, � E Y m a .06 a E L 3 L c C a O N Y L Y O �1 E 0 CU N L 3 E I' n o m 3 c m ai > Q y a V 'p m . c a2i om o_EY -o g a o t v a. y N24 .�_Q o>' °ez m O > 0_ a a/ E .N1 Q Y Y Y Y •� C U .. c= w U w m 7 O E w-_ = CU a0i 'a � O 3 m C C .` a s ca.�°ac°a ROB 2 m o w •m o v 3 E m m y -o > L >•• O Y CL L m '° m = J y O m E O w N m N 2 C L al O aa) N C Of • a a Y a a N Ib o 3 u• i i a Os m 0 o v m,a,>≥ atn ai � = > q . L° m > • CL ° E 0 v N- .L L C a N a o m m 'L V y V aJ C Y° a E% ai a) CU C > d' m m ;.. O m 9- .3 E a E O c 41 CO m 0> a f° a a1 jr ten0 u 'E i rilStUt Survey Control a) u) a L w T t w y.. C O- . L Z O w w V -6 f0 0 Y O h L'' C Q 3 N a c 3 C ,.+ .N O U L C '0 = w v N a fo O J 0 al N C O - Yo Z E a' Co Co N f° U w 3 •c Na) >_ >. w w f0 t0 C O O O m— to f6 _ T'� +• C j j, Q O O O U 0.) Q O V Y -O OV O N EE N vV- f0 = w - ._ f0 C Ta) U O w y ui EO C C ui Y m w w '" . Q., a o = c 0 v y O.c m p C J Y 0 = 3 U O OY w F '.�� N T ,47; L E v o T ,, v V LI o w$ �' = w J C w E nom u I L u- > C O O • E t0 • '0 C Y C L yO, O a _ICE a O- tis > v= _ a a H w w c 3 m E "a aO J O u E w w T i m - 0 U > E O" Q E E ,L�+ j w N O Y i. E` aO w C •-O Q) O w E 'c c== w O_` m> . cu c w o cu t). d N O .C U OU 'C -' O -O O C N O Y E L o (-3 E •3 a) Cu O C Y O O m ,Y„ C O a w •- O ,n O i T w uw, U O , ,r fa o 0". 'L-' 0 N '- L Q -O w .5•.1 - Y Y w C":1 Y c _= fa w c c u Oa CO a Z 3 co w Ou E d 'L., In 3 a aL O ON_ N C O a • • Establish Existing Rights -of -Way m c o ,- `m m w F- in C >- a i- UO Y Q w _Luc w Y- CIJ 0. N h VJ v w Y > w Y in Y -O w Y CO y '"' 0 -O 10 O O J u a h , O *w' OU co ? CON O W Y f0 w 0 Y O• u -° O• a O 4— cO., C - .C O U N N O O w• V ,f >. N • >•_= o O w 0 3 Cu�. C 3 a g; w 3 o m • O aT, O CO CO d i0 a, a o>, w c Y in 7570 CO O ` y 3 v v V w-3•sJ+U_O4:Oa mOwCNO C O O O amL w w o a. y v b. O Y � Z w ._ w m pc E >-5 m • m N • f0 fa In '-C L-' E rroo , CL o N v - o o a w v° c i w Q o• u L tot cu a :L. w L i • Oa C F- s- az z Co u m Y a)i v = op Oa C 44 = Cu C C L= t f0 N c C L w U a w y.• w y, c L U ,ti t w = -O -I v, Y 3 Y -6 w L T VI •a+ Inc in U v w" u' ? m y o a c .-, co c 'in- m m = '3 0 0 CO m` E'0 .a; 'Et o C a w +' U CU Y Y m o ;,_>_ o w w o _- co O a w N C C w O a a O 'm m Oo w O- L v o x .Crw O w On •N is v o. v = Y 10 O L w w Y .� K E Y Y � C L J= y N Q., L O In C C fa N w v m 3 el a O' O z N O= Y o= Y a wC CO , 0 > -O w N C U 7 Y i+ •O w T,ti LS A ▪ N. - O V w co N w �- d Y w 7 _ i-i N n ,if +' C C O DO ) '7) N a a O a) ) V C 2 O,- 3 C raa ?E''E ♦+ O - R :.� 0 -a, en N ≥ L U v O i "La 48 U O 0 c 3 R auo `o it) J =' N 0 c 0 in o E a O v V_ N aj -o C i V N a) R > u -a C LO O o C c• R W R Y a) R Y 00 'N N 00 O C R '. E u N N R -0 al w O R R 'N C o•C o E 0 c 0 N .C R 5 o= Y E - N 4-1 TM y N a ';> a) o ¢ 4— R O- N -O I30 a O • c C C -C c O 3 a+ c 3 O I, o u a -o w o c > a v 3 Q R N u 0 X- C C = 3 N 0 0 00 u— —O E 45 E c — T R L m D I U i+ u 4— I- re: >. 3 Y fra m L R +in _+ O C 4 O c o m w o 0 a ,w U O O y Ol a) '� a) s 3 a) a) 0 o R Cb 44) aJ R N U = Y N a -a 3 c C 0 (5 3 m 0 — C t' C i+ '3 3 a) La ca o a c m X O m O D 0 0 O Y 0 a C O O +• +. >• Q 0 1- Q bp O 0 D. Q O O 6. Roadway Plans 1.4 T a C R O C a as CL c i w m" R a oa. 'Q m >.. l- o. R L O3 O Q Q''- O 0 Q 0 O N4:1— 0 a' c L> E O U C U a R 112 R•73 :' E 0 a) .0 a) 0- 4-, -C E a R c 4J C y a u al yj N 0 40 cu _ _ .w_ +a w 0 i a0 C C Li_O R oa c a' C R 0 R R 12> -O a) �>. N ` R y d y) V ry a R -O C a) a) co f6 3 a -O C O 0 a c c mj • -C� B u a R �. m y� w c ;o y R -0 R aJ N N R N N> Ta ra 0 "c 1 > C a) C O O C C i L O- .L E co > 0 R N Q L O° ) R +'' co ++ Y O E O 0 w r9-- al E 3 5A 01 a b0 Q a1 al p..." c m a v C. all) v .o co °u R O a c 0 E Z w N O 0 E a) `o- ti -, N vi. C N h a) O YO Li V a 3 -6 C a) a +a'.+ " -O in N a) R 3 >, a) C Y y R Q a) �a ,• 2 v 8 O� a N" E -o V a m as -00 -a -C1 y 0 i) t -oa) H c c a) co c X L ++ R ya+) > L N a a) u i0 >i C d a Q w t„1 i' V .0 y �$ L R a) Q y' +' m +-• m c 3 I- 4> u - m c m C� LL m' m a m E co Y N' a) 6 a) 3 N co E ++ N V_0 Y a) ' R +0+ N '3 C. O V :Wm R -O „Id Y V N C C31 C N 0 +N+ N a' w N C00CNCa)OYSi L a -O CX LO 4)C C RNwLNC-OC C00a)NNN.� 3 a) E E C .a 0 Ou vi' 0 n a .770 in R'' N O O co ou '06 0> m "O 4- v 41 N N C> maJ es aJ a) m R 4- 00 N a) co .- R o a O af_. 3 4-4 a) a) N C .a) C H VI ~ E E 0 Roadway Sans will be nrenared to detail the nermanent CU m sCi a E C U R Y L C a + y Y N Y p a v u a. m u o p E Y m �; p03 ' C a w .; C L c m O m S a u p (n Q N N .N c o o E m E w v v m C I u E N m +L_ I- o,.."1„o...... u '> E v 4.., w e o N o s 3 y v m m u E �°- E x 0 3 1 p N a p L. E O p p J C Q C_ p 0 a n I > a 4-1 m .> C m m Y N O m aL.+ m G m p a> O Y O O C p .O u L N N- Q > U i.� . J i = Y co i Y W m O- Y a C Y> N N {/l U ' _ a N o C C V1 C U a L a Wi t_ a) m N a' al aL+ C II L (mj > i 0a U U Y -O C CO Y C a CO a) U Q Y J> O01 a) C m 0 0= '6 O Y J Q V y a) C N N 3 a o'A Y O p '++ 17.1 C 45 m m` +L+ Y a •� Q o J i Y m Y N _� U N a) o n p a m o m m Y C p 0a > a U cy Y a) 0 a) U E J O m' a1 a)— U -O C J a) L L C a) p m CU O. U L r. J a N m Y C O a cp m n 0a - a; C m vi 6> Y =� O O a C U L in Y a) y„ C I— °' coap to al L N E C j O c N p 'a m m C E u �= C 'ate v m ) a L N M J F C N O Q a N bO ; n .C a a C C Y N a m Q qj 3 *1 M L O p U O vi O C w C C ,i1 Y C O O N S m a) U N p +' ` O N a U .O 'p p O n CU -5 C Q R m to m N O in 00 _C �jO Y �i m J in N 0 v p Y GJ —c p m m N U m Y a Q) ,,, L a p_ b0 p W 55-i a in L Y w cp L O C O o u N CU N Q U Y '- 7 C O O fN0 N O m C L O p C O 'C Y 6 '- > C a) L U fl. '�" 'D VI u ,„ o i- O N v O p at; 0= w' M "C V CO in w 0a J a~ Co p O •C 0 O≥ 4-5m. Q v pa p a- co p in v m E cum. o> J E m v O_ -C C N_ E m s Ova o u O Y a m a c o a O O a 0 v n C m o `Y° p p> o E .c J E" N E o a O S '�.� N- Y U C cu N N p N U L a al N L p a J L T a c E a) Y L 0a C C a) y� i� N m m C m m C L a O N a C }' p- Q C a p Y N E C O Q) C J m s E°°° Q •° N N o Y v •, c m 55-iu m o v° U icu ¢ U Y L= a p c Q "6 U ` a 1 m in O u C c C_ o C i o•a) c m p -'73 U Nm Cm C.J Q Nq- C Y J O O U YQ uO +'' O p TiN ala 0a a+ O p c u u Y^ O) V 3 > '> v 3 tu a moc ama a Y 3 0 3 m y i `CD o m w �. x al o Co C Q a) m L w = = o V J E o o >. p a O.O.a,-OOO.2 `" 0 s o 0 Q c n 'a m w w u a Q N m E E' E ca 3 u 1% O ou a 5, m O� w za m p 0E a° a ) C O5 a3 a3 Y = U Y 3 a= an C V O. t O '^ 0 ., a a al C a) m m n 0 CU W - C M ' Y y j O C _ — u i O p C c ?ction Plans a C ≤ U i a) m j in a) O N L O L Q 0a '++ r.. a 4- i • O y m J 'S u C O a. i- U- in ... N `° L a) o a> v p O. +5, U n N CU t, a N tab O• a) O ' m m 7 a) a C T a ' In F a, U L C a, Ti 0.0 >� 3'm;3L O' • LI L Q U m d a) E Bez r+ 4=9 LL p m N •L Y aa so E E _ 3 1 a v° c 12 R 3 0 Y • C U W Q Y — U C C_ U ts 441 W Wm C O_C Y-5 :r v o 3 C a N > C c c m m o o a) ,a m h° C m - aQ) m •3 •3 A. + a) a• ci c m tn 0 w ay) O a m E m "- I w L_ z v, m E V) N C= m i_m v m a u m m E• O Q co U t'- a 7 „' fly r m cc E E u'"i 3 O L ca m C • 3 h u> Q 14 > Y U "= O m a) LO — 0 tin ut • am, >. Q {", Y" m to a) m Y 2` 10 'L .c > a N U m a a m 7 a 3 'L m •Y m E 'gin o-tmc fl.a)= E c D r c m .'c o m a 0 0 a _ Y_ C U Oa C m u VI 5 .D X m t- to O c 2 E .4 E a 7 m at= y m J 7> a YO Q �, an E C C 4 u aL, u in a) L O C w 3 C • C N- c a 3 3 cc E t sx C Et )V in cm) a . >i ` N. m a) a) m m a •L m m a E Y E Design Reviews a on d _— > � a) c m m a) Ln In CO m s o E t. -5,,, E 3 s = y, o C M 0o m Y N C vl L m m m cn 3 O2, lo 2 Y Y c tum c Y o o m L 3 cy a m o am ,c o mu 3 U o y .i , N O N a) 0) 05 2a VI Y 'a.- a tn m 00 a L s a in - 0 Y o c o Y 'a a) v m Y a E_ L >rii m Y N 1- Y O O m> u rn CU m 4-, 3 a C o) Q 'al N La c v E 3¢ yin um m O L c a O > c, Y= via U N m m Q) m tYn raw a L= '- '- E s o m a) '' n a 3'- a •E 3 c • 3 am C= t co c m m" m Y 0 C Y Ca ?'I- .�.., m of a > CUE .;� m ,., 0_J tw _ tr, o f •,7,a a) tin Y E o Q m .E CY.oC_, _ -C N y DY ay,am 3 E avy j m a) >. -a • 3 C Y - I>_ a)La m a 0c ...-• L r CO _m y, Y m 7 a= ca m• = u -C C 3 m so y w c m= m y cm, j c LI 7 m m N a m, rn O L 7 ▪ Y m u ▪ E m o m c c v •- c? TS E m a) c' j 'L U 'p3 m— 0 L C C p p _0 N !y) C 5. O n 'i o O Y Q_ O N m ., - m m Team Coordination IS 111 __ a) >. Y Y = m m VI OaD a Y u ¢ Y 3 7 C m to -0 I c 7 v 4j a) N aYi Y C= a C a c= a" 3 =_ m c v a z m o -, aai 3 a) a 3 E s a R E c Q 3 a) U u as a) co E in • a CO t CO 4-1 C Y C m C C N L O Y13) " m v) 3 a) .E m '0 7 L m o a) r 3 L a) L Y-0 c v, 0 0 t C u E _ c Y a) m U a m L mti, m u) vi Q 0 N G C o a) +' +"' -0 7 rum m m m m 3 E S: a) . . m�= O L O t a rn C t a QJ a Y •Y rF d L C 0 V E t m 1 -o E 3 a c o- ,,; a) on a m in a. N a m V oa co .� c m m m 'Q ,o a; 'c N L uf 7 m d t E Q N aC C aJ m Y .vvl C Y Y m 7 t Y TO O a) v) 0 U ▪ m i c .C 0 +' 004) _c +, u a a) t m L m U ,n Y E w. m a. L as C a) E a c Y m m a m o> a Q 2 m s 1n, a 0 7 7 a0 — a) C a) m VI Y J c c m 0> a 7 .., imml Y -o -o ai }' .� > as • O 4 +. Cuc m C .m-, -tau, >. C C r0 C w y, o OL i E m u m L a Y C U •— U a E 7 • 7= CO a) a,_ a) co m Y m T O m E >"o Cl- c • o o 'y o c a c +m-1 no c +'c, o 00 u Ell) a` a c s m a •^ co E C m c= v a a) Lo Y 1L- E m E .mo o a` $ 3 0 oa rco mc H uu as v n = m a V • O N - rY° 01 inLJ ruo > 0 C m } O '- a O Y m U a C N +m., a) U m n VI 7 Y — H aE d ark ' O • a O 8.X c ra to oa) Y >, caai.E Y O m — 2 L Y o 'L• m a - „ C a) • v+ ca v I Y U N v v v v -6 4% t coaN, U? >, O Y • i 'CC -O C EL.). E w r6 a1 a CO O C Y O of v Y m I vO -55_N n N O y m CO O i al y> N Y Y O .C n U Y O "O al V E •o v Y 3> a N U o E o 1:: c u N • m c 3 E c vN c t y r o. ." °" " >' L o v Y m O_2 v c v i C 3 O m O '" in N •'—" '° " Q •`' v I> W U O C v v� v CL Q ++ in I— O• O i-, Y C v O> O G m Y V Y N •O O O O E 3 v f O C v coUO. aL+ umf Q) = m v 0 N E H CO L • CO V m u aL+ a) La m C N N 'X 'ND O N CL) 1 Q- °° T> 3 7 v9 E v E_ v Y 'o N m E a o Y o= r v v v+ ^. E v v �c c v° v m c> v 3 c c c c° v 45°3 N o - a u v. c- '≥ • ,,, z ;., L o c u n c v "-' aL. �p v v v v v p u a s c u E m o v$ O 9 m • t, > Y Y_ .≥ 3 u a.6 v. o N • o - Co.0 a m vi • i 03 CO o m +p..-cv+ E° a COcin �' �' o' m co `U° m 3 m y m>? u= v u 3 6 r v u• 0 c • co m a aC ` o r r - m e 'Y E a a° c v c v a)" n o. §., •3 a m m v� -' w o Q t U C 3, 3— o N° a) a 3 v — " _ V O O L O 2 c2 C Y Y -,..7,iOi ac. c+ Q O° a m v u? E aY c a n es w r y v Y v 3 ° L o Y° Y n • aO.. a i o o v; v m o o -o _o c n 0 o m .- a o Ol a c '" u y Q c o m s> c> Y 0 aU+ _ O v v al N fa Q L N N C CD E E t; C N in - N v as m C t m L p N Y U N I m U C m Y L L m ~• n— m E O Q C 4) N y a) v ra C) v 3 rs Y V V C 'J U a' • y i C Y m CO OM a i N O t? C y N C 7 +-' U +'' a) C. v C 'O J Y Q O aL+ a a' -C U C C 4ra —• O-- N _ Y c 3 Y in C > o v E E o c c v V m v f° m N v o i> C L a 3 u c -o �v' c `v' C CO .v E E O c V m 3 E= U ro p Z a>) a - v d c t a> S C u a v m al m N CO m e u m cC u v a ai ° t m ,_=C-C3-O‘1"O" C - v E w c N- o f p 3 C al m N n 3 N `� y C i p O vl O 0 al m R *' t n o CO v a v v- �, J y L .— — i" *` • ° 4_, a s- v b m o O 3 r ma "., U c t o c 3 c t u E y a= s 3 o c ac v o c m I j C U, v N -p O C '6 O • N a+ aJ m E a',c_ L Y O L +-' O C E O C O N i O O C O 4-• ;� Q Y V E a E C t � m Y O C m aJ E i N Y Y I C U O U C O U Y v v Y L' C C C i m Y V N L .C 'O r Cr Y a) Y p t Y O n w v Y y • I p E p a) p u 0 a) O L m O o O O O O U m O N V a+ C C V -11.. m L C CD O p c ) u co 3 -p E E v w n u c CO Y O U U U N 3 CO aL., -p E w ocp S o u o c m O v o. VS a 3° i E ,i., H > v C a O y N Y vv, c EC' O Y m as Y C Q O C 6 C t -O v 4.(55 min t 'C C Q) C C O E ;O Z.' el "O N Y CM O N Q CU LL on m v Y y w• N Y) O LE �, ;I a) E v m= L C Y C Y O 3 E v u 05 C m m> C U p v,- 6v) L. E O C Q1 no 7 L ,- :0 o tu .c a o E coo rraa a(0 Q (1.7 L p a O o p a uo v N "O i O - -O m Q'Y - c v v C V Q O O O c• a Q m T v Q v m v o i = m 3 o m y v y s w u o D) '> E nl l Q N _C N CO C CVO C O N p !� a: • m E -Oc a o 0 C o 0 } \! / ■! E• 2 o • aEo ck) {—cet8} sot t.O ono fl u { k ( kk/) §}k adno .,� ; ( \/ a88 G\f 000 eac a02 ;,! t!§ Em" Ea tiE o o \/r _! tc22 k\ )). a to a | ca — 71 c ) ) .) t a / - `• |) Et c• c - - Ik E k l {tf\' c• aw /2!k co '22 %§2\ E |— ) r° &•)� 2)k k/) \ m)0.426 /m} Baao �, aci aDO0. 2° ld, ± C 0▪ 2 ) ( 2 J3 • 8 -0 m7| ) E, ca Eo //u 2gt• g • C? J)\ • °E ![; 00� )k - ) 0 >7) k} U t= U C u E" a - C a Y O Eft) O C L+ C W v C 'CI t O w--0000 Eo v o t •c � ❑ L_ ❑ CO .O N • • . rc Total Hrs A N r N N 0!'' O Q Q N '' N N A A N 0 N 0 N 0 r q' 0 0 0 0 0 0 CO vs N CO Enviromental 0 C 0 N m W IA 1 m m m m :.. Survey Tech 5T2 b m 0 m N O 4% O V) 0N -Nm tO Survey PM 54 CO N J Survey Mgr 55 Engineer Engineer Tech E2 ET3 < Q m C N - 0 b N Engineer E4 m " C.1 N N M m"° m (nE N w v W C mb c W �2 a a N N N m m b CO 0 m, b o Td m C W a` N y. Hydrology, etc: E al ..11; Q ! Q o non E naN M 10008800eoeos 01.J.33HS 33S O9+L L l 'b1.S 3Nf1 0 VW 7-3 J � +91 .V1S co )38 )N3 d1S 1. .S id O 6a J1..1 CC N 6 9+cll -ViS U) 03S lYOIdAl NI03F< l N01103S 1VO1dA1 ON Oc'bti+513 "Vi CC N0i103S 1V01dAJ, NI03B £ NOL103S 11/011/1,1 0N3 Q EXISTING r! •; �'t 7 0O'ZZ+SII '1/1S CD C) NMOO 0311/108 0N38 1V0iiJ3\ N9 SP L9'S£€b =dl 80'S1+911 9'E4.£b AA; 00'£S+c l l V d NMOO 031V1�21 0N38. IVOI2J L1 .' =dl €+51 #b'LEEb = dV)1M„211 €c'IZ+SII \ 9b'Zb£ti 8 j'L0+ 81 00 N1i9 . €6 -lb£ ;00`ib+ Ld IPA L2 I 11SIX3 01 311 cg' o,g3no 81I .°! 71 313 l 3Ad U I I G c, CD 0 NM00 0311/1021 0838 0 1VOIla3A .8 .5b o •c L OZ£ti =dl -I- '66+L l cfl NM00 8311/108 Q 38 11/31183A o2 .cb St'oZ£b =1/1 ft6E+ctl , II Cr) C) • CID Ln to To — N ~ C C CU C > m, > in o v c v v' Y E E O cu n . -0 ° U 3 N c N m O v c v 4-i U Y N . N O m U 4 w a) L-0 u H O Ube m d Y N a) a E 2 m O -O N c- °- O a C c a U al = a) i - t o 00 1O _ }' m Y CU N E C C U N N C U a E U 0 0 > O m a E m TS CI c_ t Y c c° E '—. OQ w C 'N CO N m E m o If 'O CD g v O J ° m a o 3 Y r Y U CU Y Y c Y a -O ] a/ O S U in a Oq a Y U C O v m CO° C 0° O c 0U) C CO __ N Y> u4 J a 3 i a. N ▪ C O m c c U N (0 CUN m COCt CL a) o U m i c m m$ a! (p 0 t C +. c CD t1 Y Y m1.5 IP ▪ J J Y ii• ia _ - Q t ° DD Y W N> U 0 k +r CO al N° =01-0=- J0 -O W Y m U O C a) 00 E Y U C v a Y c= m o an d ;., m E E m m L E°° c o N U� Y`� m Na N 0 +' -Oa O Y m tIl a) t cu C O m �-' N E C aJ ▪ m ai y` +' tea O ++ al °' U °U M E a J • U N in N a to O O in C 00 m al L C 0 ` c C C U> �0 m E PSI) O U N a Q To • 0 co '� ° C N O '� a N c i o 0 E u a a o O OCq C N v a • d N O +O+ Q1 U N 0 j t0 Y N 0 Y L a C aJ J E N v VI -C-° a) m N V' v f- m ax u u j c y° r E -° Co m— ° 3 U L a C -O •C U°+ vCO o J ' L o ms � a� r m o •E •O 1- ,a Q J c_ m to 0 Y • Y N O N m° fl, ea` u O m 3 c Y H u c c ? h d N CU C ,� N !_^ C 09 m 3— c r v C v v o E a m ' N N aJ ._ Ut I L E Y J VI 'C Y L L a N N U Y_ C •, m • 4E' O 3 U a N O U am o— s E m Q C N aJ '— C 2 — a) VI 'Y Y al _ 00 U Y al m t m N a1 t O- .- C U x a) -C -O Y L L m N U ,F y 00 m E .C - 3 N C0 Ql U m '3 ". +' O in a) o m C i o N Eo. o° c °' N N N E E- U .Q C Q c a/ s in U Q 1 c m x n �. z o CO c E U • QJ • th U s, ✓ L a t3 O 0 N a fra C`(N 0 - CD CO N t Omp V O m u - om n co co a h co m c m u0u°F—LfO Ln c.) mm O f t '0 as E w 0 In CJ v CC et 731- p ^s,el Ecu \ W ✓ E U +-. a m o ® $ "O CO C Cu ° c- ON- +"-0 ®a.. E coac L) N. = � � ® ®J Y O. re, on v .a C W t� v 8 Y° m L E0 E ti Y ® Z v d +>+ C a,O C m .1 O DO V o0 m Jo 0 fil UVenieli' C U t V "O +T• O co 0 a•• 0 fo O J ,n E a) Y �+ c C L! y f0 no Q/ y C Q �. ° N Ea' J O Y L Y •Y C O U O a% m W a C Y LS O 46.1 Y_ H Y L N RLogg C _3 VI Y O L) E° 3 cu E = a o o c N° 5 `L°' v mr o Y E s a) o° u a H a a° 1- o J v o 0 C a c °- — c_ •... J cv +- a c o s- ca a -o v i v U v� av v) c W C N ° c al +. *i •? 4> LaJ00 b Lal C>alW • +• VbOn 3nsN.C'a-•C.CC • a re a/ E— A •ENLan �nC U ILa i."°=4:1-1-.1 N a aJ C E i+ X C .O Y @ .C O a] _ ++ J .O w U c E E E E E "? E m h 3 c -o ° v 3 `n. -a E> 5 70 C .- o° a i.,_ o v c w °_° m e a) aY C u C a1 can °V a/ y a' as w to a L1 U 0 h Lll O U •O 43) a) H C "3m J Om �' ry Xr O_"O.• U L �. LN L 0a i+ C Cr y Cr m O -, "O al +., N N y ++ N O_ 0 On Y c y m .N v v N v m 4_, ...• o c v CO Y ^ 3 CU L -° o L J a° c a LI-a' o mla n E y w L a° o a> i°bca>_ °c•c�29 .xo3EJcY3L0m al h CO C y in al +in. CV -+ in m c c •- Y C C N °O- t • t E 5 c c Y -CL_ V Y al IO VI al '— W J 3 L Oj al al o c o v3 u n 0 v oN av °/ E •° Fgj ° IN - v o • '3° E .m u E m m J J as � a: fa -IOE 0p V Q _Cul 3 J E co N •�• ° L fa `� U al N o_ot aJ C L N "O +� ++ O W U 6 O (a L L t' to Y C_ c L i> 'l m 3 a O. z a E m m u, t o a m E L. o r s of °. w L 1 v co L L to av no ++ al al c L al c a/ YI a1 `p C O V ir L b0 v= a) 3 L al b0 al fm, O al ++ _6 J ✓ -° r v u L ¢ o bn v ;1 ¢> +. m 3 in J m c en' w'. Li c o O m a m .c a, C +. ≥ m. 5= C CU .n ammo ti) v E c a u TO Li- u cn E '0 3 r v a v c E .0_al b N Ea o y 2 .- 'o S,_ o m o ° a=>= ° v E v = ° Q a e u° o w E .° D E c N L L 1 0 3 acv c a ? C a E a o =y x > u c •o o a v.) cu in a! av ,4 al m v i i 'z al $n v = •c av Lav ._ +� m ,,, 2 a I = 3 m° m - '� %v a ,ccv 3 J 3 a) MO 15 0 0 F N 0 a)it .O O> u O Q 0 cu_c c C ` Oa _c U w m 0 O. -45 Tw C Les 0 0 CO to ra Pct.,' 2 �) y N O W in CO N o c Y N E y o > m - o to C a N O • No C O J > :o-. I_ N C co a) c ▪ c • a o ° =° E i- 013 J J C O '° ° i a) V c ) ra a) >. C 4 O -i c YU N ° O c Y oa J O6-'13 C C C. N ° a ` to = Y v c o ro c m on 0 N a -i _NN 4-- •N Cl) Y L u a) y > I- E ° ✓ v a _ 3 >° C CC W 0 r:-, N ro m d C °_3+= Y _O L N-0 O E U C w +L' Cl) 'U 'O C O` O N fl. N C LL. I° K • N V CV the facilities m Report (DDIRs Sand Creek Confluence C c tY0 V N T i • fU a✓ fa a ro p rYn O- C t C_ V vi .C vJl I O a 40: C O N K> -O o O > U to °u J .2 m m E -° as 5> u a _ca) >, cum V) iv _0> N v N 9> v a) U •c C 4= > J° 2T.,,taw w L C E -° C C a) Y L Y O C cu aL Y J rci -° '° Y i/ Cl) C a) › Y v) 0_ > a) > a, .c a, a .9 .‘2 O ° J o CL a- 3 o o io C Lra G Y 1. 'i C O. v I• -I Y J 2 N _CO N LL C C Y N O a) ° c E >• fa ro 0 N L -O R •� >' 'O Co y L i I- L° on L oa da J E m a)> v) J I U U ra -O U C r1 N> O -° an `O -O h C c m a) as C O ra .r.,> N≥ _to) N I_ °- oa C° c° L 9 0 a) a O. J C L J -i C a) • C O V1 O z i i fo v °a= N J w 1 N s C° Ilan no .c 0 u t N 3 3 c° fr43 in cel:s y, v a) v O .N - Y v c o a) ar Q) oa ar oa • m v -° E v i tN C in 0 a) L S C a) 'vl C O N -O p w a v y° m o 0 v J 3 E 5 v- 't I 113 Y > J L a) 4- d'° E cu ° "' u c o c a o a� y 0.raft C% r0 C O° L 7 m» N_� Q Y E oD m v1 s '6 Y ° N L E U _ t T a) a) a T Ile °- Y L a) N C °' ro ro a) CO > C i Fa ra v°i a) O rE a) rroo CO N= L ¢ m E Q 6 a) L 4 3 °u vJ V) N C0 v d 4 Y E a CO I Nj N Y L N .0 ft3 LI'45 a w .c E v co m ceT) o°` a m a) i i •C m I- L o> a m E> o f° ` I_ o a a aJ. — Y t 21:c ° tict,-,:6 L E Y fib 3 O m Y a) fo d +"� d O N I" a) N m `� - O. Z m °. °- E o .. U 4- a) z 3> no CO U.S 55u tir►age Abutment Repa►rs a) L o a w w o t L — Y Y IV O `o L J V O O -O w C fa oa Y c E o m w 0 a C VI J w in OD o H w w L m a C L t a = v m o 3 - E -c L w = -O o r Um a o 3 a rn - V c C O m C L co of E J o `^ aka 0 h col m z wU Isw0 t C C w O .aa. a r On ai +-' in ®CC o aay L t u O CC 0 on is=y U w V 4 in i N > To i .O ≥ J CU E L L 146 ® mom. Q m ° w a •- t 2 m w Q V ea !E a 0 1O in 'L° - N .37 0 t N m to lL „, -p .; 4) av a3 ` CO z o J '-1 gj m H d t' ci4 tri Oi O Y E w '� or.; � ca O Z I4 uui o H ° C CO C Oi O c L N N O n3 Vf CO .+ O w V i d' t, Q L a o a p Ll c -p V p J w r n . O C Mora Bridge Replacement Y w t m -p C U c E L O w Y w O w N 3 w U U p N w c O0 a v a w 14- .Q v,-ai w ma C h O V w OO U i .d J C w -O N -p N u L. T CO L w w s_ w C O 2 a N V w G U J =. Ou w Z ao .• C° CA GI 0 w. a 8. ca ,�- O of C N O C N or) O Cu a+ in m0N. CO al d LO a) w OL ..C C 3` 7,b 0C_0 w w a +. F w V ''n C F V d C C C13 N O Ea) E h N it 8 .0 T. -2O O U O X j O. Y V O t II V I Q1 V w�3min aYU-'a �o w w o w> O m ,nO- 4.4 J D a m)7Z w u a -o '^ 'as +:. V 2 X N w�.C a) N m N w to L 'flat= 7 a g w Q O 4-t, a1 J a)" �' t (10- p t w a w.C w u n E a u w 1- ^ o > ±' V •C E c N • J w) N C O Yn C to C. m t c w v `a 3 w ._C 0 u !auu C' 3 q- o m o c 02- O T m cli -' C J 6 " C O C o c Et; row 54 o v Qg w "O J m 1-4 Nm V L U w i.7 WELD COUNTY STANDARD 4- to V Y CU 44, C O O Z O O W 0 o V m Y W Z. V V W g t v re Ii U a a -O la W > w o O t u O VK v w O U O ct O re a fa LL rn E. L co O Z c>) - m �° w ® s wCU V �a L c o EXHIBIT C WORK ORDER FORM PURSUANT TO AN AGREEMENT BETWEEN WELD COUNTY AND DATED: Work Order Number: Project Title: Commencement Date: + Completion Date: Limitations on compensation: Not to exceed Professional agrees to perform the services The attached forms are hereby accepted and identified above and on the attached forms in incorporated herein, by this reference, and accordance with the terms and conditions Notice to Proceed is hereby given. contained herein and in the Professional Services Agreement between the parties. In the event of a conflict between or ambiguity in the Weld County terms of the Professional Services Agreement and this work order (including the attached By: forms) the Professional Services Agreement Project Manager shall control. Date: Professional Services Company By: County Engineer By: Date: Title: By: Director of Public Works Date: Date: -1- Weld County Flood Recovery - Staffing and Labor Rates Bohannan Huston 8 -Jan -14 Name Labor Category Hourly Rate Craig Hoover Engineer 7 (E7) $ 225.00 Gary Landon Engineer 6 (E6) $ 195.00 Mel Dahlberg Engineer 6 (E6) $ 195.00 Mark West Engineer 5 (E5) $ 150.00 Nick Davis Engineer 5 (E5) $ 150.00 Alandren Etlantus Engineer 4 (E4) $ 135.00 David Johnson Engineer 3 (E3) $ 120.00 Jonathan Ellison Engineer 2 (E2) $ 100.00 James Clayshulte Engineer 2 (E2) $ 100.00 Olin Brown Engineer 1 (El) $ 90.00 Kareem Saint -Lot Engineer 1 (El) $ 90.00 Luis Mendez Engineering Technicican 5 (ET5) $ 95.00 Keith Holzer Engineering Technicican 3 (ET3) $ 75.00 Viera Lydic Engineering Technicican 3 (ET3) $ 75.00 Dennis Sarracino Engineering Technicican 3 (ET3) $ 75.00 John Doty Surveyor 6 (S6) $ 195.00 Rob Snodgrass Surveyor 4 (S4) $ 135.00 Will Lyon Surveyor 3 (S3) $ 120.00 Derek Armbrust Survey Technician 2 (ST2) $ 70.00 Veronica Ramos Survey Technician 2 (ST2) $ 70.00 Exhibit D ADDENDUM TO CONTRACT FEDERAL EMERGENCY MANAGEMENT AGENCY'S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS This is an addendum to the 'Emergency Transportation Civil/Structyral Engineering Services Related to the 2013 Flood' Contract between /30h anl1llj7 WH S?O1 . (the "Contract Professional"), and Weld County, (the "County"). The parties acknowledge that the above -referenced contract is subject to the provisions of 44 CFR § 13.36 and the Robert T: Stafford Disaster Relief and Emergency Assistance Act (42 U.S.C. 5121 et seq.). This addendum is hereby expressly incorporated into the Agreement between County and the Contract Professional. To the extent that the terms of the Agreement and this Addendum conflict, the terms of this Addendum shall control. Nothing in this Addendum shall be construed as making this Agreement contingent upon a Presidential disaster declaration or FEMA's approval or obligation of funds. The following provisions are hereby added and incorporated into the above -referenced Agreement: 1. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE (applicable to all construction contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees; 44 CFR5C'I3.360)(3)) Contract Professional agrees to comply with Executive Order 11246 of September 24, 1965, entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR Part 60). 2. ANTI -KICKBACK ACT COMPLIANCE (applicable to all contracts and subgrants for construction or repair; 44 CFR?13.36(1)(4)) Contract Professional agrees to comply with the Copeland "Anti -Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3). 3. ACCESS TO RECORDS A) Contract Professional agrees to provide County, the Federal Emergency Management Agency, (hereinafter referred to as "FEMA"), the Comptroller General of the United States or any their authorized representatives access to any books, documents, papers, and records of Contract Professional which are directly pertinent to this Agreement for the purposes of making audits, examinations, excerpts and transcriptions. 44 CFR§1336(i)(10). B) Contract Professional agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. Page 1 of 7 C) Contract Professional agrees to maintain all books, records, accounts and reports required under this Agreement for a period of not less than three years after the later of: (a) the date of termination or expiration of this Agreement or (b) the date County makes final payment under this Agreement, except in the event of litigation or settlement of claims arising from the performance of this Agreement, in which case, Contract Professional agrees to maintain same until the County, FEMA, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. 44CFR §13.36(i)(11). 4. CONTRACT WORK HOURS AND SAFETY STANDARDS (applicable to construction contracts awarded by grantees and subgrantees in excess of $2,000, and in excess of $2500 for other contracts which involve the employment of mechanics or laborers; 44 CFR §13.36(i)(6)) Contract Professional agrees that it shall comply with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by Department of Labor regulations (29 CFR Part 5), which are incorporated herein. 5. NOTICE OF REPORTING REQUIREMENTS A) Contract Professional acknowledges that it has read and understands the reporting requirements of FEMA stated in 44 CFR § 13.40 et seq., 13.50-13.52 and Part III of Chapter 11 of the United States Department of Justice's Office of Justice Programs Financial Guide, and agrees to comply with any such applicable requirements. B) Contract Professional agrees to include the above clause in each third party subcontract financed in whole or in part with Federal assistance provided by FBMA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions 6. PATENT RIGHTS (applicable to contracts for experimental, research, or development projects financed by FEMA; 44 CFR §13.36(1) (8)) A) Generally, if any invention, improvement, or discovery is conceived or first actually reduced to practice in the course of or under this Agreement, and that invention, improvement, or discovery is patentable under the laws of the United States of America or any foreign country, County and Contract Professional agree to take actions necessary to provide immediate notice and a detailed report to FEMA. B) Unless the Government later makes a contrary determination in writing, irrespective of Contract Professional's status (a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual), County and Contract Professional agree to take the necessary actions to provide, through FEMA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 CFR, Part 401. Page 2 of 7 C) Contract Professional agrees to include paragraphs A and B above in each third party subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FEMA. 7. NOTICE OF REQUIREMENTS PERTAINING TO COPYRIGHTS A) Contract Professional agrees that FEMA shall have a royalty -free, nonexclusive, and irrevocable license to reproduce, publish or otherwise use, and to authorize others to use, for government purposes: (1) The copyright in any work developed with the assistance of funds provided under this Agreement; (2) Any rights of copyright to which Contract Professional purchases ownership with the assistance of funds provided under this Agreement. q4 CFR §13.34, 13.36(i)(8)-(9). B) Contract Professional agrees to include paragraph A above in each third party subcontract financed in whole or in part with Federal assistance provided by FEMA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 8. ENERGY CONSERVATION REQUIREMENTS A) Contract Professional agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 44 CFR § 13.36(')(13). B) Contract Professional agrees to include paragraph A above in each third party subcontract financed in whole or in part with Federal assistance provided by FEMA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 9. CLEAN AIR AND WATER REQUIREMENTS (applicable to all contracts and subcontracts in excess $100,000, including indefinite quantities where the amount is expected to exceed $100,000 in any year; 44 CFR §13.36(')(12)) A) Contract Professional agrees to comply with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations.(40 CFR Part 15). B) Contract Professional agrees to report each violation of these requirements to County and understands and agrees that County will, in turn, report each violation as required to assure notification to FEMA and the appropriate EPA regional office. C) Contract Professional agrees to include paragraph A and B above in each third party subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FEMA. Page 3 of7 10. TERMINATION FOR CONVENIENCE OF COUNTY (applicable to all contracts in excess of $10,000; 44 CFR §13.36(1)(2)) A) County shall have the option, in its sole discretion, to terminate this Agreement, at any time during the tens hereof, for convenience and without cause. County shall exercise this option by giving Contract Professional written notice of termination. The notice shall specify the date on which termination shall become effective. B) Upon receipt of the notice, Contract Professional shall commence and perform, with diligence, all actions necessary on the part of Contract Professional to effect the termination of this Agreement on the date specified by County and to minimize the liability of Contract Professional and County to third parties as a result of termination. All such actions shall be subject to the prior approval of County. Such actions shall include, without limitation: (1) Halting the performance of all services and other work under this Agreement on the date(s)and in the manner specified by County. (2) Placing no further orders or subcontracts for materials, services, equipment or other items. (3) Terminating all existing orders and subcontracts. (4) At County's direction, assigning to County any or all of Contract Professional's right, title, and interest under the orders and subcontracts terminated. Upon such assignment, County shall have the right, in its sole discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts. (5) Subject to County's approval, settling all outstanding liabilities and all claims arising out of the termination of orders and subcontracts. (6) Completing performance of any services or work that County designates to be completed prior to the date of termination specified by County. (7) Taking such action as may be necessary, or as County may direct, for the protection and preservation of any property related to this Agreement which is in the possession of Contract Professional and in which County has or may acquire an interest. C) Within 30 days after the specified termination date, Contract Professional shall submit to County an invoice, which shall set forth each of the following as a separate line item: (1) The reasonable cost to Contract Professional, without profit, for all services and other work County directed Contract Professional to perform prior to the specified termination date, for which services or work County has not already tendered payment. Reasonable costs may include a reasonable allowance for actual overhead, not to exceed a total of 10%, of Contract Professional's direct costs for services or other work. Any overhead allowance shall be separately itemized. Contract Professional may also recover the reasonable cost of preparing the invoice. Taking such action as may be necessary, or as County may direct, for the protection and preservation of any property related to this Agreement which is in the possession of Contract Professional and in which County has or may acquire an interest. (2) A reasonable allowance for profit on the cost of the services and other work described in the immediately preceding subsection (1), provided that Contract Professional can establish, to the satisfaction of County, that Contract Professional would Page 4 of 7 have made a profit had all services and other work under this Agreement been completed, and provided further, that the profit allowed shall in no event exceed 5% of such cost. (3) The reasonable cost to Contract Professional of handling material. or equipment returned to vendor, delivered to the County or otherwise disposed of as directed by the County. D) In no event shall County be liable for costs incurred by Contract Professional or any of its subcontractors after the termination date specified by County, except for (hose costs specifically enumerated and described in the immediately preceding subsection (C). Such non- recoverable costs include, but are not limited to, anticipated profits on this Agreement, post -termination employee salaries, post -termination administrative expenses, post -termination overhead or unabsorbed overhead, attorneys' fees or other costs related to the prosecution of a claim or lawsuit, prejudgment interest, or any other expense which is not reasonable or authorized under such subsection (C). E) In arriving at the amount due to Contract Professional under this Section, County may deduct: (1) All payments previously made by County for work or other services covered by Contract Professional's final invoice; (2) Any claim which County may have against Contract Professional in connection with this Agreement; (3). Any invoiced costs or expenses excluded pursuant to the immediately preceding subsection (d); and (4) In instances in which, in the opinion of the County, the cost of any service or other work performed under this Agreement is excessively high due to costs incurred to remedy or replace defective or rejected services or other work, the difference between the invoiced amount and County's estimate of the reasonable cost of performing the invoiced services or other work in compliance with the requirements of this Agreement. F) County's payment obligation under this Section shall survive termination of this Agreement. 11. TERMINATION FOR DEFAULT Contract Professional's failure to perform or observe any term, covenant or condition of this document (Federal Emergency Management Agency's Emergency Management Performance Grant Program Requirements for Procurement Contracts) shall constitute an event of default under this Agreement. A) Each of the following shall also constitute an event of default ("Event of Default") under this Agreement: (1) Contract Professional fails or refuses to perform or observe any other term, covenant or condition contained in this Agreement, and such default continues for a period of ten days after written notice thereof from County to Contract Professional. (2) Contract Professional (a) is generally not paying its debts as they become due, (b) files, or consents by answer or otherwise to the filing against it of a Page 5 of 7 petition for relief or reorganization or arrangement or any other petition in bankruptcy or for liquidation or to take advantage of any bankruptcy, insolvency or other debtors' relief law of any jurisdiction, (c) makes an assignment for the benefit of its creditors, (d) consents to the appointment of a custodian, receiver, trustee or other officer with similar powers of Contract Professional or of any substantial part of Contract Professional's property or (e) takes action for the purpose of any of the foregoing. (3) A court or government authority enters an order (a) appointing a custodian, receiver, trustee or other officer with similar powers with respect to Contract Professional or with respect to any substantial part of Contract Professional's property, (b) constituting an order for relief or approving a petition for relief or reorganization or arrangement or any other petition in bankruptcy or for liquidation or to take advantage of any bankruptcy, insolvency or other debtors' relief law of any jurisdiction or (c) ordering the dissolution, winding -up or liquidation of Contract Professional. B) On and after any Event of Default, County shall have the right to exercise its legal and equitable remedies, including, without limitation, the right to terminate this Agreement or to seek specific performance of all or any part of this Agreement. In addition, County shall have the right (but no obligation) to cure (or cause to be cured) on behalf of Contract Professional any Event of Default; Contract Professional shall pay to County on demand all costs and expenses incurred by County in effecting such cure, with interest thereon from the date of incurrence at the maximum rate then permitted by law. County shall have the right to offset from any amounts due to Contract Professional under this Agreement or any other agreement between County and Contract Professional all damages, losses, costs or expense incurred by County as a result of such Event of Default and any liquidated damages due from Contract Professional pursuant to the terms of this Agreement or any other agreement. C) All remedies provided for in this Agreement may be exercised individually or in combination with any other remedy available hereunder or under applicable laws, rules and regulations. The exercise of any remedy shall not preclude or in any way be deemed to waive any other remedy. Except as modified herein, all terms and conditions of the existing contract between the parties remain in full force and effect. - CONTRACT PROFESSIONAL; By: Title: C COO BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Page 6 of 7 ATTEST: (� %Ski. BY: Weld County Clerk to the B is Deputy Clef' o the Board DD g s YE , Chair ademach r JAN 1 3 2014 Page 7 of 7 a&/1/_ 0//7 • HAHUST3 ACORDTM CERTIFICATE OF LIABILITY INSURANCE PATE iMPILIM/YYYY) 1/07/2014 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 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 HUB International Ins Svcs Inc 7770 Jefferson Street NE, 200 P.O. Box 90756 Albuquerque, NM 87199-0756 CONTACT Becky Maya PHONE (NC. No. Ext): 505-262-9405 (A1C F' 505-266-7771 , No}: EMAIL becky.moya@hubinternational.com ADDRESS: Y• Y a@hubinternational.com INSURER(5) AFFORDING COVERAGE NAIL # INSURER A: Hartford Casualty Insurance Corn 29424 INSURED Bohannon Huston, Inc. 7500 Jefferson St. NE Albuquerque, NM 87109-4335 INSURER B; New Mexico Assurance Co. INSURER C: Pennsylvania Manufacturer Assoc i12262 Continental INSURER 0 :CasualtyCompany 20443 INSURER E : INSURER F : TIFICATE NUMBER: 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 WAY 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 TYPE OF INSURANCE INSR L WVD POLICY NUMBER IMMIDDYEFF /YYYYYY) (MM DDYYEYYY) LIMfrS A GENERAL LIABILITY X 34UUNJJ2910 10/01/2013 10/01/2014 EACH OCCURRENCE $1,000,000 COMMERCIAL GENERAL LIABILITY PREMISES {Ea Rence) $300,000 CLAIMS -MADE X OCCUR MED EXP (Any one parson) $10,000 $ GENERAL AGGREGATE $2,000,000 GENt AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2,000,000 POLICY PRCT• n LCC $ A AUTOMOBILE LIABILITY 34UENJJ2860 10/01/2013 10/01/2014COMBINEDSINGLE LIMIT Ea da� 1,000,000 X ANY AUTO BODIL" INJURY (Per person) $ ALL OWNED SCHEDULED BODILY INJURY (Per accldenl) $ _ X HIRED AUTOS x A AUTOS NON -OWNED PROPERTYDAMAGE accident) (PerAUTOS $ AUTOS $ A UMBRELLA LIAB X OCCUR 34XHUJJ1723 10/01/2013 10/01/2014 EACH OCCURRENCE $10,000000 EXCESS LIAB CLAIMS -MADE AGGREGATE $10,000,000 D COMPENSATION 70912 08/01/2013 08/01/2014 X TWORC TA-EU- S LIMITS OTi-I- FR AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNEPJEXECUTIVE Y 1 N E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) N N / A - E.L. DISEASE - EA EMPLOYEE $1,000,000 Ifyes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY I /MIT I $1 ,000,000 C O Workers Comp Prof/Poll Liab 2013010385583 AEH288359977 08/01/2013 10/01/2013 08/01/2014 10/01/2014 $1,000,000 Other States $2,000,000/$4,000,000 $100,000 Ded DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space s required) Weld County Flood Response CERTIFICATE HOLDER CANCELLATION Weld County 1150 "0" Street, Room 107 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. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) 1 of 1 #S2623095/M2623094 © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD BM07 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & AYRES ASSOCIATES, INC FOR (SEPTEMBER 2013 FLOOD RECOVERY PROJECTS) (WORK ORDER TYPE) THIS AGREEMENT is made and entered into this 4-5 —day of 2014, 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 AYRES ASSOCIATES, INC, a corporation whose address is 3665 JFK Parkway, Building 2, Suite 200, Fort Collins, Co. 80525, hereinafter referred to as "Contract Professional Introduction. This Agreement is entered into by Weld County to secure professional engineering services to assist in Weld County's repair of its roads and bridges which were damaged by the 2013 floods. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A, B, C and D, each of which forms an integral part of this Agreement and are specifically incorporated herein by this reference. Exhibit A consists of County's Request for Qualifications (RFQ) and Contract Professional response to RFQ as set forth in "Proposal Package No. B1300201". The RFQ contains all of the general requirements of County. Exhibit B consists of County Request for Proposal (RFP) and Contract Professional's Response to County's RFP. The RFP contains all of the specific requirements of County. The Response confirms Contract Professional's obligations under this Agreement. Exhibit C consists of Contract Professional's fee schedule and sample Work Order Form. Weld County will negotiate Contract Professional's scope of work and associated costs for each of the road and bridge sites assigned. Exhibit D, titled Federal Emergency Management Agency's Grant Program Requirements for Procurement Contracts, contains those Federal requirements which govern the services to be provided to County by Contract Professional. Contract Professional agrees to adhere to all stated requirements WITNESSETH: WHEREAS, County desires to retain Contract Professional as an independent contractor to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the time available to timely perform the services, PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 1 7O/Y- 9//7 and is willing to perform the services according to the terms of this Agreement. NOW THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Engagement of Contract Professional. County hereby retains Contract Professional, and Contract Professional hereby accepts engagement by County upon the terms and conditions set forth in this Agreement. 2. Services to be Performed. County and Contract Professional acknowledge and agree that each document listed above is an integral component of this Agreement, and consent and agree that County's requirements are accurately reflected in Exhibit A and Contract Professional's willingness and ability to meet those requirements are accurately reflected in Exhibit B. Contract Professional acknowledges that any form requiring completion shall be completed to the satisfaction of County at the time and in the manner required by County. Contract Professional further acknowledges that a failure to comply with the standards and requirements of Exhibits A, B, C, and D may result in County's decision to withhold payment or to terminate this Agreement. Contract Professional acknowledges that County's award of the bid is predicated in part upon Contract Professional's agreement to provide the services within the time set forth in Exhibits A and B, and that a failure to provide those services within that time may result in County's refusal to pay the Compensation. The parties agree that this Agreement shall be supplemented with specific work orders issued by County requesting Contract Professional to undertake specific project(s) and that all work undertaken by Contract Professional shall be subject to the provisions of this Agreement, (including Exhibits A, B, C, and D), and the work order. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contract Professional's completion of the responsibilities described in Exhibits A, B, C, and D. In no event shall this Agreement continue beyond one year from County's execution of the Agreement unless the parties specifically agree to a continuation in writing. 4. Compensation. A. County agrees to pay Contract Professional for services performed as established in forthcoming work orders and at the rate set forth in Exhibit C. Charges shall be based on the time actually spent performing the services. B. Mileage may be reimbursed at the current rate established by Federal regulation. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. C. 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. PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 2 D. Payment for services and all related expenses under this Agreement shall not exceed the amount set forth in the negotiated work orders. 5. Additional Work. In the event 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 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 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. Independent Contractor. Contract Professional shall perform its duties hereunder as an independent contractor and not as an employee. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Neither Contract Professional nor any agent or employee of Contract Professional shall be deemed to be an agent or employee of County. Contract Professional and 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 (b) provide proof thereof when requested to do so by County. 7. 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. This includes, but is not limited to, reports, data, plans, drawings, records and computer files. 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 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. 8. Termination Provisions. A. County has the right to terminate this Agreement, 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 PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 3 shall be construed as giving Contract Professional the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to County. B. If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials 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 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. C. 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." D. Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed as described herein. 9. Warranty. Contract Professional warrants that 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 shall faithfully perform the work in accordance with the standards of care, skill, training, diligence and judgment provided by highly competent individuals and entities that perform services of a similar nature to those described in this Agreement including Exhibits A, B, C, and D. 10. 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 services. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of covenant 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; and 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 County of, or payment for, any services performed PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 4 under this Agreement shall not be construed as a waiver of any of County's rights under this Agreement or under the law generally. 11. Insurance and Indemnification. 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 Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. Contract Professional shall defend, indemnify and save harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character brought because of Contract Professional's, errors or omissions in seeking to perform its obligations under this Agreement. 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 negligent performance of its obligations under this Agreement or its failure to comply with the provisions and requirements of this Agreement and any work order arising hereunder, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. County may retain as much of any moneys due Contract Professional under any this Agreement as may be determined by it to be in the public interest. By execution of this Agreement, Contract Professional has agreed to secure and maintain the insurance required. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Insurance Requirements A. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of this Agreement, the following insurance covering all operations, goods or services provided pursuant to this Agreement. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, during any warranty period, and for three (3) years after termination of the Agreement. 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 Public Works 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 Contractor/Contract Professional. Contractor/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contractor/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. Contractor/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. PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 5 B. Types of Insurance: Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: a. Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of Contractor'sContract Professional's employees acting within the course and scope of their employment. b. Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: i. $1,000,000 each occurrence; ii. $2,000,000 general aggregate; iii. $2,000,000 products and completed operations aggregate; iv. $50,000 any one fire; and v. $500,000 errors and omissions. C. Automobile Liability: Contractor/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. D. Additional Provisions: a. Policies for all general liability, excess/umbrella liability, liquor liability and pollution liability must provide the following: i. If any aggregate limit is reduce by twenty-five percent (25%) or more by paid or reserved claims, Contractor shall notify County within ten (10) days and reinstate the aggregates required; ii. Unlimited defense costs in excess of policy limits, in proportion to Contract Professional's liability; iii. Contractual liability covering the indemnification provisions of this Agreement; iv. A severability of interests provision; v. Waiver of exclusion for lawsuits by one insured against another; vi. A provision that coverage is primary; and vii. A provision that coverage is non-contributory with other coverage or self- insurance provided by County. b. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 6 E. Contractors/Contract Professionals shall secure and deliver to County's Risk Administrator ("Administrator") 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. F. Proof of Insurance: Contractor/Contract Professional shall provide a copy of this information to its insurance agent or broker, and shall have its agent or broker provide proof of Contractor/Contract Professional's required insurance on www.lns-Cert.com and link the information to County. County reserves the right to require Contractor/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. G. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. H. Subcontractors: All subcontractors, subcontractors, independent contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. I. A provider of Professional Services (as defined in the Bid or RFP) shall provide the following coverage: Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $2,000,000 aggregate limit for all claims. 12. Non -Assignment. Contract Professional may not assign or transfer this Agreement, any interest therein or claim hereunder, without the prior written approval of County. Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior written consent of County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 13. Time of the Essence. Time is of the essence in each and all of the provisions of this Agreement. 14. Examination of Records. Beginning ninety (90) days after County makes final payment under this Agreement, County shall have access to Contract Professional's financial records as they relate to this Agreement for purposes of audit. Contract Professional agrees that PROFESSIONAL ENGINEERING SERVICES AGREEMENT FLOOD RELATED Page 7 any duly authorized representative of County, including the County Auditor, shall, until the expiration of five (5) years after the final payment under this Agreement, have access to and the right to examine and audit any books, documents, papers and records of Contract Professional, involving transactions related to this Agreement. 15. 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. 16. Notices. Any notice required to be given under this Agreement shall be in writing and shall be mailed or delivered to the other party at that party's address as stated above. 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 David Bauer, Director, Weld County Department of Public Works, or his designee. 17. 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. 18. 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. 19. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto. (each of which is specifically incorporated herein) contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiation, representation, and understanding 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. 20. 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. By execution of. this Agreement, County does not warrant that funds will be available to fund this Agreement beyond the current fiscal year. 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. 21. Employee Financial Interest/Conflict of Interest. C.R.S. H24-18-201 et seq. and 24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. Contract Professional has no interest and shall not acquire any interest direct or indirect, which would in any manner or degree with the performance of PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 8 Contract Professional's services and Contract Professional, shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflict 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. 22. 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. 23. 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. 24. 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. 25. 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. 26. 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. 27. Public Contracts for Services. C.R.S. §S-17.5-101. Contract Professional certifies that Contract Professional is not an illegal immigrant. 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 and 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 of the Department program established pursuant to C.R.S. PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 9 §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 sub -contractor that fails to certify with Contract Professional that the sub -contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional (a) shall not use E -Verify Program or Department program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed, (b) shall notify the sub- contractor and Weld County within three (3) days that Contract Professional has actual knowledge that a sub -contractor is employing or contracting with an illegal alien and (c) shall terminate the subcontract if a sub -contractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice, and (d) 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 Department program, 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 Department 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 damages. 28. Compliance with Colorado Department of Transportation Regulations and Standards Contractor 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 Contractor under this Agreement, and Contractor agrees to meet or exceed all standards set by these publications. Contractor 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. 29. 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. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date and year written above. ATTEST: L SEAL (if any) DONNA L GEYER NOTARY PUBLIC STATE OF COLORADO NOTARY ID # 20084040078 MY COMMISSION EXPIRES NOVEMBER 19, 2016 Name: eAv2X CONTRACT PROFESSIONAL: By: PKYl lES D �(,FC�I,L O E Rzcs i DE>J r (Name and Title) FEIN: 39-O61(.Q5Dga, PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 1O The foregoing instrument was acknowledged before me this 13 day of Olotki , 2014, by .Ji9il?e5 D. Schat i (name), as V ett. 1�U'G5i`G'te-rf' (title) of /cy YP. 5 /-k ' i C4f e S .L h-& i_ (Company name) / L Notary Public (f My commission expires on: DONNA L GEYER NOTARY PUBLIC STATE OF COLORADO NOTARY ID it 2008440078 MYC''..r,, cq.• ;: ,r;.p,FS . .F!OBER19 2016 ATTEST: ar Weld County Clerk to the Board / X41 BY:' ILL s!/.'r Deputy Cle to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO cakr0 r' Dougl s Rademac er, Chair JAN 1 3 2014 PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 11 07®/ 0/17 EXHIBIT A RFQ #B13OO2O1 Request for Qualifications Engineering Services related to the 2013 Flood Recovery Purpose The Weld County Public Works Department is seeking qualifications submittals from qualified vendors for Engineering Services related to the September 2013 Flood Recovery. The requested services may include Topographic and ROW Surveying, Roadway or Bridge Repair Design Drawings, Structural Inspection, Hydrology and Hydraulic Analysis, Environmental Clearances, Preparation of Contract Bid Documents, and Construction Inspection. Weld County will use this information to select a minimum of 5 most qualified consulting firms. Maps and other details pertaining to the Project Sites and the damage to Weld County facilities will be provided to the selected consultants, along with a request for proposals. The selected consultants will perform a variety of engineering functions for which they must demonstrate qualifications. Work is to be conducted in close coordination with County Public Works staff and will include but not be limited to: • Structures inspections and design engineering to repair flood damage to County transportation facilities including structures and roadways impacted by the September 2013 Flood. • Report to the Public Works Department on engineering needs within each specified Project Site. • Completion of information required by FEMA to fill out FEMA Project Worksheets for each Project Site which includes cost estimates for work required to restore site to permanent condition and any additional mitigation that could help prevent future flooding damage. • Engineering design and an abbreviated set of construction plans as directed for repair and/or replacement of County road and bridge facilities designed in accordance with Weld County Standards and meeting either FEMA or FHWA design standards and clearances. • Bid documents as directed, for advertisement of improvements in a manner that meets the reimbursement requirements of either FEMA or FHWA. • Environmental, historical, land use and ROW clearances as required by FEMA or FHWA. • Construction engineering and inspection services for Federal -funded construction projects as directed. All work will be completed on an as -needed basis with a negotiated scope of work as directed by the Public Works Department. Project Schedule (Anticipated) • RFQ Advertisement Issued • Qualifications Due at Purchasing • Shortlist by • Pre -proposal Meeting • RFP Issued December 2, 2013 December 11, 2013 (10:00 AM) December 16, 2013 December 18, 2013 December 19, 2013 RFQ Selection Criteria Consultants shall limit the total length of their submittal to a maximum of 20 pages, excluding cover and divider. Proposals greater than 20 pages will be rejected. Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the qualifications submittals. 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 QUALIFICATION STANDARD 5.0 Project Team Qualifications, years of relevant experience, and proven abilities of key team personnel. Experience on similar projects as a working team. 5.0 Overall Firm Capabilities Firm's size in relation to the project size, organizational structure, production facilities, and assets. Capabilities of sub -consultants which will be a part of the project team. 4.0 Performance on Similar Projects Demonstrated ability to produce successful results, meet projects schedules, meet project budgets, and fulfill project goals on similar projects. 3.0 Work Location/Familiarity Project team's work location relative to the project site location. Key team members familiarity with Weld County and the goals of the Department. 3.0 Project Approach The firm has described a logical approach towards ensuring a successful completion of the project. The firm has demonstrated a clear understanding of the project. #B1300201 - QUESTIONS & ANSWERS FOR THE RFQ/ENGINEERING SERVICES FOR 2013 FLOOD 1) The type of response is listed as hardcopy only, but in the summary it lists we are allowed to email our qualifications. There is no information on either of these specified in the RFQ document itself. Which is the preferred method of delivery of our qualifications? 2) If hardcopies are desired, how many copies will be needed for evaluation? ANSWER: The preferred method of submittal from the consultants for RFQ #B1300201 is to deliver five (5) hard copies of their submittal to the Weld County Purchasing Department by the bid due date. (Some vendors were told that an email version would be okay. The Public Works Dept forgot to put that in their bid/RFQ. 3) Regarding the attached RFQ, will Weld County be soliciting separate Geotechnical services necessary for these repairs, doing them in house, or should we add this scope to our SOQ? And if it does need to be included should we include design and testing services or design only? ANSWER We don't anticipate any geotechnical services related to design of the proposed flood recovery improvements. We do anticipate some geotechnical testing services (quality control testing) related to the construction of the proposed flood recovery improvements. ***"Consultants shall limit the total length of their submittal to a maximum of 20 pages, excluding cover and divider. Proposals greater than 20 pages will be rejected" - this means everything you want to include in your RFQ shall be no more than 20 pages. **** December 10, 2013 Rose Everett Weld County Purchasing Department 1150 "O" Street Greeley, CO 80632 Re: RFQ #B1300201 Engineering Services Related to the 2013 Flood Recovery Dear Ms. Everett: Ayres Associates has been intimately involved in flood recovery work for a number of local communities since the moment the 2013 floods began:. Our involvement started. while many of us were attending the Colorado - Association of Floodplain Managers (CASFM) conference in Steamboat Springs, which began on September 11 and was scheduled to end on September 13. Unfortunately most of the representatives from the affected communities. had to leave the conference early to begin dealing with the damages caused by. the flood.. Moments before leaving,. Kevin Houck of the Colorado Water Conservation Board asked Ayres if We could mobilize immediately and take aerial imagery of the flooding along the South Platte, Big Thompson, and Poudre Rivers. Our cover photo is just one image that we obtained throughout the region. 'Since that time We have been actively helping both the City of Loveland and COOT through the post -flood process of assessing damages, prioritizing repairs, and navigating through FEMA processes. Our experience with FEMA in developing Project Worksheets and cost estimates comes from our work with both the University of Iowa and Iowa State University, both of which suffered massive structural damages in recent flooding events. Ayres Associates'FortCollins office is nationally recognized in hydrologic and hydraulic analysis, floodplain and floodway mapping, river engineering, roadway and structure design, and erosion and sedimentation control. Our office is in southwest Fort Collins with easy access to major roadways. Staff in the Fort Collins office not only know the Federal Highway Administration (FHWA) design standards, but we actually wrote many of the FHWA design manuals, and a number of our staff teach FHWA courses across the country in culvert design, highway hydraulics, stream stability and scour, and safe bridges, to name a few. We've worked hard to build our clients' trust in all of our analysis and design work, and we look forward to collaborating with Weld County on your flood recovery work. Please let me know if you have any questions about ourqualifications. Sincerely, Ayres Associates. Inc . Y _ John Hunt, PE, CFM.. Manager - Water Resources Phone: 970.223:5556 Fax:. 970:223.5578 HuntJ@AyresAssociates.com 3565 JFK Parkway :Building 2 •Suite 200 • Fort Collins, CO 80525-3152 . 970.223.5558 • www.AyresAssociates.com \\o To co co \\ C CU \ow t) Engineering Services Related to the 2013 Flood Recovery RFQ #61300201 Weld County,Colorado AYRES ASSOCIATES James Schall, PhD, PE Role: Principal -in -Charge Years of Experience: 33 years Dr. Scholl is vice president in charge of operations in Colorado and Wyoming. His education and consulting experience encompass all aspectsof water resource engineering, with specific expertise in river engineering analysis and design. He has worked on hydrology and hydraulic projects for numerous federal, state, and local clients, including the U.S. Army Corps of . Engineers. Dr. Schaff also has been involved in developing and teaching five short courses for the Federal Highway Administration (FHWA) National Highway Institute (NHI): Introduction to Highway Hydraulics, Culvert Hydraulics, Urban Drainage Design, Stream Stability and Scour at Highway Bridges, and Scour Monitoring and Instrumentation. Dr. Schall received Instructor of Excellence awards from NHI for his teaching work in .fiscal years 2010 and 2012. Dr. Schall's project experienceincludes reservoir aggradation studies, bank erosion studies, sediment modeling, field data collection and hydrographic surveys of lakes and rivers, floodplain analysis, and •.hydraulic -design work. Relevant project experience includes: • Emergency relocation of the Big Thompson River to protect City. of Loveland's 48 -inch water line • Instruction for NHI Stream Stability and Scour at Highway Bridges course No. 135046 • Halligan Reservoir Enlargement Feasibility Study • Development of erosion hazard criteria for City of Austin, Texas John Hunt, PE Rote: Senior Project Manager Years of Experience: 26 years Mr. Hunt has been a hydraulic engineer with Ayres Associates for 18 years. Based in the 'Fort Collins office, he is a project manager responsible for projects in bridge hydraulics, scour analysis, culvert design, and roadway drainage. He has been responsible for the hydraulic design of bridge replacements, scour countermeasures, and river channel stabilization measures at various sites in Larimer County and throughout Colorado. He is a member of the Larimer County Flood Review Board. Mr. Hunt is currently engaged in post -flood recovery efforts in Larimer County. He is responsible for a comprehensive post -flood river stability assessment of 10 miles of the Big Thompson River through Loveland along with the design of repairs to a critical channel avulsion. For Lorimer County, he is part of the team examining options to restore temporary access at river crossing sites in the Big Thompson Canyon. Relevant project experience includes: • Big Thompson River in 'Loveland: post -flood river stability assessment Big Thompson Canyon Access Bridges: hydraulic assessment for temporary access • Shields Street Bridgereplacement over Poudre River: hydraulics, scour, CLOMR package • County Road 29 over.Big Thompson River: hydraulic design • County Road 38E over Redstone Creek: hydraulic design • County Road 19 over Poudre River hydraulic design • uS 34 over Big Thompson River at Cedar Cove: hydraulic design • Big Thompson River Buckhorn Creek to County Road 9E: FEMA floodplain hydraulic modeling and mapping Poudre River Watson Lake to Shields Street: . FEMA floodplain hydraulic modeling and mapping Little Thompson River through Larimer County: FEMA floodplain hydraulic modeling and mapping • FHWA publication HDS 7 Hydraulic Design of Safe Bridges: coauthor • 3 Engineering Services Related to the. 2013 Flood Recovery RFQ #81300201 Weld County, Colorado AYES ASSOCIATES Matthew Hickox, PE • Role: Hydrology and Hydraulics Years of Experience: 5 years Mr. Hickox brings civil engineering expertise in infrastructure design and construction phase services. He has experience in hydrologic and hydraulic modeling, storm' drain design, design of hydraulic structures, scour counter- measures, development review, and erosion control 'plans. Mr. Hickox was previously an intern with Weld County Public Works, where he provided development review support, floodplain permit review support, and culvert design for CIP projects, including the WCR 18 bridge replacement. Relevant project experience includes: • Little Dry Creek Letter of Map Revision, Centennial, CO, Southeast Metro Stormwater Authority (SEMSWA) • Sand Creek Channel Improvements, City of Colorado Springs, CO • Lykins Gulch Drainageway Channel and Creek Outfall, City of Longmont, CO • Piney Creek at Caley Bridge Improvements, Centennial, CO, Urban Drainage and Flood Control District (UDFCD) Dusty Robinson, PE Role: Project Engineer Years of Experience: 15 years Mr. Robinson joined Ayres Associates in 1998 as a civil engineer in the field of water resources engineering. His primary focus is on river engineering studies, with a variety of experience related to floodplain mapping, flood mitigation, bank protection design, river restoration, aquatic habitat analysis, grade control structure design, channel stability analysis and design, and scour analysis. He has extensive experience with collecting geographic data within the riverine environment and managing and applying this data. He has a broad range of experiences involving hydraulic modeling — both 1- and 2 -dimensional modeling throughout the United States. He has experience on multiple software applications to aid in project organization; understanding, and communication. He routinely uses GIS, CADD, HEC-RAS, SMS, RMA2, FESWMS, GfobalMapper, and web -based applications to complete project objectives. He also is regularly involved in and guides project design and preparation of plans, specifications, and reports for various projects. Relevant project experience includes: • City of Loveland, Big Thompson Geomorphic Assessment of 2013 Flood Damages • Fort Collins Stream Rehabilitation and Enhancement Project • Wisconsin DOT I-39 Flood Mitigation 2D model, preliminary bridge design • Sacramento River Floodplain Restoration hydraulic modeling for the Nature Conservancy. • Sacramento River Critical Erosion Sites Bank Protection Project, 2007-2009 • Rio Grande, Santa Ana Reach, Gradient Restoration Structures, Habitat Restoration, Bank Stabilization Bill Spitz, PG Role: Geomorphologist Years of Experience: 28 years Mr. Spitz is a proficient geomorphologist using geomorphic analyses that integrate hydrology, hydraulics, sediment transport, geology, and geomorphology to develop process -based understandings of river system dynamics for a wide range of projects and a diverse range of clients. He has been extensively involved in geologic and geomorphic investigations of river systems throughout the United States with highly variable morphologies and stability problems. He has worked closely with federal, state, and local agencies on river systems where there are concerns and issues involving not only stream channel stabilization and rehabilitation, but also restoration, enhancement, and management of riparian and 4 Engineering Services Related to the 2013 Flood Recovery RFQ #B1300201 Weld County, Colorado AWES aquatic habitat. Mr. Spitz is co-author of the FHWA's HEC-20 (4th Ed.) and contributing author of HEC- 23 (2nd Ed.). He is co-author of the National Cooperative Highway Research Program's (NCHRP) Report 533 — Handbook for Predicting Stream Meander Migration and NCHRP Report 653 — Effects of Debris on Bridge Pier Scour. He was also co -principal investigator for NCHRP Project 24-27(3) ;Evaluation of Bridge Scour Research: Geomorphic Processes and Predictions. Relevant project experience includes: • CDOT Post -Flood Incident Recovery Force: River morphology expert on the flood damage assessment team in support of post -flood recovery • City of Loveland Utilities emergency flood response: River morphology expert, assisted with field design of river channel relocation to protect the City's large water lines • Big Thompson River in Loveland: post -flood geomorphic assessment of 10 miles of channel through Loveland • Shields Street Bridge replacement over Poudre River: Channel stability assessment • FHWA publication HEC-20 Stream Stability at Highway Structures: coauthor • NCHRP Report 533 Handbook for Predicting Stream Meander Migration: coauthor Chris McMahon, PE Role: Structural Design Years of Experience: 24 Mr. McMahon, a structural engineer with Ayres Associates since 1959, brings remarkable consistency to his structural design, rehabilitation, and analysis work. Mr. McMahon has designed bridges in 71 of 72 counties in Wisconsin. His comprehensive understanding of structural engineering goes well beyond his design work on hundreds of bridges. He performs bridge inspections, prepares studies for large-scale projects involving multiple structures, and provides structural reviews. As lead structural reviewer for Ayres Associates' hydraulic and structural ASSOCIATES review contract with the Wisconsin Department of Transportation (WisDOT). Mr. McMahon has completed 375 structural reviews of grade separation structures, structural rehabilitations, sign bridges, and retaining walls. Relevant project experience includes: • Canal Importation and Ponds Outfall. City of Fort Collins, CO Dry Creek Mitigation Alternatives, City of Loveland, CO • Lykins Gulch Drainageway Channel and Creek Outfall, City of Longmont, CO • Piney Creek at Caley Bridge, Centenntial, CO, Urban Drainage and Flood Control District Brian Schroeder, PE, CBI Role: Structural Inspection Years of Experience: 14 years Mr. Schroeder joined Ayres Associates in 2000 with one year of experience in structural investigation and design work. As a structural engineer, his responsibilities include bridge design, plan checking, three- dimensional structural analysis, and structural investigation. His structural investigation work includes topside and underwater inspections of dams and bridges. He is also an engineer coordinator for diving operations for Ayres Associates, which includes in-house training of divers. Mr. Schroeder also manages inspection projects. Relevant project experience includes: • Lykins Gulch Drainageway Channel and Creek Outfall, City of Longmont, CO • Broomfield Bridge Inspections, City. of Broomfield, CO • Cache la Poudre Bike Trail, City of Fort Collins, CO • Dry Creek No. 2 Channel Improvements, Boulder, CO, Urban Drainage and Flood Control Improvements 5 Engineering Services Related to the 2013 Flood Recovery RFC #B1300201 - .. Weld County, Colorado AVRES Andrew Dana, PE. Role: Transportation Engineer Years of Experience: 19 Mr. Dana's primary responsibilities include designing and managing transportation -related projects -'for state and local units of government. His other responsibilities include operating CAiCE and MicroStation design software; researching design standards and code requirements; preparing environmental impact and other reports; and coordinating projects with government and local agencies. Relevant project experience includes: • East Pershing Avenue Corridor Design, City of Cheyenne, WY • East Vine Drive Realignment, City of Fort Collins, CO • 37th Street Road Design, City of Loveland, CO • Dry Creek Flood Control Improvements, City of Cheyenne, WY Darby Schock, PLS Role: Surveyor Years of Experience: 9 years, Mr. Schock has been with Ayres Associates since 2007. His primary survey duties include the completion of topographic, hydrographic, boundary, and construction surveys. His areas of expertise include the use of GPS and total station equipment as well as the techniques for data reduction, quality assurance of survey data, and establishment of control networks. Mr. Schnrk's other di ties include information technology administration, CADD, and GIS analysis, which allows him to be part of project teams providing services ranging from field data collection #o-GIS and -plan production. -- .. Relevant project experience includes: • East Vine Drive Realignment, City of Fort ASSOCIATES Collins, CO • 37th Street Road Design, City of Loveland, CO Canal Importation Ponds and Outfall, City of Fort Collins, CO • East Pershing Avenue Corridor Design, City of Cheyenne, WY • Fountain Creek Channel Improvements, City of Woodland Park, CO Chris Pletcher, PE Role: FEMA Coordination, Construction Estimates Years of Experience: 17 years Mr: Pletcher joined Ayres Associates in 2006, bringing 10 years of experience in civil engineering analysis, design, and construction. He has comprehensive, substantial experience in corridor -type utilities, including storm drainage and sanitary sewer and water systems. He provides computer -based demand forecasting, master planning, capacity sizing, preparation of detailed construction plans, review of plans on behalf of local municipalities, and. construction inspection services. Relevant experience. includes: • Loveland Water -Wastewater Flood Recovery, Loveland, CO • University of Iowa Flood Mitigation, Iowa City, IA • Iowa State University Flood Mitigation, Ames, IA • Dry Creek Sheridan Reach Flood Control Improvements, City of Cheyenne, WY Patrick Schoenecker Role: Construction Administration Years of Experience: 1 year Mr. Schoenacker has been with Ayres Associates since he completed his education in 2012. Since that time, he has been involved in a variety of projects and has gained experience in utility design, open channel hydraulics, storm and sanitary 6 Engineering Services Related to the 2013 Flood Recovery RFQ #B1300201 Weld County, Colorado ASSOCIATES sewer hydraulics, water quality, stream stabilization, and inflow analysis.. He also has experience in surveying, data collection, flow monitor installation, and construction inspection and documentation. Relevantproject experience includes: • Large Water Meter Installation Construction Inspection, City of Fort Collins, CO • Elizabeth Street Water Line Construction Observation, City of Fort Collins, CO • Canal Importation and Ponds Outfall Construction Documentation, City of Fort Collins, CO ., • East Pershing Roundabout Construction Observation and Documentation, City of . Cheyenne, WY ' . • Flood Recovery. Utility Repair Construction Inspection, City of Loveland, CO Andy Herb. Role: Ecology Years of Experience: 14 years Mr. Herb, owner of AlpineEco and AlpineEco Nursery, has worked as an ecologist in the Rocky Mountain Region for over 14 years. He has successfully completed projects in most western states, as well as internationally. He has extensive experience with work relating to wetlands, wildlife, and botanical studies. He has been involved in many projects that included Clean Water Act (Section 404), National Environmental Policy Mt (EAs and EISs), and Endangered Species Act (Section 7 Consultation) compliance, as well as dozens of projects involving wetland and riparian restoration. _ Mr. Herb has managed both research -oriented and infrastructure -related projects for nearly all types of clients in the private and public sectors (including several different branches of local, state, and federal government). He has worked on hundreds . of ecology -related projects for the transportation, energy, water resources, residential and commercial development, arid mining business sectors. Examples of projects relevant to wetland/river restoration in northern Colorado include: • Fort Collins Stream Rehabilitation and Enhancement Project • Dry Creek Functional Assessment Project, City. of Fort Collins Green Ridge Glade Reservoir Wetlands Mitigation, City o#'Loveland • Fountain Creek Watershed Study, USACE Clear Creek Wetland Mitigation, Georgetown David Killam Role: Cultural Resources Specialist Years of Experience: 30+ years Mr. Killam's extensive cultural resource experience • and qualifications includes historic properties preservation planning, historic and prehistoric site investigations, resource recording/documentation (Class I overviews, Class II and III surveys), resource mapping (GPS and GIS), artifact analysis, historic archival research, National Register of Historic Places (NRHP) evaluations and nominations, NHPA Section 106 compliance, .site monitoring, testing, excavation, data recovery, mitigation planning and implementation, NEPA EN EIS cultural resource analysis and preparation, Level II medium format archival photography, NABS/HAER large format photography, artifact illustration, and museum exhibit and display design. Mr. Killam has worked on projects in all cultural/ geographical areas of Colorado, as well as -Montana, Wyoming, North Dakota, South Dakota, and Arizona for clients including the .U.S. Army Corps of Engineers (USAGE), 11 National Forests, NPS, FHWA, DOE Western Area PowerAdministration, Bureau of Land Management, Environmental Projection Agency, Air National Guard, Bureau of Reclamation, and numerous counties and municipalities in Colorado. Relevant project experience includes: • Class Ill Cultural Resource Survey and Documentation of a Segment of the Larimer and Weld Irrigation Canal, Larimer County, Colorado. Class III Archaeological Resource Survey, Weld County Road 49 Expansion Project, Weld County, Colorado. 7 Engineering Services Related to the 2013 Flood Recovery RFQ #B1300201 Weld County, Colorado AYRES Overall Firm Capabilities Ayres Associates is a full -service engineering company providing consulting services in a variety of disciplines, including hydrologic, hydraulic, and geomorphic studies; watershed and water quality modeling; river engineering; stream channel stabilization; hydraulic structures; and dam design. Established in 1959, our firm has 13 offices in seven states and a staff of approximately 275. We are ranked 258th among the top 500 engineering firms in the United States by ENR magazine; we have been consistently listed in the top tier of the nation's engineering firms for more than 20 consecutive years. Ayres Associates' Fort Collins office is nationally recognized in hydrologic and hydraulic analysis, urban drainage design, floodplain and fioodway mapping, river engineering, and erosion and sedimentation control. Our office is in southwest Fort Collins with easy access to major roadways. Ayres Associates has been heavily involved throughout the 201$ flooding event along the Big Thompson River. The flood maps that Ayres created in 2005 were used to assist in evacuations, road closures, and response activities. On Wednesday, before the peak flow, and Thursday, after the peak, Ayres Associates had multiple volunteer crews in the field observing and monitoring the flooding and associated infrastructure from the mouth of the canyon east to I-25. Multiple employees were involved in emergency flood response projects during the flood and in the weeks that followed. Aside from direct experience with the recent floods, Ayres is nationally recognized for our work in water resources, river engineering, channel restoration, and transportation engineering and construction, including structure inspection, and design. We have assisted the City of Loveland with a geomorphic flood damage assessment and determined that peak flow rate of the flood event. In addition, we have had two employees working full- time at the Colorado Department of Transportation (CDOT) Incident Command Center evaluating ASSOCIATES damage and recommending repairs fora large number of CDOT roads and bridges. Our experience also includes applied research leading to new water resource analysis and design methods, authorship of hydraulic and sediment design standards used nationwide, and final design for restoration projects ranging from small channels along the Front Range to large river engineering projects in the western United States. Staff in our office "wrote the book" when it comes to river engineering and drainage design. Some of the documents written by our Fort Collins staff include: • HEC-20 Stream Stability at Highway Structures • HEC-18 Evaluating Scour at Bridges • HEC-23 Bridge Scour and Stream Instability Countermeasures • HDS-6 River Engineering for Highway Encroachments • HDS-7 Hydraulic Design of Safe Bridges • HEC-22 Urban Drainage Design • HDS-4 Introduction to Highway Hydraulics HDS-5 Culvert Design NCHRP 24-39 Evaluation & Assessment of .Environmentally Sensitive Stream Bank Protection Measures (in progress) In addition, staff members from our offices have been under contract for multiple years with the Federal Highway Administration's National Highway Institute to teach courses across the country in: • River Engineering for Highway Encroachments • Stream Stability and Scour at Bridges • HEC-RAS River Modeling • Countermeasures Design for Stream Instability and Scour • Hydraulic Design of Safe Bridges • Introduction to Highway Hydraulics • Urban Drainage Design • Culvert Analysis Design, City of Loveland 8 Engineering Services Related to the 2013 Flood Recovery RFQ #B1300201 Weld County, Colorado .SIRES Performance on Similar Projects CDOT incident Command Center (ICC) Support and Flood Damage Permanent Repairs Assessment Teams, Loveland Client: CH2M Hill Owner: Colorado Department of Transportation • Description: Ayres assisted CDOT at its ICC as the hydraulics on -call consultant. Ayres worked with other specialties providing hydraulics support for the emergency response effort, performing an initial hydrologic assessment of the flood, and writing project scopes for the flood recovery projects on state highways. Ayres' staff served as the team geomorphologists doing assessments of the flood damage, evaluating the emergency repairs, and recommending . - permanent repairs and improvements for State Highways 72A (Coal Creek Canyon), 119A (Boulder Canyon), 36B near Lyons over the St. Vrain Creek and Left Hand Creek, 1198 and 119C over the St_ Vrain Creek and Left Hand Creek in and around the City of Longmont, 275A and 608 over the Little Thompson and Big Thompson River and the South Platte River in Milliken, and 528, 144A, 71E, 39A, and other state highways over and around the South Platte River on the Colorado Eastern Plains. Reference: Tim Eversoll, CH2M Hill, 720.244.9117 Tim.Eversoll@CH2M.com ASSOCIATES Loveland 2013 Flood Recovery Work Client: City of Loveland Descripton: As a result of the September 2013 floods, two of the City of Loveland's three water lines feeding the City had been damaged and the one remaining line was in danger by the Big Thompson River, which had changed its course. Within four hours, the Ayres team, which included Jim Scholl and Bill Spitz, along.with staff from the City of Loveland, had a conceptual plan to push the river back to its original location. By the following evening the river had been moved back under very difficult flood -flow conditions, saving the City's water supply. This process would have normally taken years to complete the design and obtain the permits. Also during the flood, Chris Pletcher was asked to join the City of Loveland Emergency Operations Center (EOC) to troubleshoot problems, particularly with damaged utilities, and to begin navigating through the FEMA process. Others from Ayres worked nonstop in the field (including many late nights, early mornings, and weekends) to assess damage to utility lines. Lastly, staff from the Ayres Water Resources group, including John Hunt and Dusty Robinson, assisted the City of Loveland with a geomorphic flood damage assessment and determined the peak flow rate of the event using high water measurements taken just after the flood. References: Chris Carlson, PE, City of Loveland, 970.962.2774, carisc@ci.loveland.co.us; Chris Matkins, PE, City of Loveland, 970.962.3712, chris. 9 Engineering Services Related to the 2013 Flood Recovery RFQ #81300201 Weld County, Colorado AIRES matkins@cityofloveland.org Poudre River Bank Stabilization/ Restoration, Fort Collins Client: City of Fort Collins Description: The City of Fort Collins retained Ayres toperform hydraulic modeling and impact analyses ',related to sediment transport and channel stability :along the Cache'la Poudre River just downstream . of the Shields Street Bridge Replacement project. - This work is being prepared in support of the design of the Citys stream restoration project. Services include bank stabilization design, preparing a Federal. Emergency Management Agency (FEMA) Conditional Letter of Map Revision (CLOMR) package and a HydraulicAnalysis•Report and processing these documents through the City: floodplain administrator and through FEMA. Reference: Rick Bachand, Natural Areas Department Manager, 970.416.2183, rbachand@fcgov.com South Platte River Digital Aerial Imagery and Orthophoto�raphy_ 2013 Flood Client: Colorado Water Conservation Board Description: While at peak flood. stage,. Ayres Associates provided the Colorado Water , , Conservation Board with digital aerial imagery and orthophotography services for the South Platte River from the Weld/Adams County line downstream to Sterling and the Poudre River and Big Thompson River from their canyon mouth to their confluences with the South Platte. Digital aerial imagery was acquired on Saturday, September, 14, 2013, using an Intergraph DMC digital camera at? ground; • . ASSOCIATES sample distance of approximately 29 cm. Approximately 500 aerial images were collected to support the development of 12 -inch resolution orthoimagery which depicts flooding along the South 'Platte River and its tributaries. This project was expedited for rapid mobilization of equipment and production of digital orthoimagery. Flights occurred within 16 hours of contract initiation with delivery of imagery within 5 days of flight and final orthoimagery within 9 days. References: Kevin Houck, PE, CFM, Chief, Watershed and Flood Protection Section, Colorado Water Conservation Board, 303.866.3441, kevin. houck@state.co.us; Brian Varrella, Weld County, 970.304.6496, bvarrella@co.weld.co.us Shields Street Bridge Replacement Project over Cache la Poudre River, Fort Collins Client: Lorimer County Description: Ayres Associates is working as a subconsultant on the design team to replace the functionally -obsolete, structurally -deficient and scour -critical Shields Street Bridge over the Poudre River. The project affects the regulatory floodway and therefore must cause no rise to the base flood profile. The existing crossing allows extensive 100 -year overtopping which must be eliminated completely in the proposed design. The project ties into and benefits from the effects of the McMurry Restoration project downstream. Ayres has conducted all hydraulic bridge sizing and analysis; completed stream stability and scour analysis; developed bank revetment and scour countermeasure design recommendations; and prepared a CLOMR package which has been . reviewed and approved by the Lorimer County Flood Review Board and is currently being processed through the City of Fort Collins. Reference: Ron Winne, Lorimer County Engineering Department, 970.498.5713, winnegr@larimerorg Big Thompson Geomorphic Assessment of Flood Damages Assessment, Loveland Client: City of Loveland Description: A geomorphic field reconnaissance was conducted by Ayres personnel on October 7-10 and on October 14, 2013, to assess the extensive bank and floodplain erosion and sedimentation along the Big Thompson River through Loveland that was 10 Engineering Services Related to the 2013 Flood Recovery RFQ #81300201 Weld County, Colorado AVPES caused by,the flooding created by the historic rainfall event of September 10-15, 2013. Ayres provided documents for findings of the field reconnaissance, an assessment of the bank and floodplain erosion and sedimentation, and recommendations for countering problems along the reach and at specific sites. Reference: Chris Carlson, City of Loveland, 970.962.2774, carlsc@ci.loveland.co.us Wisconsin DOT IH 90/94 IH 39 Drainage Study, Columbia County Client: Wisconsin Department of Transportation, Southwest Region Description: In June 2008 the Baraboo River flood level was twice the 500 -year flood elevation and flooded portions of IH 90/94 and IH 39. This and other flooding in Wisconsin virtually halted travel from southern Wisconsin to northern Wisconsin for four days. The Wisconsin. Department of Transportation, Southwest Region,. retained Ayres to survey and model the flood impacts from the Baraboo River and to. evaluate potential flooding of the interstate system from the Wisconsin River. The project involved reviewing the existing one- dimensional HEC-RAS model for the Wisconsin River and developing a new model HEC-RAS. model. During evaluation of the Wisconsin River HEC- RAS model Ayres determined that the flow was too complex fora one-dimensional model. More detailed survey was collected, and a two-dimensionalmodel was developed for the Wisconsin River. Modeling results of the Baraboo River showed that the floodwaters of the Baraboo can back up at the State Highway 33 bridge, and Ayres evaluated alternatives including replacing this bridge to protect IH 90/94 from Baraboo River flooding. The two-dimensional model for the Wisconsin River showed about 2 miles of IH-39 would be flooded during the 100 -year flood on the Wisconsin River. Alternatives evaluated included widening bridges, adding bridges, and raising the interstate. Reference: Rodney Taylor, 608.267.3766; Rodney. Taylor@dot.wi.gov ASSOCIATES East Pershing Corridor Design Client: City of Cheyenne Description: The City of Cheyenne, Wyoming, retained Ayres Associates to provide roadway and utility design and construction engineering for the reconstruction of East Pershing Boulevard from Dunn Avenue to Converse Avenue, including reconstruction of the East Pershing/Converse Avenue/19th Street intersection as a five -leg, multi- lane roundabout The project included providing extensive public outreach, right-of-way survey, a plan for phased construction to minimize traffic disruption, design of modular -block and cast -in -place concrete retaining walls in front of homes, and the design of cantilevered sign structures directing traffic to the correct lanes at the roundabout. The existing 6 -inch and 12 -inch parallel water mains are being replaced and combined into one main, and associated valves and hydrants are being replaced. Special attention was given to facilitating future utility maintenance at theroundabout with minimal disruption to traffic. Six sanitary sewer manholes and 490 linear feet of sanitary sewer are being replaced, along with adding two new manholes and relining or replacing an additional 485 feet of sanitary sewer. Reference: Nathan Beauheim, Engineering Services Director, City of Cheyenne, 307.638.4315, nbeauheim@cheyennecity.org 11 AYRES Engineering Services Related to the 201.3. Flood Recovery RFQ #61300201 Weld County, Colorado Work Location/Familiarity Ayres Associates' Fort Collins office is adjacent to Weld County and within easy access to I-25. We can be at the Weld County offices in less than 30 minutes to attend a project meeting. Matthew Hickox, one of our hydrology/hydraulics engineers on our project team, worked previously as an intern for Weld County Public Works. In particular, Mr. Hickox provided development review support, floodplain permit review support, and culvert design for CIP projects, including the WCR 18 bridge replacement. He has been an employee at Ayres Associates for five years, during which time he has received his Professional Engineer license. Mr. Hickox has continued to grow in both knowledge and experience since joining Ayres and will be used extensively for any Weld County work. ASSOCIATES 12 Engineering Services Related to the 2013 Flood Recovery RFQ #61300201 Weld, County, Colorado AYRES Project Approach Overall Philosophy Ayres Associates uses a project manager approach to provide engineering services. A registered professional engineer is assigned to serve as the client's primary contact, attend meetings, develop project budgets, schedule work, monitor progress and budgets, and see that projects are completed to the client's satisfaction. The project manager is responsible for making regular telephone calls or emails to the client to update them on the status of the project. In addition, Ayres Associates likes to schedule progress meetings during the course of design (which correspond to project milestones) to discuss issues and concerns face-to-face. The level of service and communication for our clients does not change regardless of the size of the project. We also believe it is important to have all team members attend the project kick-off meeting (at a minimum) to allow the client to put a face with a name for future contact. Once project objectives are identified, relevant resources can be identified to help define the problem, identify potential solutions, and select an optimal solution in the overall best interests of the County. Not every project has the same issues, and as a result, different resources may be relevant to the spectrum of potential solutions. Ayres Associates' staff thrives in a multi -objective environment, and we surround ourselves with partners whose expertise complements our own. Some of the partner relationships are also direct contractual relationships, as with engineering subconsultants. We believe in bringing the best expertise to the table for the benefit of our clients, whether that comes from our internal resources, from other engineers, from consultants or contractors, or from the community at large. Project Approach Ayres Associates believes a successful project begins with a well thought out and detailed scope, cost, and schedule. This may require several ASSOCIATES iterations, with the client's input, but is well worth the upfront time. Based on the schedule provided by Weld County, John Hunt will prepare a detailed project design schedule using Microsoft Project. Using the Microsoft Project schedule, week -by - week activity and task goals will be tracked by the project manager and balanced against the required resources. We believe that a quality assurance program ultimately reduces cost of operations through fewer errors, reduced exposure to liability, and less delay. For the Weld County projects, Jim Schell will be providing the quality assurance/quality control (QA/ QC). In terms of efficiencies in our design efforts, we believe in these key components: • Gather as much information up front as possible. • Determine what the critical path design issues are. • Work with the client as a member of the team. • Continually track schedule and budget. Ayres Associates approaches every project with a sincere effort to develop the most cost-effective solutions for the defined project objectives. While we have the expertise and experience to handle the most complicated stormwater modeling, analysis, and design problems, we approach every project from a common-sense perspective that doesn't overlook simple solutions. Design Phase Ayres Associates envisions that the first phase of the design for any of the Weld County projects will incorporate a period of data collection and alternative analysis. This phase will allow us to thoroughly inspect the structures and vet all regulatory-, design-, and construction -related issues. Once this phase is completed we will move into preliminary design using Weld County Standards, which meet both FEMA and Federal Highway Administration (FHWA) standards. It is during the preliminary design that the initial cost estimates and FEMA worksheets will likely be developed. 13 Engineering Services Related to the 2013 Flood Recovery RFQ #61300201 Weld County, Colorado AVRES It is important to note that FEMA will not allow the proposed design to improve on the previous design unless there has been a change in the design standards since the time the project was originally constructed. Improving the design is considered "betterment" and will not be paid for with FEMA funds. It is also important to have experienced people working on the project costs and worksheets because FEMA will hold us to them. This really requires the ability to know what the design will be before it is completed,. which obviously requires considerable experience, Ayres has significant experience in this area through their work at the University of Iowa and Iowa State University following their recent flood events. We have included two experienced and valuable subconsultants for this work. Andy Herb with Alpine Ecological will be addressing any environmental permitting requirements for the project. Mr. Herb has worked with Ayres Associates for years and with our two primary clients, the City of Fort Collins and City of Loveland. He is fast, efficient, and has great relationships with the regulatory agencies that oversee the environmental permitting. In addition, RMC Consultants has been put on the team to address any historical or cultural resource surveys that may be required. Again, Ayres has worked with the David Killam of RMC Consultants on numerous projects, most recently including the permitting for the Boxelder StormwaterAuthority projects. ASSOCIATES 14 EXHIBIT B Request for Proposals Engineering Services related to the September 2013 Flood Recovery I. Purpose ENGINEERING SERVICES FOR RFP #B13002011 The Weld County Public Works Department is requesting proposals for Engineering Services related to the September 2013 Flood Recovery. The requested services may include all or portions of the following: Topographic and ROW Surveying, Roadway or Bridge Repair Design Drawings, Structural Inspection, Hydrology and Hydraulic Analysis, Environmental Clearances, Preparation of Contract Bid Documents, and Construction Inspection. The projects will include 4 separate "Project Areas", defined by the various river corridors as shown on the attached maps. Each Project Area will include several "Sites" along each of the river corridors. There may be as many as 30 overall sites, each of which will require various engineering services as described above in order to restore the sites to pre -flood conditions and specify mitigation efforts that may prevent future flood damages. Maps of the Project Areas and an inventory of the original damage and emergency repairs to the Sites will be provided to the selected consultants. The Department intends to select one consultant for each Project Area to perform the needed work. NOTE: A site visit will be conducted to a single "Sample Site" which will represent the various improvements that may be required at the other sites. The consultant proposals should explain the various work items recommended for the Sample Site and include a breakout of consultant tasks and hours for the Sample Site. These may or may not apply to the other Sites in the Project Areas. II. Scope of Services Weld County is working with FEMA and FHWA specialists to verify damages to County assets that were damaged during recent flooding. Weld County is in need of professional engineering services which will generally consist of overall plan preparation related to flood repairs, specification preparation, and construction management services. Engineering services will comply with County, State, and Federal regulations. Time is of the essence as Weld County anticipates that high water during spring runoff could cause additional damage to project sites. The Public Works Department is looking for ways to shorten the design process and develop an abbreviated set of construction drawings. General engineering services will include: • Design Surveying (Could include temporary easement descriptions) • Hydrology & Hydraulic analysis required to document repair and mitigation efforts • Flood plain record research to validate flow rates that may be used • Preliminary roadway or bridge design, cost estimates, evaluations, plans, reports and coordination with staff and others • Final design, abbreviated plan set preparation, specifications and design details per CDOT Standards • Geotechnical & Drainage investigation/reports (if needed) • Potholing and utilities coordination & relocation • Environmental assessment study • Construction engineering and inspection services for Federal -funded construction projects as directed 1 NOTE: It is anticipated that the consultants will utilize as much existing floodplain mapping/data as is applicable, so that the time and costs required for any hydrology & hydraulic analysis, etc. will be minimized. A. General Project Description The initial emergency repairs necessary prior to opening the roads to traffic has been completed at all the sites. Engineering Services are now needed to reassess the sites to determine final improvements needed to return the sites to a stable permanent condition and indicate if mitigation efforts may prevent future flood damage. The anticipated repairs may include: Riprap armoring of bridge abutments, Wing wall/Railing/Deck Repairs, Placement of turf reinforcing mats, Temporary and Permanent Erosion Control, Seeding, Sod and asphalt patching/paving and striping as required. Although it is unlikely that construction at all the sites can be accomplished before the spring run-off begins (end of May), the goal will be to prioritize the sites and have bid documents ready to bid as soon as possible for the high priority sites. Weld County anticipates that an abbreviated set of plans for many sites will need to be bid ready by the end of February 2014. This may include small yet concise sets of plans and specifications. B. Project Requirements • Structures inspections and design engineering to repair flood damage to structures and roadways impacted by the September 2013 Flood • Report to the Public Works Department on repair needs within each specified project area • Completion of preliminary estimate of construction, engineering and permitting costs • Topographic and ROW Surveying necessary to complete the scope of services • Engineering design for repair and/or replacement of County road and bridge facilities designed in accordance with Weld County, CDOT and FEMA & FHWA standards and clearances • The consultants may be required to meet a DBE participation goal on the design work associated with the FHWA sites • Bid documents as directed for advertisement of improvements in a manner that meets the reimbursement requirements of either FEMA or FHWA • Environmental, historical, land use, and ROW clearances as required • The consultant will be required to provide construction administration and project management including submittal review, documentation, and continuous full time field inspection for the project per CDOT inspection guidelines. Any required materials testing not provided by the construction contractor will be arranged by the County. • The consultant may also be required to produce "as constructed" drawings at the completion of the project. Final drawings shall also be submitted on CD in PDF format. All material submitted at the completion of the project shall become property of Weld County. C. Project Schedule (Anticipated) • RFP Issued December 17, 2013 • Mandatory Pre -proposal Meeting December 18, 2013 (10:00 AM) • Proposals Due at Purchasing December 27, 2013 (5:00 PM) • Consultant Interviews January 3, 2014 • Contract Award January 8, 2014 A mandatory pre -proposal meeting will be held on December 18, 2013 (10:00 AM) at Weld County Public Works, located at 1111 H Street, Greeley, Colorado. Consultants must attend and record their presence at the mandatory pre -proposal meeting. After the meeting there will be a SITE VISIT to a "sample site" to give the consultants an idea of what may be required for each of the sites. The consultant will be required to develop and submit 2 their proposal outlining the scope of services that they believe would be necessary to meet the project goals. The selection committee will utilize this information to complete the final RFP scoring. III. 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 sample site. 4. Provide ideas or suggestions on how your firm may be able to meet the shortened design schedule. 5. Provide a scope of work for the proposed design and management of the sample site. This effort will only be used for RFP scoring and selection. 6. References from at least three other projects with similar requirements that have been completed within the past five years and 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 no smaller than 11"x17". 8. Consultant's willingness to enter into the Weld County Standard Contract Agreement included as part of the RFP. 9. Limit the total length of your proposal to a maximum of 20 pages (excluding covers). The County will reject proposals received that are longer than 20 pages in length. 10. Submit a total of five copies of your proposal. 11. Proposals must be delivered to the Weld County Purchasing Department, P.O. Box 758, 1150 "O" St., Greeley, CO 80632, no later than 10:00 AM (Purchasing time clock), December 27t° 2013. 12. 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: Richard White, P.E. — Project Manager Weld County Public Works 970-356-4000, ext. 3742, rdwhite(@co.weld.co.us 3 IV. Selection Criteria and Method The Weld County Purchasing Professional Services Selection process describes the consultant selection criteria and method. This document is available for review in the Weld County Code, Revenue and Finance, Chapter 5, online at www.co.weld.co.us. A selection committee shall include Weld County Public Works representatives. Selection Criteria Review and Assessment Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the written proposals and interview session. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. WEIGHTING FACTOR QUALIFICATION STANDARD 5.0 Scope of Proposal The proposal clearly shows an understanding of the project objectives, methodology to be used, and final results that are desired by the Department. 5.0 Critical Issues The proposal demonstrates the firm clearly understands the major issues associated with the project, and offers realistic solutions to those issues. 4.0 Project Control The firm has described their methods of controlling their design and construction cost. The firm has demonstrated an ability to insure State or Federal procedures are used where appropriate. Does the firm have a Quality Control process in - place to manage the quality of their product. 4.0 Work Location/Familiarity Project team's work location relative to the project site location. Key team members familiarity with Weld County and the goals of the Department. 2.0 UDBE Goal The firm has provided documentation which supports their ability to meet a UDBE goal, estimated to be approximately 10%, for this project. The designated UDBE subconsultant(s) have proven abilities. Final selection will also consider verification of references. Final DBE's goals are going to be used for seven of the sites and are currently being established by CDOT. 4 PART 3 - PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made this day of 201_, by and between whose address is hereinafter referred to as "Contract Professional," and 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." 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 and are specifically made a part of this hereof by this reference. Exhibit A, County's Request for Proposal (RFP) as set forth in "Bid Package No. B ". Exhibit A contains County's description of its needs for the professional services required, the time within which the Project must be completed, the location of the Project, the requirements for Contract Professional's adherence to specific State and/or Federal law and/or standards which must be met, the engineering standards/criteria, and all other expectations of County. The RFP also contains the following specific requirements: (COPY TABLE OF CONTENTS HERE) Exhibit B, Contract Professional's Response to County's Request for Proposal, includes Contract Professional's response to County's description of its needs for professional services, the requirements for Contract Professional's adherence to specific State and/or Federal law and/or standards which must be met, the engineering standards/criteria, and all other expectations of County. WHEREAS, County desires to retain Contract Professional as an independent contractor to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. NOW THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Engagement of Contract Professional. County hereby retains Contract Professional, and Contract Professional hereby accepts engagement by County upon the terms and conditions set forth in this Agreement. 2. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor Professional's completion of the responsibilities described in Exhibits A and B. In no event shall this Agreement continue beyond one year from County's execution of the Agreement unless the parties specifically agree to a continuation in writing. 3. Services to be Performed. County and Contract Professional acknowledge and agree that each of the Contract Documents listed above are integral components of this Agreement and consent and agree that County's requirements are accurately reflected in Exhibit A and Contract Professional's willingness and ability to meet those requirements are accurately reflected in Exhibit B. Contract Professional further acknowledges that any form requiring completion shall be completed to the satisfaction of County at the time and in the manner required by County. Contract Professional shall be responsible for the professional quality, technical accuracy, timely completion, and the coordination of all services rendered by Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies Contract Professional further acknowledges that a failure to comply with the standards and requirements of Exhibits A and B may result in County's decision to withhold payment or to terminate this Agreement. Compensation. A. Upon Contract Professional's County agrees to pay Contract Professional for services performed as set forth in Exhibits A and B, and at the rate of set forth in Exhibit B. Charges shall be based on the time actually spent performing the services, but shall exclude travel time. 5 B. Mileage may/may not (circle one) be charged to and from any required job site at a rate of cents per mile. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. C. 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. D. Payment for services and all related expenses under this Agreement shall not exceed 5. Additional Work. 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. Independent Contractor. Contract Professional shall perform its duties hereunder as an independent Contractor and not as an employee. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Neither Contract Professional nor any agent or employee of Contract Professional shall be deemed to be an agent or employee of County. Contract Professional and 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 (b) provide proof thereof when requested to do so by County. 7. Warranty. Contract Professional warrants that 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 shall faithfully perform the work in accordance with the standards of care, skill, training, diligence and judgment provided by highly competent individuals and entities that perform services of a similar nature to those described in this Agreement. 8. Reports County Property. 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. Such materials include, but are not limited to, reports, data, plans, drawings, records and computer files. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 9. Acceptance of Product 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 furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the work. Acceptance by the County of, or payment for, any services performed 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. 10. Insurance and Indemnification. Contract Professional shall defend and indemnify County and CDOT, their officers and agents, from and against injury, loss, damage or liability arising from Contract Professional's acts, errors or omissions in seeking to perform its obligations under this Agreement and shall hold County harmless from any loss occasioned as a result of the performance of this Agreement. 6 A. General Requirements: Contract Professional agrees to secure, at or before the time of execution of this Agreement, the following insurance covering all operations, goods or services provided pursuant to this Agreement. Contract Professional shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, during any warranty period, and for three (3) years after termination of the Agreement. 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 Public Works 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 Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contract Professional. 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. B. Types of Insurance: Contract Professional shall obtain, and maintain at all times during the term of this Contract, insurance in the following kinds and amounts: 1. Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of Contract Professional's employees acting within the course and scope of their employment. 2. Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: $1,000,000 each occurrence; ii. $2,000,000 general aggregate; Hi. $2,000,000 products and completed operations aggregate; iv. $50,000 any one fire; and v. $500,000 errors and omissions. C. 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 on County property and elsewhere. D. Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $1,000,000 aggregate limit for all claims. E. Additional Provisions: 1. Policies for all general liability, excess/umbrella liability, liquor liability and pollution liability must provide the following: If any aggregate limit is reduce by twenty-five percent (25%) or more by paid or reserved claims, Contractor shall notify County within ten (10) days and reinstate the aggregates required; ii. Unlimited defense costs in excess of policy limits; Hi. Contractual liability covering the indemnification provisions of this Agreement; iv. A severability of interests provision; v. Waiver of exclusion for lawsuits by one insured against another; vi. A provision that coverage is primary; and vii. A provision that coverage is non-contributory with other coverage or self-insurance provided by County. 2. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability, if the policy is a claims -made policy, the retroactive date must be on or before 7 the contract date or the first date when any goods or services were provided to County, whichever is earlier. 3. Contract Professional agrees to secure and deliver to County's Risk Administrator ("Administrator") at or before the time of execution of this Agreement, and to 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 as set out below. F. Proof of Insurance: Contract Professional shall provide a copy of this Agreement to its insurance agent or broker, and further agrees to have its agent or broker provide proof of Contract Professional's required insurance on www.lns-Cert.com and link the information to County. County reserves the right to require 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. G. 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. H. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent contractors, 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 contractors, sub -vendors suppliers or other entities upon request by the County. 11. Termination. Either party may terminate this Agreement at any time by providing the other party with a thirty (30) day written notice thereof Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. In the event of an early termination, Contract Professional shall be paid for work performed up to the time of notice and County shall be entitled the use of all material generated pursuant to this Agreement. 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 as described herein. 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 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." 12. Non -Assignment. Contract Professional may not assign or transfer this Agreement, any interest therein or claim thereunder, without the prior written approval of County. 13. Access to Records. County shall have access to Contract Professional's financial records as they relate to this Agreement for purposes of audit. Such records shall be complete and available for audit 90 days after final payment hereunder and shall be retained and available for audit purposes for at least five (5) years after final payment hereunder. 14. Time of Essence. Time is of the essence in each and all of the provisions of this Agreement. 15. 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. 16. Notices. Any notice required to be given under this Agreement shall be in writing and shall be mailed or delivered to the other party at that party's address as stated above. 8 17. 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. 18. 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. 19. 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. 20. Entire Agreement/Modifications. This Agreement contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiation, representation, and understanding 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. By execution of this Agreement, County does not warrant that funds will be available to fund this Agreement beyond the current fiscal year. 22. No Conflict. 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, 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 jurisdiction to resolve said dispute. 28. Public Contracts for Services. C.R.S. §8-17.5-101. Contract Professional certifies that Contract Professional is not an illegal immigrant. 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 and 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 of the Department 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 sub -contractor that fails to 9 certify with Contract Professional that the sub -contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional (a) shall not use E -Verify Program or Department program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed, (b) shall notify the sub -contractor and Weld County within three (3) days that Contract Professional has actual knowledge that a sub -contractor is employing or contracting with an illegal alien and (c) shall terminate the subcontract if a sub -contractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice, and (d) 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 Department program, 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 Department 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 damages. 29. Employee Financial Interest/Conflict of Interest. C.R.S. §✓j24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. Contract Professional has no interest and shall not acquire any interest direct or indirect, which would in any manner or degree 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 conflict 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. 30. 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. 10 AYRES ASSOCIATES December 27, 2013 Rose Everett Weld County Purchasing Department 1150 "O" Street Greeley, CO 80632 Re: RFP #61300201 Engineering Services Related to the September 2013 Flood Recovery Dear Ms. Everett: Ayres Associates has been intimately involved in flood recovery work for a number of local communities since the moment the 2013 floods began. Our involvement started while many of us were attending the Colorado Association of Floodplain Managers (CASFM) conference in Steamboat Springs, which began on September 11 and was scheduled to end on September 13. Unfortunately most of the representatives from the affected communities had to leave the conference early to begin dealing with the damages caused by the flood. Moments before leaving, Kevin Houck of the Colorado Water Conservation Board asked Ayres if we could mobilize immediately and take aerial imagery of the flooding along the South Platte, Big Thompson, and Poudre Rivers. One of our cover photos is just one image that we obtained throughout the region. Since that time we have been actively helping both the City of Loveland and CDOT through the post -flood process of assessing damages, prioritizing repairs, recommending permanent solutions, and navigating through FHWA and FEMA processes. Our experience with FEMA in developing Project Worksheets and cost estimates comes from our work with both the University of Iowa and Iowa State University, both of which suffered massive structural damages in recent flooding events. Ayres Associates' Fort Collins office is nationally recognized in hydrologic and hydraulic analysis, floodplain and floodway mapping, river engineering, roadway and structure design, and erosion and sedimentation control. Our office is in southwest Fort Collins with easy access to major roadways. Staff in the Fort Collins office not only know the Federal Highway Administration (FHWA) design standards, but we actually wrote many of the FHWA design manuals, and a number of our staff teach FHWA courses across the country in culvert design, highway hydraulics, stream stability and scour, and safe bridges, to name a few. We've worked hard to build our clients' trust in all of our analysis and design work, and we look forward to collaborating with Weld County on your flood recovery work and are willing to enter into the Weld County Standard Contract agreement that was included as part of the RFP. Please let me know if you have any questions about our qualifications. Sincerely, Ayres Associates Inc John Hunt, PE, CFM Manager Water Resources Phone: 970.223.5556 Fax: 970.223.5578 HuntJ@AyresAssociates.com 3665 JFK Parkway ® Building 2 o Suite 200 a Fort Collins, CO 80525-3152 0 970.223.5556 a www.AyresAssociates.com a) cn a) a. a) a) w E cno) -C a, m0 m 15 a- ) 00 tO a) 0 > a) 0 0 O 0 0 m 13 r Y s 3 .o W a) _N E C M • O) Eo E c O 0 U N a) 0 c o '3 rn c N N s as l— c a N N c a) a L. a) • > C > a) -O N o C N a)r • 3 L >� E aJ O U O U U m aN ▪ N N u) fa a5 ✓ O O a, fn Q y N 8 U • a) Q C O W a o a .b • c d c E C 2 O o a e acc--O W ,,,c,° A r2 o m w d • ti CJ E V = Y O E (l) -D c Le DU L • 2 4-P CC * Subconsultant AYRES Engineering Services Related to the 2013 Flood Recovery RFQ #B1300201 Weld County, Colorado James Schall, PhD, PE Role: Principal -in -Charge Years of Experience: 33 years Dr. Schall is vice president in charge of operations in Colorado and Wyoming. His education and consulting experience encompass all aspects of water resource engineering, with specific expertise in river engineering analysis and design. Dr. Schall also has been involved in developing and teaching five short courses for the Federal Highway Administration (FHWA) National Highway Institute (NHI): Introduction to Highway Hydraulics, Culvert Hydraulics, Urban Drainage Design, Stream Stability and Scour at Highway Bridges, and Scour Monitoring and Instrumentation. Dr. Schall received Instructor of Excellence awards from NHI for his teaching work in fiscal years 2010 and 2012. Relevant project experience includes: • Emergency relocation of the Big Thompson River to protect City of Loveland's 48 -inch water line o Instruction for NHI Stream Stability and Scour at Highway Bridges course No. 135046 ® Halligan Reservoir Enlargement Feasibility Study John Hunt, PE Role: Senior Project Manager Years of Experience: 26 years Mr. Hunt has been a hydraulic engineer with Ayres Associates for 18 years. Based in the Fort Collins office, he is a project manager responsible for projects in bridge hydraulics, scour analysis, culvert design, and roadway drainage. He has been responsible for the hydraulic design of bridge replacements, scour countermeasures, and river channel stabilization measures, including drop structures, at various sites ASSOCIATES in northern Colorado and throughout the United States. He is a member of the Larimer County Flood Review Board. Mr. Hunt is currently engaged in post -flood recovery efforts for CDOT. He is responsible for a comprehensive post -flood river stability assessment of 10 miles of the Big Thompson River through Loveland along with the design of repairs to a critical channel avulsion. Relevant project experience includes: FHWA publication HDS 7 Hydraulic Design of Safe Bridges: coauthor CDOT Flood Recovery Hydrologic Evaluation Big Thompson River in Loveland: post -flood river stability assessment ° Big Thompson Canyon Access Bridges: hydraulic assessment for temporary access Shields Street Bridge replacement over Poudre River hydraulics, scour, CLOMR package (federal aid project) Weld County Road 13 Bridge Replacement over Big Thompson River (federal aid project) US 34 over Big Thompson River at Cedar Cove: hydraulic design (CDOT project) Big Thompson River Buckhorn Creek to County Road 9E: FEMA floodplain hydraulic modeling and mapping Little Thompson River through Larimer County: FEMA floodplain hydraulic modeling and mapping Anthony Alvarado, PE Role: Project Coordinator, Hydraulics and Design Years of Experience: 14 years Mr. Alvarado joined Ayres Associates in 2000 as a civil engineer in the field of hydraulic engineering. He is a project coordinator responsible for projects in bridge hydraulics, scour analysis, countermeasure design, hydrographic survey, and hydraulics -related GIS projects. He has been responsible for the hydraulic design of scour and stream instability countermeasures at various sites throughout the country. Mr. Alvarado is also an instructor for the FHWA/ AYRES Engineering Services Related to the 2013 Flood Recovery RFQ #61300201 Weld County, Colorado NHI course on Countermeasure Design for Bridge Scour and Stream Instability. He has been working with CDOT at the Incident Command Center (ICC) in Loveland since early October. In this role he is providing hydraulic engineering and geomorphology support on assessment teams looking at permanent repairs and potential betterments for damage locations across northern Colorado, including eight sites in Weld County over the Big Thompson River, St. Vrain Creek, Little Thompson River, and the South Platte River (including WCR 53 over the South Platte). Relevant project experience includes: • CDOT Post -Flood Incident Recovery Force: Hydraulic engineer performing initial flood hydrologic assessment. Hydraulic engineer and river morphology expert on the flood damage assessment team o U.S. 95 over Salmon River Scour Countermeasures for Idaho Transportation Department (ITD): stream morphology, hydraulic analysis, and countermeasure design plans and specifications o Nevada DOT Bridge Scour Assessments and Plans of Actions: field reconnaissance and hydraulic assessments at various bridges, hydraulic analyses, conceptual countermeasure designs, and developing flood response plans for bridges County Road 29 rehabilitation over Big Thompson River: hydraulic design Matthew Hickox, PE Role: Hydrology and Hydraulics Years of Experience: 5 years Mr. Hickox brings civil engineering expertise in infrastructure design and construction phase services. He has experience in hydrologic and hydraulic modeling, storm drain design, design of hydraulic structures including grouted - boulder drop structures, scour counter-measures, evaluation, and erosion control plans. Mr. Hickox was previously an intern with Weld County Public Works, where he provided development ASSOCIATES review support, floodplain permit review support, and culvert design for CIP projects, including the WCR 18 bridge replacement. Relevant project experience includes: o Little Dry Creek Letter of Map Revision, Centennial, CO, Southeast Metro Stormwater Authority (SEMSWA) ® Sand Creek Channel Improvements, City of Colorado Springs, CO • Piney Creek at Caley Bridge Improvements, Centennial, CO, Urban Drainage and Flood Control District (UDFCD) Bill Spitz, PG Role: Geomorphologist Years of Experience: 28 years Mr. Spitz is a highly proficient geomorphologist who has been extensively involved in geologic and geomorphic investigations of fluvial systems throughout the United States with highly diverse stability problems. He has worked closely with federal, state, and local agencies on river systems where there are concerns and issues involving not only stream channel stabilization and rehabilitation, but also restoration, enhancement, and management of habitat. Mr. Spitz is co-author of the FHWA's HEC-20 Stream Stability at Highway Bridges (4th Ed.) and contributing author of HEC-23 Bridge Scour and Stream Instability Countermeasures (2nd Ed.). He is co-author of the NCHRP Report 653 Effects of Debris on Bridge Pier Scour. Mr. Spitz is an instructor for the National Highway Institute's Course 135046 - Stream Stability and Scour at Highway Bridges. Relevant project experience includes: ® CDOT Post -Flood Incident Response and Recovery Force: River morphology expert on the flood damage assessment team in support of post -flood response and recovery of local and state roadways impacted by the 2013 flood • City of Loveland Utilities emergency flood response: Assisted with field design of river channel relocation to protect the City's large AVRES Engineering Services Related to the 2013 Flood Recovery RFQ #B1300201 Weld County, Colorado water lines exposed by the 2013 flood Big Thompson River in Loveland: post -flood geomorphic assessment of damages to City facilities along 10 miles of channel through Loveland • Shields Street Bridge replacement over Poudre River: field reconnaissance and geomorphic assessment of channel stability in the vicinity of the bridge • US 34 bridge replacement over Big Thompson River at Cedar Cove, CO: field reconnaissance and geomorphic assessment of channel stability at the bridge site • Weld County Road 13/54A bridge replacement over Big Thompson River: field reconnaissance and geomorphic assessment Stan Kobayashi, PE Role: Structural Design Years of Experience: 37 Mr. Kobayashi is the founder and managing principal of KDG Engineering. He has more than 37 years of experience in the management and design of bridge projects. Mr. Kobayashi has provided project management and technical design of all phases of bridge design projects, bridge inspections, and construction management. He has worked on emergency and flood damage repairs, including the replacement of the flood -damaged SH 78 bridge over the Charles River east of Beulah, Colorado; the Mount St. Helens emergency bridge repair (volcano); and the US 285 over Turkey Creek flood -damaged box culvert. His work on CDOT's Off -System Bridge Inspection program has expanded his insight on bridge inspections and condition evaluations. Relevant project experience includes: Weld County Road 13 over the Big Thompson River, Weld County (federal -aid project) 11 Bridge Repairs: I-76 Hudson to Keenesburg, CDOT Preliminary Design for Design/Build, Weld County. o 1,400 Bridge Inspections for the Colorado ASSOCIATES Department of Transportation Northern Area Off -System Bridge Inspection, 1989-1993, 2001-2003. ° Bridge Replacement: SH 287 Realignment SH1 to Laporte over Dry Creek, CDOT. Andrew Dana, PE Role: Transportation Engineer Years of Experience: 19 Mr. Dana's primary responsibilities include designing and managing transportation -related projects for state and local governments. His other responsibilities include operating CAiCE and MicroStation design software; researching design standards and code requirements; preparing environmental impact and other reports; and coordinating projects with government and local agencies. Relevant project experience includes: o East Pershing Avenue Corridor Design, City of Cheyenne, )/k/Y o East Vine Drive Realignment, City of Fort Collins, CO • 37th Street Road Design, City of Loveland, CO Darby Schock, PLS Role: Surveyor Years of Experience: 9 years Mr. Schock has been with Ayres Associates since 2007. His primary survey duties include the completion of topographic, hydrographic, boundary, and construction surveys. His areas of expertise include the use of GPS and total station equipment as well as the techniques for data reduction, quality assurance of survey data, and establishment of control networks. Relevant project experience includes: o East Vine Drive Realignment, City of Fort AIRES Engineering Services Related to the 2013 Flood Recovery RFQ #B1300201 Weld County, Colorado Collins, CO 37th Street Road Design, City of Loveland, CO East Pershing Avenue Corridor Design, City of Cheyenne, WY Chris Pletcher, PE Role: FEMA Coordination, Construction Estimates Years of Experience: 17 years Mr. Pletcher has 17 years of experience in civil engineering analysis, design, and construction focused on corridor -type utilities — including storm drainage, sanitary sewer, and water systems. His FEMA expertise was developed in the recovery to Federal Disasters DR -1763 (Iowa 2008 Flooding), DR -1930 (Iowa 2010 Severe Storms, Flooding & Tornadoes) and DR -4145 (Colorado 2013 Severe Storms, Flooding, Landslides, and Mudslides). Relevant experience includes: • Loveland Water -Wastewater Flood Recovery, Loveland, CO University of Iowa Flood Mitigation, Iowa City, IA ® Iowa State University Flood Mitigation, Ames, IA Patrick Schoenecker Role: Construction Administration Years of Experience: 1 year Mr. Schoenacker has been with Ayres Associates since he completed his education in 2012. Since that time, he has been involved in a variety of projects and has gained experience in surveying, data collection, flow monitor installation, and construction inspection and documentation. Relevant project experience includes: • Elizabeth Street Water Line Construction Observation, City of Fort Collins, CO East Pershing Roundabout Construction ASSOCIATES Observation and Documentation, City of Cheyenne, WY Flood Recovery Utility Repair Construction Inspection, City of Loveland, CO Andy Herb Role: Ecology Years of Experience: 14 years Mr. Herb, owner of AlpineEco, has worked as an ecologist in the Rocky Mountain Region for over 14 years. He has successfully completed projects in most western states. He has extensive experience with work relating to wetlands, wildlife, and botanical studies. He has worked on many projects that included Clean Water Act (Section 404), National Environmental Policy Act (EAs and EISs), and Endangered Species Act (Section 7 Consultation) compliance, as well as dozens of projects involving wetland and riparian restoration. Mr. Herb has worked on hundreds of ecology - related projects for the transportation, energy, water resources, residential and commercial development, and mining business sectors. Relevant project experience includes: Fort Collins Stream Rehabilitation and Enhancement Project Dry Creek Functional Assessment Project, City of Fort Collins Green Ridge Glade Reservoir Wetlands Mitigation, City of Loveland Fountain Creek Watershed Study, USAGE David Killam Role: Cultural Resources Specialist Years of Experience: 30+ years Mr. Killam's extensive cultural resource experience and qualifications include historic properties preservation planning, historic and prehistoric site investigations, resource recording/documentation (Class I overviews, Class II and Ill surveys), resource mapping, artifact analysis, historic archival research, National Register of Historic Places AYRES Engineering Services Related to the 2013 Flood Recovery RFQ #B1300201 Weld County, Colorado (NRHP) evaluations and nominations, NHPA Section 106 compliance, site monitoring, testing, excavation, data recovery, mitigation planning and implementation, and NEPA EA/EIS cultural resource analysis and preparation. Mr. Killam has worked on projects in all cultural/geographical areas of Colorado for several federal clients and numerous counties and municipalities. Relevant project experience includes: • Class III Cultural Resource Survey and Documentation of a Segment of the Larimer and Weld Irrigation Canal, Larimer County, Colorado. • Class III Archaeological Resource Survey, Weld County Road 49 Expansion Project, Weld County, Colorado. Overall Firm Capabilities Ayres Associates is a full -service engineering company providing consulting services in a variety of disciplines, including hydrologic, hydraulic, and geomorphic studies; river engineering; stream channel stabilization; hydraulic structures; and road and bridge design. Established in 1959, our firm has 13 offices in seven states and a staff of approximately 275. We are ranked 258th among the top 500 engineering firms in the United States by ENR magazine; we have been consistently listed in the top tier of the nation's engineering firms for more than 20 consecutive years. Ayres Associates' Fort Collins office is nationally recognized in hydrologic and hydraulic analysis, bridge hydraulics, floodplain and floodway mapping, grade -control structures, river engineering, and transportation engineering and construction, including structure inspection and design. Ayres Associates has been heavily involved in the immediate response to and the recovery from the 2013 flooding event. The flood maps that Ayres created in 2005 were used to assist in evacuations, road closures, and response activities. Before and after the flood peak, Ayres Associates had multiple volunteer crews in the field observing and monitoring the flooding and associated infrastructure in the Poudre and Big Thompson floodplains. Multiple employees were involved in emergency flood response projects during the flood and in the weeks that followed. ASSOCIATES We have assisted the City of Loveland with a geomorphic flood damage assessment and determined the peak flow rate of the flood event. We have also had two employees working full-time at the Colorado Department of Transportation (CDOT) Incident Command Center performing flood recovery assessments for roads and bridges throughout the affected area. Staff in our office "wrote the book" when it comes to river engineering and transportation hydraulics. Some of the FHWA guidance documents written by our Fort Collins staff include: • HEC-20 Stream Stability at Highway Structures • HEC-18 Evaluating Scour at Bridges o HEC-23 Bridge Scour and Stream Instability Countermeasures • HDS-6 River Engineering for Highway Encroachments • HDS-7 Hydraulic Design of Safe Bridges • HEC-22 Urban Drainage Design • HDS-4 Introduction to Highway Hydraulics a HDS-5 Culvert Design In addition, staff members from our offices have been under contract for multiple years with the Federal Highway Administration's National Highway Institute to teach courses across the country in: o River Engineering for Highway Encroachments o Stream Stability and Scour at Bridges o HEC-RAS River Modeling a Countermeasures Design for Stream Instability and Scour o Hydraulic Design of Safe Bridges • Introduction to Highway Hydraulics o Urban Drainage Design Culvert Analysis and Design Performance on Similar Projects and References CDOT Incident Command Center (ICC) Support and Flood Damage Permanent Repairs Assessment Teams, Loveland Client: CH2M Hill Owner: Colorado Department of Transportation Description: Ayres assisted CDOT at its ICC as the hydraulics and geomorphology on -call consultant. Ayres worked with other specialties providing hydraulics and geomorphology support under the initial emergency response effort, performing initial hydrologic and geomorphic assessment of the flood, and assisting in developing Detailed Damage Inspection Reports (DDIR) Form 1547s for distribution of federal funds for the recovery of local agency roads. Under the emergency recovery effort, Ayres' staff served as the team river morphology experts on the CDOT flood damage assessment teams in support of developing a strategic plan for recovery of all affected state and local highways. This recovery includes rebuilding affected state and local highways to their original condition or rebuilding to full standards with all potential betterments possible, including consideration of use of non -emergency relief funding sources for such betterments. Ayres' staff assisted with assessments of the flood damage, evaluated emergency repairs, and recommended permanent repairs and betterments for the major mountain highway corridors, including US 34 from Loveland to Estes Park, SH 7 from Lyons to Estes Park, and LCR 43 from Drake to Glen Haven, as well as at sites on State Highways 72A (Coal Creek Canyon), 119A (Boulder Canyon), 257A and 60B over the Little Thompson and Big Thompson Rivers and the South Platte River in Milliken, and sites on US 34A/D, 52B, 128A, 144A, 71E, and 39A over and along the South Platte River on the Colorado Eastern Plains. Reference: Tim Eversoll, CH2M Hill, 720.244.9117 Tim.Eversoll@CH2M.com Loveland 2013 Flood Recovery Work Client: City of Loveland Descripton: As a result of the September 2013 floods, two of the City of Loveland's three water lines feeding the City had been damaged and the one remaining line was in danger by the Big Thompson River, which had changed its course. Within four hours, the Ayres team, which included Jim Schall and Bill Spitz, along with staff from the City of Loveland, had a conceptual plan to push the river back to its original location. By the following evening the river had been moved back under very difficult flood -flow conditions, saving the City's water supply. This process would have normally taken years to complete the design and obtain the permits. Also during the flood, Chris Pletcher was asked to join the City of Loveland Emergency Operations Center (EOC) to troubleshoot problems, particularly with damaged utilities, and to begin navigating through the FEMA process. Others from Ayres 8 AVRES Engineering Services Related to the 2013 Flood Recovery RFQ #B1300201 Weld County, Colorado worked nonstop in the field (including many late nights, early mornings, and weekends) to assess damage to utility lines. Lastly, staff from the Ayres Water Resources group, including John Hunt and Dusty Robinson, assisted the City of Loveland with a geomorphic flood damage assessment and determined the peak flow rate of the event using high water measurements taken just after the flood. References: Chris Carlson, PE, City of Loveland, 970.962.2774, carlsc@ci.loveland.co.us; Chris Matkins, PE, City of Loveland, 970.962.3712, chris. matkins@cityofloveland.org South Platte River Digital Aerial Imagery and Orthophotography — 2013 Flood Client: Colorado Water Conservation Board Description: While at peak flood stage, Ayres Associates provided the Colorado Water Conservation Board with digital aerial imagery and orthophotography services for the South Platte River from the Weld/Adams County line downstream to Sterling and the Poudre River and Big Thompson River from their canyon mouths to their confluences with the South Platte. Digital aerial imagery was acquired on Saturday, September, 14, 2013. Approximately 500 aerial images were collected to support the development of 12 -inch resolution orthoimagery which depicts flooding along the South Platte River and its tributaries. This project was expedited for rapid mobilization of equipment and production of digital orthoimagery. Flights occurred within 16 hours of contract initiation with delivery of imagery within 5 days of flight and final orthoimagery within 9 days. References: Kevin Houck, PE, CFM, Chief, ASSOCIATES Watershed and Flood Protection Section, Colorado Water Conservation Board, 303.866.3441, kevin. houck@state.co.us; Brian Varrella, Weld County, 970.304.6496, bvarrella@co.weld.co.us Shields Street Bridge Replacement Project over Cache la Poudre River, Fort Collins Client: Larimer County Description: Ayres Associates is working as a subconsultant on the design team to replace the functionally obsolete, structurally deficient and scour -critical Shields Street Bridge over the Poudre River. The project affects the regulatory floodway and therefore must cause no rise to the base flood profile. The existing crossing allows extensive 100 - year overtopping that must be eliminated completely in the proposed design. Ayres has conducted all hydraulic bridge sizing and analysis; completed stream stability and scour analysis; developed bank revetment and scour countermeasure design recommendations; and prepared a CLOMR package which has been reviewed and approved by the Larimer County Flood Review Board and is currently being processed through the City of Fort Collins. Reference: Ron Winne, Larimer County Engineering Department, 970.498.5713, winnegr@larimer.org Big Thompson Geomorphic Assessment of Flood Damages, Loveland Client: City of Loveland Description: A post -flood geomorphic field reconnaissance was conducted by Ayres personnel in October 2013 to assess the extensive bank and floodplain erosion and sedimentation along the Big Thompson River through Loveland. Ayres provided extensive documentation of erosion and sedimentation sites and their associated risks, along with recommendations for countering problems along the reach and at specific sites. Reference Chris Carlson, City of Loveland, 970.962.2774, carlsc@ci.loveland.co.us East Pershing Corridor Design Client: City of Cheyenne Description: The City of Cheyenne, Wyoming, retained Ayres Associates to provide roadway and utility design and construction engineering for the reconstruction of East Pershing Boulevard from Dunn Avenue to Converse Avenue, including 9 AYRES Engineering Services Related to the 2013 Flood Recovery RFQ #B1300201 Weld County, Colorado reconstruction of the East Pershing/Converse Avenue/19th Street intersection as a five -leg, multi- lane roundabout. The project included providing extensive public outreach, right-of-way survey, a plan for phased construction to minimize traffic disruption, design of modular -block and cast -in -place concrete retaining walls in front of homes, and the design of cantilevered sign structures directing traffic to the correct lanes at the roundabout. The existing 6 -inch and 12 -inch parallel water mains are being replaced and combined into one main, and associated valves and hydrants are being replaced. Special attention was given to facilitating future utility maintenance at the roundabout with minimal disruption to traffic. Six sanitary sewer manholes and 490 linear feet of sanitary sewer are being replaced, along with adding two new manholes and relining or replacing an additional 485 feet of sanitary sewer. Reference: Nathan Beauheim, Engineering Services Director, City of Cheyenne, 307.638.4315, nbeauheim@cheyennecity.org ASSOCIATES 10 Work Location structural engineers and bridge inspectors. KDG is certified with CDOT as a Disadvantaged Business Enterprise. Work Location/Familiarity/UDBE All Ayres staff members proposed for this project — including the principal -in -charge, the project manager, and the project coordinator — are located in the Fort Collins office, which is about a 35 -minute drive from the Public Works offices and roughly 40 minutes from the sample project site. Anthony Alvarado and Bill Spitz have conducted multiple site visits throughout Weld County in their roles as stream morphology experts on CDOT's flood damage assessment teams for state and local agency roads. Mr. Alvarado has visited the sample site twice for CDOT's assessments. Stanley Kobayashi, John Hunt, and Mr. Spitz worked together on the Weld County Road 13 Bridge replacement project. Our team members have worked on bridge projects throughout northern Colorado on the Poudre, Big Thompson, Little Thompson, and South Platte Rivers. Matthew Hickox, one of our hydrology/hydraulics engineers on our project team, worked previously as an intern for Weld County Public Works. In that role, Mr. Hickox provided development review support, floodplain permit review support, and culvert design for CIP projects, including the WCR 18 bridge replacement. He has been an employee at Ayres Associates for five years, during which time he has received his Professional Engineer license. Mr. Hickox has continued to grow in both knowledge and experience since joining Ayres and will be used extensively for any Weld County work. UDBE Goal Ayres Associates is committed to meeting the UDBE goal for this project, currently estimated at 10%. We have added highly qualified and well -established UDBE subconsultants for essential roles on our team. Stanley Kobayashi of KDG Engineering (KDG) will be our team lead for structural inspection and design. We expect all structural design and inspection for this contract to be performed by KDG unless additional support is needed from Ayres Our cultural resources specialist, David Killam, is employed by RMC Consultants. RMC Consultants is certified with CDOT as a Disadvantaged Business Enterprise. Geotechnical exploration and foundation engineering services may be required for bridge repair or replacement designs under this contract. In case that need arises, we have added Yeh and Associates to our project team for geotechnical services. Yeh and Associates is certified with CDOT as a Disadvantaged Business Enterprise. We are committed to meeting the UDBE goals for the contract, and this will be a strong consideration in our assignment of work under specific task orders. 11 Critical Issues Eligibility of federal funding: Determine eligibility of damaged sites and proposed repairs/improvements/ replacements for FHWA or FEMA relief funding. Where feasible, design project work to comply with federal funding guidelines. Appropriate prioritization: Identify sites requiring repairs before spring runoff. Prioritization should be based on assessment of current channel stability, current exposure of foundation elements (piles, footings, etc.), proximity of unstable channel banks to abutments, wingwalls, and road embankments. Cost control: Efficiency in design work to avoid unreasonable engineering fees. Lean toward standard treatments and approaches in general, but employ innovative treatments in cases where significant cost savings can be achieved (e.g. partially grouted riprap in place of very large loose riprap). Rapid design schedule for priority sites: Mobilize for survey, site reconnaissance, and channel stability assessment immediately. Conduct very concise engineering analysis (hydraulics, scour, countermeasure sizing, etc.). Develop concise, abbreviated plans and specifications. Design to keep all construction within existing right-of-way wherever possible. Confirm immediate availability of materials (e.g. riprap, precast concrete, etc.) and design for readily available materials. Improved flood resiliency: Look for opportunities, within cost and schedule constraints to improve flood resiliency on high -volume or high -importance routes. Permitting: Design, wherever possible, for use of nationwide 404 permits and for trouble -free attainment of floodplain development permit (e.g. achieve no rise wherever possible). Additional Specific Critical Issues for the Sample Project • Repair and armor south abutment fill Repair armor at north abutment Fill remnant scour holes o Determine whether federal funding can be obtained for a bridge replacement o Assess right-of-way needs for adding a south abutment guidebank o Protect downstream embankment side slopes from destruction by overtopping flows o Design repairs and countermeasures to avoid or minimize flood profile rise o Determine feasible approach to mitigating pier scour at existing bridge 12 FHWA Funding Considerations The FHWA Emergency Relief Manual that FHWA updated in 2013 outlines two categories of emergency relief: emergency repairs (ER), which take place during or immediately after the disaster to restore essential traffic and protect facilities, and permanent repairs (PR), which restore the highway to its pre -disaster condition or improve it (FHWA Emergency Relief Manual, p.3). The ER costs for a qualifying event such as the Colorado floods of September 2013 are covered at 100 percent given that the ER completed are eligible. This should be the case for the ER completed at County Road 53 given that the County has worked closely with CDOT's Incident Command Center (ICC) in the Detailed Damage Inspection Report (DDIR) process with their assessment teams. The ER at County Road 53 included repairing the roadway and embankment north of the bridge for roughly 800 feet, repairing the scour around the concrete box culvert north of the bridge, and repairing the roadway and embankment for a 50 foot section south of the bridge. For the PR at County Road 53, the federal share of the cost is 80% of the qualifying and negotiated repairs. PR is considered in three categories: restoration -in -kind, replacement -in -kind, and betterments (FHWA Emergency Relief Manual, p.21-25). Restoration -in -kind entails simply getting the facility back to what it was prior to the flood event with no additional features. Replacement -in -kind, however, would be a full replacement of the CR53 bridge and bringing the structure and roadway up to current CDOT (or federal) standards. Betterments refer primarily to adding protective or safety features to the bridge and roadway (e.g., stream instability countermeasures, slope stabilization) but can also include raising or extending the bridge and upgrading culverts. Restoration -in -kind has been completed as part of the ER at the County Road 53 site with the exception of fully restoring the south abutment protection. Eligibility for replacement -in -kind of the bridge is based, according to the FHWA Emergency Relief Manual (p.23), on whether the bridge is structurally deficient. Eligibility is not based on whether the structure can pass the current standard design 100 -year storm event flow (the County Road 53 bridge was only designed to pass the 50 -year storm event flow), or even if it is scour critical (the County Road 53 bridge is an Item 113 Code 3 Scour Critical bridge), both of which were existing pre -flood conditions for the bridge. While the County Road 53 bridge experienced scour in the September flood event, especially at the south abutment, it does not appear to have been damaged structurally. Prior to the event, the bridge had a 74 rating: not deficient. Negotiation with the FHWA could potentially result in federal funding for replacement of the bridge due to its impact on the floodplain. Other factors that could result in federal funding are the significant stretch of the roadway that gets overtopped, the scour damage to the piers and abutments, the roadway not being up to current standards, and the heavy volume of traffic. But it is more likely that betterments such as guide banks, improved abutment protection, and roadway embankment protection would be approved for funding at this site. Giventhe lack of capacity of the bridge to pass the 100 -year flood flow, raising the roadway to the north of the bridge may only cause additional scour and other problems at the bridge as well as cause overtopping to the south. Lengthening the bridge by adding a span (though the abutment would need to be replaced with a pier) or a concrete box culvert is also potentially eligible for funding and, if done properly, will increase the capacity of the crossing. Another betterment that is potentially eligible is to replace the existing concrete box culvert with a larger single -span structure or to add additional relief structures to the north or south of the bridge. Raising the bridge is eligible but may be very expensive for the length of the bridge and not feasible given how the spans are fixed and potentially anchored to the piers. 13 _ AYRES Engineering Services Related to the 2013 Flood Recovery RFQ #81300201 Weld County, Colorado Scope of Work for Sample Project Task 1. Data Collection and Surveying The Ayres Associates team has extensive knowledge of public data sources as well as the necessary capabilities to perform any additional survey work as required by each individual site. We will coordinate closely with the client at the beginning of the project to determine what information the client has available for the structure. Ayres will then collect any regulatory hydraulic models from FEMA, bridge inspection reports, bridge plans, right-of-way maps and any other data that may be necessary for the project. The project team will also coordinate any utility locates necessary for design of the repair plans and can also coordinate potholing services if needed. Survey of the project site will likely be necessary for design of the repair. One possible topographic data source will be the LiDAR data being processed by FEMA and the USGS as part of the post -flood recovery efforts. While the final deliverables are not expected until about May 2014, Ayres Associates has the geospatial capabilities in-house to take the raw LiDAR data and process small, site -specific areas. We will also provide any additional survey required for design of the repairs. We will perform bathymetric survey at each structure and can provide more extensive hydrographic surveying by boat if needed. Task 2. Stream Stability Assessment Ayres Associates geomorphology experts will conduct a rapid stream stability assessment based on field reconnaissance, time -sequence aerial photography, historic streambed measurements from the inspection reports, and the understanding of the rivers' responses to the recent flooding that we have already gained through extensive field assessments conducted all along the Front Range since early October. Along the foothills and on the`, eastern plains, the river channels widened and migrated or shifted their course but much of the flood flow expanded well out onto the wide floodplains. In most cases, the roadway and bridges that crossed the floodplains constricted the flow on the floodplain, resulting in backwater upstream of the roadway ASSOCIATES and bridge, causing roadway overtopping and damage to or destruction of the roadways crossing the floodplain. Contraction flow through bridge openings produced significant scour that exposed and/or damaged the foundations of bridge piers and abutments. This is the case for the overtopping and washout of the WCR53/58A roadway and damage to the south abutment of the WCR53/58A bridge. Although the bridge is 663 feet long, the floodplain width at the roadway crossing is more than 3,500 feet resulting in a significant floodplain constriction. As an additional factor, the relative angle of the WCR53/58A roadway to the floodplain and river channel results in a significant skew of flood flow relative to the bridge opening and roadway, which likely contributed to the major contraction scour at the southern end of the bridge and failure of the abutment slope pavement and the embankment fill behind the south abutment. Many of these problems can be countered by constructing a much wider bridge or including resiliencies such as relief bridges, guidebanks, and scour countermeasures as identified in FHWA's HEC-20 "Stream Stability at Highway Structures" and HEC-23 "Design of Bridge Scour and Stream Instability Countermeasures," which were written by Ayres Associates staff. The buildup of woody debris on bridges was also a major problem during the 2013 flood, especially at the WCR53/58A bridge. This bridge sits much lower than many of the other bridges along the South Platte River and collected a significant amount of debris during the flood. The South Platte River corridor is lined with large cottonwoods, which provide a ready source of large woody debris. The effects of wood debris on pier scour are well - documented in NCHRP Report 653, which was also written by Ayres Associates staff (Lagasse et al. 2010), which also provides guidance on evaluating the potential for debris production and delivery and estimating the potential for debris accumulation. Task 3. Preliminary Design of Repairs and Scour Countermeasures The various components of the repairs and scour countermeasures will include, but may not be limited to: removal of any remnant debris; 14 AIRES Engineering Services Related to the 2013 Flood Recovery RFQ #B1300201 Weld County, Colorado roadway embankment reconstruction and armor to protect the downstream embankment slopes; outlet scour revetment at 53/58B; and abutment spill -through slope reconstruction and armor. Pier scour countermeasures are desirable but may be problematic at this site given the short span length and limited access. A structural retrofit of the piers to transfer the load to new, deeper foundations may be considered, but this solution probably could not be constructed prior to spring runoff. The downstream slopes of the overtopping segments of the roadway should be armored. Culvert outlet scour protection and embankment revetment at 53/58B are required. The oversteepened slope of the north abutment and guidebank should be rebuilt and armored to protect it from scouring flows. The south abutment slope will be reconstructed with compacted fill, armored to protect it from scouring flows, and the substantial remnant scour hole refilled to pre -event contours. All repairs and countermeasures described in this paragraph are achievable with no additional right- of-way acquisition and are not expected to cause significant hydraulic impacts. Additional flood -resiliency features may be desirable that would have significant beneficial hydraulic impacts and may require additional right-of-way. Without a bridge replacement, a south abutment guidebank may be recommended for the existing bridge. Guidebanks reduce the abutment scour potential and are recommended on wide floodplains. Additional construction easments and right-of-way acquisition will likely be necessary to add the south guidebank, but fortunately it would not be required for spring runoff protection. It could therefore be constructed on a later schedule, allowing more time for right-of-way acquisition. All countermeasures will be designed to HEC-23, 3rd edition standards. A bridge replacement would be an ideal solution. The proposed replacement bridge, if funding were'. available, would be designed to limit roadway overtopping and to pass the 100 -year flood event, with drift clearance for the heavy debris load, and withstand the estimated 100 -year scour. The Ayres Associates team will provide preliminary ASSOCIATES plans under this task at a 50% design level. Plans will show recommended scour countermeasures and any other repairs deemed necessary for the overall use and stability of the site. The Ayres team has experience producing construction plans in conformance to CDOT plan production standards and formats. The team will coordinate closely with the County to produce the repair construction plans in an abbreviated format to meet the needs of the project. Standard CDOT details will be used where possible for this project. We understand that CDOT requires plans to be prepared in MicroStation, and we are well -versed in the use of this software. We will identify existing rights -of -way and easements early on during the preliminary design process. We will use this information during the design of any repairs to determine if additional rights -of - way or easements are necessary. Our Colorado licensed surveyor will coordinate closely with the County's right-of-way agent before review by CDOT to minimize issues that could arise during the acquisition or recording process of any additional rights -of -way or easements. As a part of this task, we will develop quantities based on the CDOT Standard Specification pay items, where possible. Cost opinions will be developed based on the detailed quantities, our knowledge of recent local construction projects, and CDOT cost data, latest issue. We anticipate an aggressive schedule early in the project for those sites deemed high priority. Due to the desired completion of design by the end of February 2014, we propose no less than bi-weekly progress meetings with the County. We anticipate an aggressive schedule once the design is complete for the high priority areas but will remain flexible to meet the County's needs for progress meetings for the remaining sites.' Early in the design process, we will identify any utilities for each site and will be available to meet with the utility companies to obtain more information or to begin coordination of relocation of any utility in the way of repair work. 15 AYRES Engineering Services Related to the 2013 Flood Recovery RFQ #B1300201 Weld County, Colorado We will also be available to meet as needed for each site with representatives of CDOT staff pending their involvement at individual sites. If bridge replacement funding becomes available, geotechnical borings will be performed to assist in the foundation design of a new structure. Task 4. Hydraulic Modeling and Scour Analysis Hydraulic modeling of existing and proposed conditions is necessary to validate the adequacy of the proposed repair and scour countermeasures and to verify that the proposed design will be compliant with floodplain regulations. One-dimensional modeling is the current base state -of -practice for hydraulic engineering at bridge crossings. Ayres Associates has substantial experience in 1 -dimensional (HEC-RAS) modeling for floodplain mapping, bridge hydraulic design, and scour analysis. One-dimensional modeling has some disadvantages for the sample project. The hydraulic engineer must incorporate substantial simplifying assumptions in relatively common complex situations present in real -world floodplains. As a result, designs based on 1 -dimensional modeling must incorporate significant conservative assumptions (e.g., rock sizing, design velocities, etc.). One-dimensional models are most suitable to perpendicular crossings, single -opening bridges, relatively narrow floodplains, single -thread streams, and mild constrictions. Two-dimensional modeling, by contrast, is most suitable for conditions where 1 -dimensional modeling assumptions and limitations are not well - met highly skewed floodplain crossings, multiple - opening bridges, multi -thread streams, and very wide floodplains. It has a number of advantages. Complex flow patterns, flow expansion and contraction, ineffective flow areas, flow distribution, and depth -average velocities are calculated directly and are not dependent on simplifying assumptions. More detailed and accurate flow distribution, particularly at multi -thread streams and multiple openings, often results in reduced total project cost and increased flood resiliency. While 2 -dimensional modeling typically requires more topographic data, ASSOCIATES regional LiDAR availability significantly reduces the impact of this issue. This 2 -lane, 662 -foot -long crossing over the Platte River is skewed approximately 40 degrees to the mile -wide floodplain, and more than 45 degrees to the current low -flow channel alignment. The skew results in substantial flow concentration to the south bridge abutment under flood -flow conditions. The flow distribution pattern at the bridge is substantially non -one-dimensional, with transverse flow along the bridge, and with aggressive flow concentration at the south abutment for 100 -year design flow conditions. Large floods produce four flow paths crossing the roadway alignment (the north and south embankment overtopping, the culvert crossing at WCR 53/58B, and the main 662 -foot -long span), all of which increase the degree of conservatism required in a hydraulic or scour countermeasure design when working in a 1 -dimensional context. A 2 -dimensional model will most accurately capture the flow characteristics at this site and can be done within the project time and budget constraints. We are willing to use 1 -dimensional modeling on the sample project but prefer to use 2 -dimensional modeling. We have extensive experience in two- dimensional modeling at bridge crossings, and we are confident that we can successfully use this technique at the sample project site. The hydraulic modeling effort will, at a minimum, require an existing -conditions model and a proposed -conditions model for each design alternative for the design event. These model scenarios are necessary to establish the flooding and hydraulic impacts of any scour countermeasures and bridge modifications necessary for a permanent repair condition. Immediate repair to pass a typical spring runoff without additional damage to the 53/58A crossing can be implemented within the existing right-of-way, will not cause significant hydraulic impacts relative to existing conditions, and can be designed on the basis of the existing conditions model. These impacts will be limited by the proposed designs to the regulatory maximum for this FEMA Zone A floodplain region to prevent regulatory review delays in approving the project. Ayres Associates will potentially model two 16 AWES Engineering Services Related to the 2013 Flood Recovery RFQ #B1300201 Weld County, Colorado permanent design alternatives. The first modifies the existing bridge to improve its resiliency to flooding under design flow conditions with hydraulic scour countermeasures. If it appears that funding may be available for a replacement of the bridge given its age, design limitations, and known scour deficiencies, a second proposed conditions model will be developed to simulate the effects of a bridge replacement. Scour depths will be predicted for the worst -case conditions up to and including the 100 -year flood for the existing bridge and for any proposed hydraulic countermeasure scenarios and for the bridge replacement design, if relevant, using the methods recommended in HEC-18, 5'h edition (which was written by Ayres Associates). We will apply our extensive depth of knowledge in the field of bridge scour to quickly and accurately assess the scour potential at this bridge considering the proposed countermeasure concepts. This task will be conducted concurrently with the development and review of the preliminary design of the repair and the countermeasures. The modeling and scour analysis will be used to validate the preliminary design so that necessary adjustments (size of riprap, revetment toe -downs, etc.) can be made in the final design task. Task 5. Final Design Once the hydraulic and scour analysis are complete and review comments have been received from the County on the preliminary design submittal, Ayres will address any County comments and questions and provide a set of final, bid -ready construction plans and specifications. The Ayres team has used the CDOT Standard Specifications for many projects. The latest version of the CDOT Standard Specifications will be used for this project. If required by the project, project - specific special provisions to supplement the CDOT Standard Specifications will be provided as part of the bid documents. Pay items will be defined per CDOT Standard Specifications wherever possible. We will assist the County with questions that may arise during the bidding process. Sample Project Schedule Spring runoff for the Little Thompson, Big Thompson, Cache La Poudre, St Vrain, and South Platte rivers typically starts in May, peaks in June, and returns to normal base flows by August. If March and April are unusually warm, runoff could begin earlier than normal. To protect priority facilities by the beginning of spring runoff, construction should ideally be completed by May 1. ASSOCIATES Ayres will facilitate a faster timeframe by performing the hydraulic modeling in conjunction with the preliminary design phase instead of prior to the design phase. Ayres will use the Bureau of Reclamation 2 -dimensional model SRH for the hydraulic modeling at County Road 53. Ayres has the experience with SRH to make the 2 -dimensional modeling much more efficient and useful at this complex site than the typical 1 -dimensional modeling. The anticipated schedule milestones for the sample project are indicated below. These milestones are for repairs to the crossing that would not include replacement of the bridge. If the decision is made to pursue a bridge replacement based on available funding, then the minimum repairs necessary to protect the bridge during spring runoff would be implemented according to the milestones below, and the design process for the bridge replacement would continue into the summer of 2014. Project Phase Completion Date Contract Award January 8 Data Collection January 17 Preliminary Design February 14 Hydraulic Modeling February 14 County Review February 21 Final Design February 28 Bid Selection March 14 Construction May 1 Estimated Man Hours by Task for Sample Project Task 1 16 hrs Engineer/10 hrs Survey Task 2 16 hrs Engineer/Geologist Task 3 100 hrs Engineer Task 4 120 hrs Engineer Task 5 120 hrs Engineer/Scientists 17 Project Control Ayres' thorough hydraulic analysis and geomorphic assessment will feed into the completion of the most highly cost-effective design. The use of Microstation as part of CDOT requirements, as well as having the LiDAR and updated bathymetry data, allows for use of the 3 -dimensional design process for the scour countermeasures. Here we are referring to 3 -dimensional visualization within the Microstation environment. The 3 -dimensional design process produces more accurate quantities and enhances our ability to anticipate construction problems during the design phase as opposed to during construction when these problems cause delays and higher costs. Overall, the visualization of the 3 -dimensional design process allows for a much better vision of the final product than the conventional design process, and Ayres can perform it as cost effectively as a conventional design. We are confident that our approach will lead to a cost-effective project. Ayres, as stated elsewhere in this proposal, is very familiar with and helped write many of the FHWA manuals for highways in the river environment, especially HEC-18, HEC-20, and HEC-23, which provide the accepted guidelines for the evaluation of bridges and roadways in the river environment as well as the accepted design guidelines for the design of scour countermeasures. Ayres is committed to following these federal guidelines as well as the CDOT design guidelines where they coincide with and supersede the FHWA guidelines. The Ayres Associates' quality plan encompasses the following areas: Quality control: QC activities are performed continually to verify that project management and deliverables are of high quality and meet your quality standards. Some examples of these activities are developing step-by-step process and procedures sheets for field and office tasks; ensuring 100% deliverable review by the team leader, reviewing supervisor, and confirming engineer; and providing weekly status reports to the County project manager. Quality assurance: QA activities focus on the processes used to manage and provide the methods used to evaluate overall project performance. Our QA activities ensure that the project will satisfy your standards and will define and record quality reviews and client feedback. Examples of some of these activities include office quality reviews, field quality reviews, external peer reviews, and client reviews. Project deliverables and acceptance criteria: Project team members and all subconsultants will agree at the project planning stage on the processes and major acceptance criteria that will be used to evaluate reports before they are formally approved. Documents used to meet these goals include the deliverable submittal checklist to prevent administrative errors in submittals. ° Quality of subcontractors and vendors: Work completed by subconsultants and vendors will be reviewed as part of the QA process. These team members will be held to the same high standards as Ayres Associates. 18 u N W c w_ Co-fi w w F, a mX ._- w dower a Lo rot ct wN w_ > O O LO Co Co CO 03 Co CO O co co M LO CO CO O CO CO CO m M K v w W Y 0 0 —En .¢--_....-.Ji_ 2 Q �. a¢r' Kn' an' L a w _.. ___7 __..1._ n 0 k a., I w31 "1- 1 F- o 0-oi1 >eww 0 -Lo 1 w= 1 xm 1 1 I 1 1 10 CD CO M O W M N Co CO co co en CoLO CO V M a Co M en Co M CO CO CO M 1 1 1 1 1 I I C + v ' 1 1 1 u.z- 1 v XS 1! w a¢ p, C r rcl K n w �'+. - aw Cr a C' II •. WV i Thi; y_._.._J 'JO.] or / c o; Q ✓r OR REMOV P BED PLACING RI fi 0 a 7, �{ti'I 2 E a -n ,4 r - DO NOT D COBBLE L MATERIAL i II) N K W b E;' OfX U= co W cn cn ON --- 0 w w a. a z.. EXHIBIT C WORK ORDER FORM PURSUANT TO AN AGREEMENT BETWEEN WELD COUNTY AND DATED: Work Order Number: Project Title: Commencement Date: + Completion Date: Limitations on compensation: Not to exceed Professional agrees to perform the services The attached forms are hereby accepted and identified above and on the attached forms in incorporated herein, by this reference, and accordance with the terms and conditions Notice to Proceed is hereby given. contained herein and in the Professional Services Agreement between the parties. In the event of a conflict between or ambiguity in the Weld County terms of the Professional Services Agreement and this work order (including the attached By: forms) the Professional Services Agreement Project Manager shall control. Date: Professional Services Company By: County Engineer By: Date: Title: By: Director of Public Works Date: Date: AVRES ASSOCIATES AYRES ASSOCIATES INC PROFESSIONAL SERVICES RATE January 2014 — December 2014 PERSONNEL 2014 Principal Engineer/Senior Associate 190.00 Senior Engineer 170.00 Senior Project Manager 155.00 Project Manager 135,00 Senior Scientist 140.00 Project Engineer III 140.00 Project Engineer II 130.00 Project Engineer I 115.00 Engineer*/Scientist 95.00 Engineering Technician 70.00 Construction Resident 70.00 Licensed Surveyor 85.00 Party Chief 70.00 Survey Technician 55.00 Two -Man Survey Crew 125.00 Senior CADD Technician 95.00 CADD Technician 75.00 Word Processor/Technical Editor/Contract Administrator 75.00 Clerical/Billing Clerk 55.00 *Graduate Engineer without P.E. license **Deposition and Litigation - 50% surcharge on hourly rates *College graduate in engineering, but not yet licensed Direct charges including, travel costs, rental costs, and other direct project costs, will be invoiced at actual cost or based on rates set forth in the attached standard rate schedule. All rates are subject to revision on an annual basis. 3665 JFK Parkway, Building 2, Suite 200, Fort Collins, Colorado 80525 (970) 223-5556, (970) 223-5578 FAX www.AyresAssociates.com 2o14RATEs-CO-REV. Doc Page 3 of 3 Exhibit D ADDENDUM TO CONTRACT FEDERAL EMERGENCY MANAGEMENT AGENCY'S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS This is an addendum to the 'Emergency Transportatio Civil/St uctural Engineering Services Related to the 2013 Flood' Contract between ` ��Sy, �, . (the "Contract Professional"), and Weld County, (the "Count ') The parties acknowledge that the above -referenced contract is subject to the provisions of 44 CFR § 13.36 and the Robert T: Stafford Disaster Relief and Emergency Assistance Act (42 U.S.C. 5121 et seq.). This addendum is hereby expressly incorporated into the Agreement between County and the Contract Professional. To the extent that the terms of the Agreement and this Addendum conflict, the terms of this Addendum shall control. Nothing in this Addendum shall be construed as making this Agreement contingent upon a Presidential disaster declaration or FEMA's approval or obligation of funds. The following provisions are hereby added and incorporated into the above -referenced Agreement: 1. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE (applicable to all construction contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees; 44 CFR§13.36()(3)) Contract Professional agrees to comply with Executive Order 11246 of September 24, 1965, entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR Part 60). 2. ANTI -KICKBACK ACT COMPLIANCE (applicable to all contracts and subgrants for construction or repair; 44 CFR§13.36(i)(4)) Contract Professional agrees to comply with the Copeland "Anti -Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3). 3. ACCESS TO RECORDS A) Contract Professional agrees to provide County, the Federal Emergency Management Agency, (hereinafter referred to as "FEMA"), the Comptroller General of the United States or any their authorized representatives access to any books, documents, papers, and records of Contract Professional which are directly pertinent to this Agreement for the purposes of making audits, examinations, excerpts and transcriptions. 44 CFR§ 13.36(i)(10). B) Contract Professional agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. Page 1 of 7 �i�- W7 C) Contract Professional agrees to maintain all books, records, accounts and reports required under this Agreement for a period of not less than three years after the later of: (a) the date of termination or expiration of this Agreement or (b) the date County makes final payment under this Agreement, except in the event of litigation or settlement of claims arising from the performance of this Agreement, in which case, Contract Professional agrees to maintain same until the County, FEMA, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. 44CFR §13.36(i)(11). 4. CONTRACT WORK HOURS AND SAFETY STANDARDS (applicable to construction contracts awarded by grantees and subgrantees in excess of $2,000, and in excess of $2500 for other contracts which involve the employment of mechanics or laborers; 44 CFR §13.36(1)(6)) Contract Professional agrees that it shall comply with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by Department of Labor regulations (29 CFR Part 5), which are incorporated herein. 5. NOTICE OF REPORTING REQUIREMENTS A) Contract Professional acknowledges that it has read and understands the reporting requirements of FEMA stated in 44 CFR § 13.40 et seq., 13.50-13.52 and Part III of Chapter 11 of the United States Department of Justice's Office of Justice Programs Financial Guide, and agrees to comply with any such applicable requirements. B) Contract Professional agrees to include the above clause in each third party subcontract financed in whole or in part with Federal assistance provided by FEMA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions 6. PATENT RIGHTS (applicable to contracts for experimental, research, or development projects financed by FEMA; 44 CFR §13.36(1) (8)) A) Generally, if any invention, improvement, or discovery is conceived or first actually reduced to practice in the course of or under this Agreement, and that invention, improvement, or discovery is patentable under the laws of the United States of America or any foreign country, County and Contract Professional agree to take actions necessary to provide immediate notice and a detailed report to FEMA. B) Unless the Government later makes a contrary determination in writing, irrespective of Contract Professional's status (a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual), County and Contract Professional agree to take the necessary actions to provide, through FEMA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 CFR, Part 401. Page 2 of 7 C) Contract Professional agrees to include paragraphs A and B above in each third party subcontract for experimental, developmental, or research work fmanced in whole or in part with Federal assistance provided by FEMA. 7. NOTICE OF REQUIREMENTS PERTAINING TO COPYRIGHTS A) Contract Professional agrees that FEMA shall have a royalty -free, nonexclusive, and irrevocable license to reproduce, publish or otherwise use, and to authorize others to use, for government purposes: (1) The copyright in any work developed with the assistance of funds provided under this Agreement; (2) Any rights of copyright to which Contract Professional purchases ownership with the assistance of funds provided under this Agreement. q4 CFR § 13.34, 13.36(i)(8)-(9). B) Contract Professional agrees to include paragraph A above in each third party subcontract financed in whole or in part with Federal assistance provided by FEMA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 8. ENERGY CONSERVATION REQUIREMENTS A) Contract Professional agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 44 CFR § 13.36(i)(13). B) Contract Professional agrees to include paragraph A above in each third party subcontract financed in whole or in part with Federal assistance provided by FEMA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 9. CLEAN AIR AND WATER REQUIREMENTS (applicable to all contracts and subcontracts in excess $100,000, including indefinite quantities where the amount is expected to exceed $100,000 in any year; 44 CFR §13.36(i)(12)) A) Contract Professional agrees to comply with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations.(40 CFR Part 15). B) Contract Professional agrees to report each violation of these requirements to County and understands and agrees that County will, in turn, report each violation as required to assure notification to FEMA and the appropriate EPA regional office. C) Contract Professional agrees to include paragraph A and B above in each third party subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FEMA. Page 3 of 7 10. TERMINATION FOR CONVENIENCE OF COUNTY (applicable to all contracts in excess of $10,000; 44 CFR §13.36(i)(2)) A) County shall have the option, in its sole discretion, to terminate this Agreement, at any time during the teen hereof, for convenience and without cause. County shall exercise this option by giving Contract Professional written notice of termination. The notice shall specify the date on which termination shall become effective. B) Upon receipt of the notice, Contract Professional shall commence and perform, with diligence, all actions necessary on the part of Contract Professional to effect the termination of this Agreement on the date specified by County and to minimize the liability of Contract Professional and County to third parties as a result of termination. All such actions shall be subject to the prior approval of County. Such actions shall include, without limitation: (1) Halting the performance of all services and other work under this Agreement on the date(s)and in the manner specified by County. (2) Placing no further orders or subcontracts for materials, services, equipment or other items. (3) Terminating all existing orders and subcontracts. (4) At County's direction, assigning to County any or all of Contract Professional's right, title, and interest under the orders and subcontracts terminated. Upon such assignment, County shall have the right, in its sole discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts. (5) Subject to County's approval, settling all outstanding liabilities and all claims arising out of the termination of orders and subcontracts. (6) Completing performance of any services or work that County designates to be completed prior to the date of termination specified by County. (7) Taking such action as may be necessary, or as County may direct, for the protection and preservation of any property related to this Agreement which is in the possession of Contract Professional and in which County has or may acquire an interest. C) Within 30 days after the specified termination date, Contract Professional shall submit to County an invoice, which shall set forth each of the following as a separate line item: (1) The reasonable cost to Contract Professional, without profit, for all services and other work County directed Contract Professional to perform prior to the specified termination date, for which services or work County has not already tendered payment. Reasonable costs may include a reasonable allowance for actual overhead, not to exceed a total of 10%, of Contract Professional's direct costs for services or other work. Any overhead allowance shall be separately itemized. Contract Professional may also recover the reasonable cost of preparing the invoice. Taking such action as may be necessary, or as County may direct, for the protection and preservation of any property related to this Agreement which is in the possession of Contract Professional and in which County has or may acquire an interest. (2) A reasonable allowance for profit on the cost of the services and other work described in the immediately preceding subsection (1), provided that Contract Professional can establish, to the satisfaction of County, that Contract Professional would Page 4 of 7 have made a profit had all services and other work under this Agreement been completed, and provided further, that the profit allowed shall in no event exceed 5% of such cost. (3) The reasonable cost to Contract Professional of handling material or equipment returned to vendor, delivered to the County or otherwise disposed of as directed by the County. D) In no event shall County be liable for costs incurred by Contract Professional or any of its subcontractors after the termination date specified by County, except for those costs specifically enumerated and described in the immediately preceding subsection (C). Such non- recoverable costs include, but are not limited to, anticipated profits on this Agreement, post -termination employee salaries, post -termination administrative expenses, post -termination overhead or unabsorbed overhead, attorneys' fees or other costs related to the prosecution of a claim or lawsuit, prejudgment interest, or any other expense which is not reasonable or authorized under such subsection (C). E) In arriving at the amount due to Contract Professional under this Section, County may deduct: (1) All payments previously made by County for work or other services covered by Contract Professional's final invoice; (2) Any claim which County may have against Contract Professional in connection with this Agreement; (3). Any invoiced costs or expenses excluded pursuant to the immediately preceding subsection (d); and (4) In instances in which, in the opinion of the County, the cost of any service or other work performed under this Agreement is excessively high due to costs incurred to remedy or replace defective or rejected services or other work, the difference between the invoiced amount and County's estimate of the reasonable cost of performing the invoiced services or other work in compliance with the requirements of this Agreement. F) County's payment obligation under this Section shall survive termination of this Agreement. 11. TERMINATION FOR DEFAULT Contract Professional's failure to perform or observe any term, covenant or condition of this document (Federal Emergency Management Agency's Emergency Management Performance Grant Program Requirements for Procurement Contracts) shall constitute an event of default under this Agreement. A) Each of the following shall also constitute an event of default ("Event of Default") under this Agreement: (1) Contract Professional fails or refuses to perform or observe any other term, covenant or condition contained in this Agreement, and such default continues for a period of ten days after written notice thereof from County to Contract Professional. (2) Contract Professional (a) is generally not paying its debts as they become due, (b) files, or consents by answer or otherwise to the filing against it of a Page 5 of 7 petition for relief or reorganization or arrangement or any other petition in bankruptcy or for liquidation or to take advantage of any bankruptcy, insolvency or other debtors' relief law of any jurisdiction, (c) makes an assignment for the benefit of its creditors, (d) consents to the appointment of a custodian, receiver, trustee or other officer with similar powers of Contract Professional or of any substantial part of Contract Professional's property or (e) takes action for the purpose of any of the foregoing. (3) A court or government authority enters an order (a) appointing a custodian, receiver, trustee or other officer with similar powers with respect to Contract Professional or with respect to any substantial part of Contract Professional's property, (b) constituting an order for relief or approving a petition for relief or reorganization or arrangement or any other petition in bankruptcy or for liquidation or to take advantage of any bankruptcy, insolvency or other debtors' relief law of any jurisdiction or (c) ordering the dissolution, winding -up or liquidation of Contract Professional. B) On and after any Event of Default, County shall have the right to exercise its legal and equitable remedies, including, without limitation, the right to terminate this Agreement or to seek specific performance of all or any part of this Agreement. In addition, County shall have the right (but no obligation) to cure (or cause to be cured) on behalf of Contract Professional any Event of Default; Contract Professional shall pay to County on demand all costs and expenses incurred by County in effecting such cure, with interest thereon from the date of incurrence at the maximum rate then permitted by law. County shall have the right to offset from any amounts due to Contract Professional under this Agreement or any other agreement between County and Contract Professional all damages, losses, costs or expense incurred by County as a result of such Event of Default and any liquidated damages due from Contract Professional pursuant to the terms of this Agreement or any other agreement. C) All remedies provided for in this Agreement may be exercised individually or in combination with any other remedy available hereunder or under applicable laws, rules and regulations. The exercise of any remedy shall not preclude or in any way be deemed to waive any other remedy. Except as modified herein, all terms and conditions of the existing contract between the parties remain in full force and effect. CONTRACT PROFESSIONAL: By: \Jt -past Title: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Page 6 of 7 ATTEST: BY: Weld County Clerk to the Deputy Cle to the Board „Dn Douglasademach Chair, � JAN 1 3 2014 Page 7of7 ACORD® CERTIFICATE OF LIABILITY INSURANCE D01/14/2 14Y) 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 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 1-715-301-9330 Arthur J. Gallagher Risk Management Services, Inc. 500 1st Street, Suite 1100 Wausau, WI 54403 BILL SAILER CONTACT Kathy Kraus PHONE 715-301-9330 IFAX (A/C715-301-9326 (A!C.No Eat): , Not: E-MAILDDRESS: Kathy Kraus@AJG.com INSURER(S) AFFORDING COVERAGE NAIC It INSURER A: TRAVELERS IND CO OF AMER 25666 INSURED AYRES ASSOCIATES INC PO BOX 1590 EAU CLAIRE, WI 54702-1590 INSURER B: TRAVELERS PROP CAS CO OF AMER 25674 INSURER C TRAVELERS IND CO OF CT 25682 INSURERO: INSURERS INSURER F : 38146126 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. ILTR TYPE OF INSURANCE ADOL INSR SUER MID POLICY NUMBER POLICY EFF IMMIDD/YYTY) POLICY EXP (MMIDD/YYYYI LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY P- 630-2183P260-TIA-14 01/01/14 01/01/15 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 I CLAIMS -MADE X OCCUR PERSONAL&ADVINJURY $ 1,000,000 GENERAL AGGREGATE $ 2.000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 GEN'LAGGRE�GGA'T'jjELIMIT APPLIES PER: POLICY I ( PRO- )fl LOC $ B AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED •"' SCHEDULED P-810-3790P125-TIL-14 01/01/1,41 01/01/15 COMET EDidentI SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY TntDAMAGE (Per ) $ $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE PSM-CUP-3790P149-TIL-14 01/01/14 01/01/15 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ DED 1K I RETENTION $ 0 B C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below YIN N N!A PJ-UB-2528P88-1-14 (ADS) PE-UB-2522P94-4-1 (FL & 01/01/14 WI)01/01/14 01/01/15 01/01/15 XITORYLIMITSI jOER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE -POLICY LIMIT $ 500, 000 DESCRIPTION OF OPERATIONS! LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more apace Is required) CERTIFICATE HOLDER CANCELLATION WELD COUNTY PUBLIC WORKS 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 ACORD 25 (2O101O5) kathywau 38146126 © 1988.2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AYREASS-01 RSAUER DATE (MMIDD/YYVY) ."%R� CERTIFICATE OF LIABILITY INSURANCE 1/14/2014 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 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 Johnson Insurance Madison 525 Junction Road Madison, WI 53717 INSURED Ayres Associates Inc 3433 Oakwood Hills Pkwy Eau Claire, WI 54701 CONTACT Mary Jo Nowak NAME: PHONE , Ext(608) 203-3880 rat, E-MAIL ADDREninnowak@johnsonins.com mnowak@johnsonins.com INSURER(S) AFFORDING COVERAGE INSURER A : Continental Casualty Co INSURER B FAX (877) 254-8586 (AlC. NAIC # 20443 INSURER C : INSURER D : INSURER E INSURER F 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 POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILjR TYPE OF INSURANCE ADDL SUER MD_ POLICY NUMBER POLICY EFF IMM/DD/YYYY) POLICY EXP (MMIDD/YYYY) LIMITS GENERAL LIABILITY A.B.B. EACH OCCURRENCE S C CLAIMS -MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ GEM. �-r ITl LOC $ POLICY I { .. LIABILITY COAss•_EDt) INGLE LIMIT MBINAUTOMOBILE $ AUTO BODILY INJURY (Per person) $ A ANY ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ A AUTOS A AUTOSNON-O�ED PROPERTY DAMAGE (PER ACCIDENT) $ H HIRED AUTOS AUTOS $ UMBRELLA LIAB OCCUR EACH OCCURRENCE s EXCESS LIAB �- CLAIMS -MADE AGGREGATE $ DED RETENTIONS_ $ WORKERS COMPENSATION l WC STATU- l I TORY LIMITS OTH- ER AND EMPLOYERS' LIABILITY N ANY PROPRIETOR/PARTNERIEXECUTIVE YIN E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory In NH) NIA E.L. DISEASE - EA EMPLOYEE $ if yes, describe under D Professional Liab Professional Liab AEH254025050 AEH254025050 6/30/2013 6/30/2013 6/30/2014 6/30/2014 Each Claim 5,000,000 Aggregate 5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) CERTIFICATE HOLDER CANCELLATION Weld County Public Works 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. AUTHORIZED REPRESENTATIVE © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & ATKINS NORTH AMERICA, INC FOR (SEPTEMBER 2013 FLOOD RECOVERY PROJECTS) (WORK ORDER TYPE) THIS AGREEMENT is made and entered into this J day of i 1 ctr 2014, by and between the County of Weld, a body corporate and politic of the State of Colo : do, by and through its Board of County Commissioners, whose address is 1150 `O' Street, Greeley, Colorado 80631 hereinafter referred to as "County;' and ATKINS NORTH AMERICA, a corporation whose address is 4601 DTC Blvd., Suite 700, Denver Co. 80237, hereinafter referred to as"Contract Professional Introduction. This Agreement is entered into by Weld County to secure professional engineering services to assist in Weld County's repair of its roads and bridges which were damaged by the 2013 floods. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A, B, C and D, each of which forms an integral part of this Agreement and are specifically incorporated herein by this reference. Exhibit A consists of County's Request for Qualifications (RFQ) and Contract Professional response to RFQ as set forth in "Proposal Package No. B1300201". The RFQ contains all of the general requirements of County. Exhibit B consists of County Request for Proposal (RFP) and Contract Professional's Response to County's RFP. The RFP contains all of the specific requirements of County. The Response confirms Contract Professional's obligations under this Agreement. Exhibit C consists of Contract Professional's fee schedule and sample Work Order Form. Weld County will negotiate Contract Professional's scope of work and associated costs for each of the road and bridge sites assigned. Exhibit 0, titled Federal Emergency Management Agency's Grant Program Requirements for Procurement Contracts, contains those Federal requirements which govern the services to be provided to County by Contract Professional. Contract Professional agrees to adhere to all stated requirements WITNESSETH: WHEREAS, County desires to retain Contract Professional as an independent contractor to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the time available to timely perform the services, PROFESSIONAL ENGINEERING SERVICES AGREEMENT— FLOOD RELATED Page I o?�l e//7 and is willing to perform the services according to the terms of this Agreement. NOW THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Engagement of Contract Professional. County hereby retains Contract Professional, and Contract Professional hereby accepts engagement by County upon the terms and conditions set forth in this Agreement. 2. Services to be Performed. County and Contract Professional acknowledge and agree that each document listed above is an integral component of this Agreement, and consent and agree that Countys requirements are accurately reflected in Exhibit A and Contract Professional's willingness and ability to meet those requirements are accurately reflected in Exhibit B. Contract Professional acknowledges that any form requiring completion shall be completed to the satisfaction of County at the time and in the manner required by County. Contract Professional further acknowledges that a failure to comply with the standards and requirements of Exhibits A, B, C, and D may result in County's decision to withhold payment or to terminate this Agreement. Contract Professional acknowledges that County's award of the bid is predicated in part upon Contract Professional's agreement to provide the services within the time set forth in Exhibits A and B, and that a failure to provide those services within that time may result in County's refusal to pay the Compensation. The parties agree that this Agreement shall be supplemented with specific work orders issued by County requesting Contract Professional to undertake specific project(s) and that all work undertaken by Contract Professional shall be subject to the provisions of this Agreement, (including Exhibits A, B, C, and D), and the work order. 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 ProfessionaPs completion of the responsibilities described in Exhibits A, B, C, and D. In no event shall this Agreement continue beyond one year from County's execution of the Agreement unless the parties specifically agree to a continuation in writing. 4. Compensation. A. County agrees to pay Contract Professional for services performed as established in forthcoming work orders and at the rate set forth in Exhibit C. Charges shall be based on the time actually spent performing the services. B. Mileage may be reimbursed at the current rate established by Federal regulation. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. C. 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. PROFESSIONAL ENGINEERING SERVICES AGREEMENT - FLOOD RELATED Page 2 D. Payment for services and all related expenses under this Agreement shall not exceed the amount set forth in the negotiated work orders. 5. Additional Work. In the event 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 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 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. Independent Contractor. Contract Professional shall perform its duties hereunder as an independent contractor and not as an employee. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Neither Contract Professional nor any agent or employee of Contract Professional shall be deemed to be an agent or employee of County. Contract Professional and 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 (b) provide proof thereof when requested to do so by County. 7. 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. This includes, but is not limited to, reports, data, plans, drawings, records and computer files. 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 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. 8. Termination Provisions. A. County has the right to terminate this Agreement, on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice, upona material breach of the terms of the Agreement. However, nothing herein PROFESSIONAL. ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Pate 3 shall be construed as giving Contract Professional the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to County. B. If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials 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 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. C. 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:' D. Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed as described herein. 9. Warranty. Contract Professional warrants that 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 shall faithfully perform the work in accordance with the standards of care, skill, training, diligence and judgment provided by highly competent individuals and entities that perform services of a similar nature to those described in this Agreement including Exhibits A, B, C, and D. 10. 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 services. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of covenant 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; and 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 County of, or payment for, any services performed PROFESSIONAL ENGINEERING SERVICES AGREEMENT— FLOOD RELATED Page 4 under this Agreement shall not be construed as a waiver of any of County's rights under this Agreement or under the law generally. 11. Insurance and Indemnification. 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 Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. Contract Professional shall defend, indemnify and save harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character brought because of Contract Professional's, errors or omissions in seeking to perform its obligations under this Agreement. 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 negligent performance of its obligations under this Agreement or its failure to comply with the provisions and requirements of this Agreement and any work order arising hereunder, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. County may retain as much of any moneys due Contract Professional under any this Agreement as may be determined by it to be in the public interest. By execution of this Agreement, Contract Professional has agreed to secure and maintain the insurance required. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Insurance Requirements A. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of this Agreement, the following insurance covering all operations, goods or services provided pursuant to this Agreement. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, during any warranty period, and for three (3) years after termination of the Agreement. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "AVIII 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 Public Works 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 Contractor/Contract Professional. Contractor/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contractor/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. Contractor/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. PROFESSIONAL ENGINEERING SERVICES AGREEMENT— FLOOD RELATED Page 5 B. Types of Insurance: Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: a. Workers' Compensation Insurance as required by state statute, and Employee's Liability Insurance covering all of Contractoi'sContract Professional's employees acting within the course and scope of their employment. b. Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: i. $1,000,000 each occurrence; ii. $2,000,000 general aggregate; iii. $2,000,000 products and completed operations aggregate; iv. $50,000 any one fire; and v. $500,000 errors and omissions. C. Automobile Liability: Contractor/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. D. Additional Provisions: a. Policies for all general liability, excess/umbrella liability, liquor liability and pollution liability must provide the following: i. If any aggregate limit is reduce by twenty-five percent (25%) or more by paid or reserved claims, Contractor shall notify County within ten (10) days and reinstate the aggregates required; ii. Unlimited defense costs in excess of policy limits; iii. Contractual liability covering the indemnification provisions of this Agreement; iv. A severability of interests provision; v. Waiver of exclusion for lawsuits by one insured against another; vi. A provision that coverage is primary; and vii. A provision that coverage is non-contributory with other coverage or self- insurance provided by County. b. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Pane 6 E. Contractors/Contract Professionals shall secure and deliver to County's Risk Administrator ('Administratof) 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. F. Proof of Insurance: Contractor/Contract Professional shall provide a copy of this information to its insurance agent or broker, and shall have its agent or broker provide proof of Contractor/Contract Professional's required insurance on www.lns-Cert.com and link the information to County. County reserves the right to require Contractor/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. G. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. H. Subcontractors: All subcontractors, subcontractors, independent contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. I. A provider of Professional Services (as defined in the Bid or RFP) shall provide the following coverage: Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $2,000,000 aggregate limit for all claims. 12. Non -Assignment. Contract Professional may not assign or transfer this Agreement, any interest therein or claim hereunder, without the prior written approval of County. Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior written consent of County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 13. Time of the Essence. Time is of the essence in each and all of the provisions of this Agreement. 14. Examination of Records. Beginning ninety (90) days after County makes final payment under this Agreement, County shall have access to Contract Professional's financial PROFESSIONAL ENGINEERING SERVICES AGREEMENT— FLOOD RELATED Page 7 records as they relate to this Agreement for purposes of audit. Contract Professional agrees that any duly authorized representative of County, including the County Auditor, shall, until the expiration of five (5) years after the final payment under this Agreement, have access to and the right to examine and audit any books, documents, papers and records of Contract Professional, involving transactions related to this Agreement. 15. 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. 16. Notices. Any notice required to be given under this Agreement shall be in writing and shall be mailed or delivered to the other party at that partYs address as stated above. 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 David Bauer, Director, Weld County Department of Public Works, or his designee. 17. 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. 18. 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. 19. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto. (each of which is specifically incorporated herein) contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiation, representation, and understanding 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. 20. 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. By execution of this Agreement, County does not warrant that funds will be available to fund this Agreement beyond the current fiscal year. 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. 21. Employee Financial Interest/Conflict of Interest. C.R.S. $§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. Contract Professional has no interest and shall not acquire any PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 8 interest direct or indirect, which would in any manner or degree with the performance of Contract Professional's services and Contract Professional, shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflict 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. 22. 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. 23. 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-I0- 101 et seq., as applicable now or hereafter amended. 24. 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. 25. 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. 26. 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. 27. Public Contracts for Services. C.R.S. §8-17.5-101. Contract Professional certifies that Contract Professional is not an illegal immigrant. 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 and will confirm the employment eligibility of all employees who are PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 9 newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the Department 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 sub -contractor that fails to certify with Contract Professional that the sub -contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional (a) shall not use E -Verify Program or Department program procedures.to undertake pre -employment screening or job applicants while this Agreement is being performed, (b) shall notify the sub- contractor and Weld County within three (3) days that Contract Professional has actual knowledge that a sub -contractor is employing or contracting with an illegal alien and (c) shall terminate the subcontract if a sub -contractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice, and (d) 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 Department program, 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 Department 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 damages. 28. Compliance with Colorado Department of Transportation Regulations and Standards Contractor 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 Contractor under this Agreement, and Contractor agrees to meet or exceed all standards set by these publications. Contractor 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. 29. 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. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date and year written above. CONTRACT PROFESSIONAL: ATTEST: Name: By: SEAL (if any) I (Name and Title) FEIN: 5C? /i 8- PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page I 0 The foregoing instrument was acknowledged before me this 1 3-fi`day of C1/4r- inc, (name), as V ce ft PS c Nk (\ A-- , IBS fir\ A\-\J:rar cr• /�C . (Company name) My commission expires on: c. is -1(a HEATHER L BROWNING ( NOTARY PUBLIC, STATE OF COLORADO My Comm. Expires Jun. 5, 2016 ATTEST: 4 Weld County Clerk to the Bo BY• Deputy Cler to the Board , 2014, by le) of Notary Public BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO fljot.lo (9011/13 ouglks Rademacher, hair JAN 1 3 2014 PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 1 I /9- e//7 EXHIBIT A RFQ #B1300201 Request for Qualifications Engineering Services related to the 2013 Flood Recovery Purpose The Weld County Public Works Department is seeking qualifications submittals from qualified vendors for Engineering Services related to the September 2013 Flood Recovery. The requested services may include Topographic and ROW Surveying, Roadway or Bridge Repair Design Drawings, Structural Inspection, Hydrology and Hydraulic Analysis, Environmental Clearances, Preparation of Contract Bid Documents, and Construction Inspection. Weld County will use this information to select a minimum of 5 most qualified consulting firms. Maps and other details pertaining to the Project Sites and the damage to Weld County facilities will be provided to the selected consultants, along with a request for proposals. The selected consultants will perform a variety of engineering functions for which they must demonstrate qualifications. Work is to be conducted in close coordination with County Public Works staff and will include but not be limited to: • Structures inspections and design engineering to repair flood damage to County transportation facilities including structures and roadways impacted by the September 2013 Flood. • Report to the Public Works Department on engineering needs within each specified Project Site. • Completion of information required by FEMA to fill out FEMA Project Worksheets for each Project Site which includes cost estimates for work required to restore site to permanent condition and any additional mitigation that could help prevent future flooding damage. • Engineering design and an abbreviated set of construction plans as directed for repair and/or replacement of County road and bridge facilities designed in accordance with Weld County Standards and meeting either FEMA or FHWA design standards and clearances. • Bid documents as directed, for advertisement of improvements in a manner that meets the reimbursement requirements of either FEMA or FHWA. • Environmental, historical, land use and ROW clearances as required by FEMA or FHWA. • Construction engineering and inspection services for Federal -funded construction projects as directed. All work will be completed on an as -needed basis with a negotiated scope of work as directed by the Public Works Department. Project Schedule (Anticipated) • RFQ Advertisement Issued • Qualifications Due at Purchasing • Shortlist by • Pre -proposal Meeting • RFP Issued RFQ Selection Criteria December 2, 2013 December 11, 2013 (10:00 AM) December 16, 2013 December 18, 2013 December 19, 2013 Consultants shall limit the total length of their submittal to a maximum of 20 pages, excluding cover and divider. Proposals greater than 20 pages will be rejected. Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the qualifications submittals. 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 QUALIFICATION STANDARD 5.0 Project Team Qualifications, years of relevant experience, and proven abilities of key team personnel. Experience on similar projects as a working team. 5.0 Overall Firm Capabilities Firm's size in relation to the project size, organizational structure, production facilities, and assets. Capabilities of sub -consultants which will be a part of the project team. 4.0 Performance on Similar Projects Demonstrated ability to produce successful results, meet projects schedules, meet project budgets, and fulfill project goals on similar projects. 3.0 Work Location/Familiarity Project team's work location relative to the project site location. Key team members familiarity with Weld County and the goals of the Department. 3.0 Project Approach The firm has described a logical approach towards ensuring a successful completion of the project. The firm has demonstrated a clear understanding of the project. #B1300201 - QUESTIONS & ANSWERS FOR THE RFQ/ENGINEERING SERVICES FOR 2013 FLOOD 1) The type of response is listed as hardcopy only, but in the summary it lists we are allowed to email our qualifications. There is no information on either of these specified in the RFQ document itself. Which is the preferred method of delivery of our qualifications? 2) If hardcopies are desired, how many copies will be needed for evaluation? ANSWER: The preferred method of submittal from the consultants for RFQ #B1300201 is to deliver five (5) hard copies of their submittal to the Weld County Purchasing Department by the bid due date. (Some vendors were told that an email version would be okay. The Public Works Dept forgot to put that in their bid/RFQ. 3) Regarding the attached RFQ, will Weld County be soliciting separate Geotechnical services necessary for these repairs, doing them in house, or should we add this scope to our SOQ? And if it does need to be included should we include design and testing services or design only? ANSWER We don't anticipate any geotechnical services related to design of the proposed flood recovery improvements. We do anticipate some geotechnical testing services (quality control testing) related to the construction of the proposed flood recovery improvements. ***"Consultants shall limit the total length of their submittal to a maximum of 20 pages, excluding cover and divider. Proposals greater than 20 pages will be rejected" - this means everything you want to include in your RFQ shall be no more than 20 pages. **** ATKINS Weld County Statement of Qualifications Engineering Services Related to the 2013 Flood Recovery RFQ #B1300201 December 11, 2013 Plan Design Enable ATKINS December 11, 2013 Weld County Purchasing Department 1150 "0" Street Greeley, Colorado 80632 Atkins North America, Inc. 4601 DTC Boulevard, Suite 700 Denver, Colorado 80237 Telephone: +1.303.221.7275 Fax: +1.303.221.7276 www.atki nsg loba l.com/northa merica Subject: Qualifications for Engineering Services Related to the 2013 Flood Recovery RFQ #81300201 Dear Review Panel Members: The severe September flooding in Weld County wreaked havoc on residents' lives, their homes and businesses, and on County infrastructure. While rescues were made immediately after the flooding and road and bridge repairs have begun, a great deal of work and manpower is still necessary to bring the community back to a sense of normalcy. The County needs a qualified and available team that will augment its important flood recovery efforts. Atkins' Colorado staff has the availability and broad experience to successfully manage projects through all phases (survey, inspection, design, final plans, bids, and construction). We also have extensive national and local experience with disaster/flood recovery projects and compliance requirements to qualify for federal assistance and maximize federal and state reimbursement. With local staff, friends, and families who have been affected by the flooding, the Atkins team genuinely wants to help. We offer you emergency recovery and disaster relief experience, as demonstrated by the successful opening of the finished SH 72 (Coal Creek Canyon) roadway where we supplied design and construction assistance to the Colorado Department of Transportation (CDOT) Region 1. Our team also assisted the City of Longmont in assessing structures after the storm event and supported Boulder County by doing site surveys and permitting, all to aid flood recovery efforts and provide controlled access to properties and neighborhoods within a very short time frame. While we have been involved in many Colorado flood recovery efforts, we still have ample capacity to mobilize for your flood recovery projects. Atkins is a full -service engineering consultancy with 15 years of Colorado non -project specific (NPS)/on-call contract experience with clients including Weld County, City of Fort Collins, City of Greeley, City and County of Denver, City of Longmont, COOT, and FHWA. Our Denver office provides transportation planning and design, traffic engineering, structural engineering, water resources, and construction management services. Our local and national presence allows Atkins to meet aggressive and time -constrained schedules while focusing on adhering to budgets and quality. Our team's strengths include the following: • We are experienced with FHWA, FEMA, and Natural Resources Conservation Service (NRCS) requirements. Atkins has been working with FHWA for years —currently on the SH 72 flood recovery effort —so we are quite familiar with FEMA and NRCS requirements. This knowledge will enable the County to make decisions to maximize the reimbursement received for each project. Our emergency management task lead, Wayne Floyd, has played a key role in our Colorado flood recovery work and brings more than 25 years of hands-on experience in emergency management planning, disaster recovery, and environmental health hazards associated with natural disasters. • We understand and address project challenges from the start. The complexities of each project are rarely the same, and we carefully staff our projects to efficiently meet specific needs. Atkins has worked extensively in the South Platte and St. Vrain River corridors and understands the associated issues and challenges. We have also worked with the Colorado Water Conservation Board (CWCB) to develop digital flood insurance rate maps (DFIRM) in Weld County, giving us an in-depth understanding of the hydrau is and hydrologic issues throughout the county. Atkins will quickly assess the requirements of any project, whether it has been partially completed or is in its infancy. • We offer accelerated floodplain mapping through our proprietary Rapid Floodplain Delineator (RFD) application. Atkins' hydrology and hydraulics specialists, along with our GIS technicians, are using RFD to map the new floodplains created by the floods. This effort will enable the affected counties and FEMA to understand the changes and better direct rehabilitation efforts and resources. 1 December 11, 2013 Weld County Purchasing Department Page 2 ATKINS • We provide cost-effective services on schedule. The Atkins team has an unwavering commitment to providing cost-effective, quality deliverables on schedule. We will develop design solutions and options that address the project goals and meet the overall project schedule. Our project manager, Josh Holton, understands the importance of maximizing Weld County's return on investment as well as getting flood - damaged bridges/structures and roadways repaired and reopened as quickly as possible. His relationships with other flood -affected communities and support of state floodplain mapping efforts will identify opportunities to leverage other post -flood studies to support Weld County. • We offer a deep bench of experienced professionals. We have added the following subconsultants based on their qualifications and ability to respond swiftly in cooperation with our own staff. Pinyon Environmental, Inc., DBE, for environmental clearances/permits; Woolpert, Inc., for surveying and mapping; and Shannon & Wilson, Inc., for geotechnical services and pavement design. Although this project does not have a DBE goal, most projects with federal funding do, and Atkins has consistently achieved or exceeded the DBE goals set for other projects on which we have worked. • Capacity/availability. With our Denver office staff and the nationwide resources of our firm, Atkins has ample availability to deliver flood recovery projects for the County. We will practice efficient resource allocation so that you receive as much support as you need to complete this important work. While our staff is steadily busy, we are finishing several projects and lining up new work for the coming months. We hope to include Weld County in this workload. We commit to being available, accessible, and responsive. Our approach underscores our adherence to strong project controls to effectively manage the project(s) scope, schedule, budget, and quality. We understand these elements are of utmost importance for any project and especially for a recovery effort. From day one, Josh will work closely with you to gain a thorough understanding of your specific goals and expectations, so that we gain a clear grasp of critical issues and produce logical solutions for each project. Our team looks forward to working with you to repair local flood damage. We ask that you select us so that we can be a part of the community as it moves forward and recovers from the flooding. The information and data submitted in this proposal is true and complete to the best of my knowledge. If you have any questions or would like to discuss our qualifications further, please contact our project manager, Josh Hollon, by email at joshua.hollon@atkinsglobal.com or by phone at 720.475.7051. Thank you for your consideration and we look forward to working with you. Sincerely, sto, Dan Liddle, PE Josh Hollon, PE Principal -in -Charge Project Manager Engineering Services. Related to the 2013 Flood Recovery 3 9' Contents Cover letter 1 1. Project team 3 2. Overall firm capabilities 6 3. Performance on similar projects 7 4. Work location/familiarity 14 5. Project understanding and approach 14 1. Project team Atkins, combined with our subconsultants, offers the County one of the state's largest local pools of resources and experience in all the disciplines required. As indicated in Table 1, our Denver office has nearly 150 employees in structures, drainage, roadway, environmental sciences, and construction management. Our professionals will supplement your staff, and we are available to apply our knowledge while working with you to provide cost- effective, quality deliverables. You will receive a broad spectrum of resources and a project manager, Josh Hollon, who will focus his efforts on ensuring your needs are met. Due to the possibility that multiple projects will take place concurrently, Josh will be supported by deputy project manager Andrew Holton. This arrangement will facilitate efficient project management so that time -critical tasks are moving forward in an expeditious manner. Brief biographies of our key staff are provided below; our proposed team organization follows on page 4. Josh Notion, PE, CFM Project Manager and Hydrology/Hydraulics Task Lead Josh Holton has 16 years of experience in stormwater and floodplain management. He specializes in identification of drainage needs, coordination with clients, and leading multidisciplinary teams in the development of cost- effective project solutions. His responsibilities include management of floodplain mapping projects, design of drainage systems, detailed hydraulic studies of floodplain corridors, and design of channel restoration projects. Josh will use his knowledge of Weld County's floodplains, his experience with detailed hydraulic modeling of the South Platte and Cache la Poudre Rivers, and his relationships with other affected communities and state agencies to fully support the needs of Weld County. Andrew Holton, PE Deputy Project Manager and Roadway Task Lead Andrew Holton brings 22 years of civil engineering experience in project management; project acquisition; and design of roadways, highways, and interchanges. He also has experience in conceptual design for large EA and EIS projects, giving him a full understanding of the environmental considerations involved in roadway projects. As a result of his diverse experience, he has a complete understanding of FHWA/CDOT design standards and the full project development cyde, including scoping. Andrew's recent work in Region 4 involved managing the widening of a 2 -mile segment of US 287 from SH 1 to LaPorte Bypass, so he is familiar with regional requirements. He will apply this expertise to Weld County's emergency repair projects so that roadway improvements are made expeditiously and to County and state standards. Dan Liddle, PE Principal -in -Charge Dan Liddle has 22 years of experience in all aspects of transportation improvement projects including transit, rural and urban arterials, collector roadways, and freeways. His expertise includes reconstruction and widening of existing roadways and new roadways on new alignments for numerous municipalities, FHWA, and CDOT on projects statewide. Dan is managing the extension of Weld County Road 49, a nearly 3 -mile roadway with multiple intersections, ditches, and floodplain considerations, and will use his extensive roadway design expertise and knowledge of Weld County issues and goals so that you receive exemplary service that exceeds your expectations. Table 1. Atkins' Denver office resources Discipline Number of employees Construction management 42 Drainage/H&H 9 Emergency management 5 GIS 2 Environmental science 3 Roadway 48 Structures 10 Other 29 Total 148 Atkins I Proposal for Weld County Engineering Services Related .to the 2013 Flood Recovery 1 4 Proposed team organization Principal -in -Charge Dan Liddle, PE Structures Chengyu Li, PE, Ph.D., Task Lead Pedro Fernandez, PE Allison Young, El Wilson Moy, PE Roadway Andrew Holton, PE, Task Lead Loren Lauvray, PE Jon Gellner Frank Schultz, PE, LEED AP (Utilities) Geotechnical Mark Vessely, PE, PG', Task Lead Daniel Bolda' Fredrick Lindner' Subconsuitant Key 'Shannon & Wilson, Inc. 2Woolpert, Inc. 3Pinyon Environmental, Inc. Weld County Project Manager Josh Holton, PE, CFM Deputy Project Manager Andrew Holton, PE QA/QC Jerry Waterman, PE Hydrology/Hydraulics Josh Holton, PE, CFM, Task Lead Lisa Biggs, PE, CFM Michele D'Allesandro, PE, CFM Jacob Beedle, PE, CFM KC Robinson, PE, CFM Amy Finseth, CFM Environmental Amy Kennedy', Task Lead Amy Kennedy' - NEPA Specialist Brian Partington3- Water resources Tim DeMasters3 - Scientist Construction Management/ Inspection/Oversight Derek Lindvall, PE, Task Lead Jim Zufall, PE Brian Johni Emergency Management Wayne Floyd, Task Lead John Webster Michael Healy, PE Andrew Healy, PE Surveying/ROW Christopher Rarnl, PLS' Task Lead Michael Heimbuck, PLS2 GIS Jarod Skrivanek, CFM, GISP Task Lead Trevor Rappleye Jeff Butler, CFM, GISP Eric Coughlin, CFM, GISP Atkins i Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery l 5 Jerry Waterman, PE QA/QC Jerry Waterman is a senior designer with 22 years of experience with civil engineering design projects, including 5 years working specifically on design -build highway projects. He has extensive familiarity with numerous state and local design standards, procedures, and guidelines, and has designed projects in geographical locations from prairie to mountain terrain. Jerry's experience with geometric design and design coordination, and his development of cross-section design details, quantity calculations and plan production, quality control, and construction specifications —combined with his experience on the CR 49 Extension project —will provide the County with exceptional QA/QC oversight for its varied project needs. Chengyu Li, Ph.D., PE Structures Task Lead Dr. Chengyu Li has 26 years of structures engineering experience, His specialties include steel and concrete bridges, bridge condition evaluation and retrofit design, earth retaining structures, hydraulic structures, structural condition evaluation and monitoring, structural dynamic and seismic design, and design -build highway projects. Chengyu has experience working with departments of transportation and municipalities on a wide range of bridge projects. He is presently serving as structures task lead for the CR 49 Extension project, which involves design of the longest bridge in Weld County's system. A 925 -foot -long structure that overpasses the Cache la Poudre River's floodplain, this bridge was designed to be distinctive yet cost-effective. Chengyu's in-depth understanding of Weld County's needs will enable him to recommend structural improvements that address your goals while remaining within time and budget constraints. Derek Lindvall, PE Construction Management/Inspection Oversight Task Lead Derek Lindvall has 19 years of experience in civil engineering, including construction management and inspection for a wide variety of CDOT and municipal construction projects. He provides outstanding documentation, coordination, and oversight. Derek is capable of filling any role, from inspection to project engineer to project manager, on projects both large and small. He has applied his knowledge in construction to implement complicated construction phasing and traffic control, unique wall construction, extensive utility coordination, and delicate cooperation with the affected stakeholders. Derek's varied background in transportation design, drainage design, surveying, and right-of-way is instrumental in addressing and resolving a wide range of issues that may arise during construction. He has developed the CM Toolbox, which is used exclusively by Atkins in Colorado to manage inspector's construction documentation. Derek's responsive client service is demonstrated by his immediate mobilization of construction management staff to provide oversight for repairs to SH 72 for CDOT Region 1. Reconstruction began the following week, and the Atkins team worked 24 hours a day, 7 days a week for nearly 2 months straight to assist CDOT in ensuring the emergency repairs were done in accordance with FHWA and FEMA requirements to qualify for emergency funds. Amy Kennedy Environmental Task Lead Amy Kennedy (Pinyon) has 17 years of experience with a focus on environmental analyses, environmental planning, and public/agency involvement as a part of NEPA studies, She has a high level of local, state, and federal agency interaction on a wide range of projects, including creating and leading advisory committees for projects of national importance. Amy excels at identifying and addressing critical issues, and tailors the scope to move projects forward through design and construction. She has significant experience performing environmental work in CDOT District 4. Atkins' Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery i 6 Wayne Floyd Emergency Management Task Lead Wayne Floyd has 35 years of experience in all phases of disaster management with extensive expertise in debris management and environmental health hazards associated with natural disasters, including coordination with FEMA, FHWA, and NRCS. He has managed emergency recovery efforts nationwide in response to natural disasters associated with flooding, wildfires, hurricanes, and tornadoes. Locally, Wayne served as Atkins' emergency management lead for the SH 72 rehabilitation efforts in CDOT Region 1. This 18 -mile -long project was funded by FHWA and FEMA emergency funds and involved evaluation of an 18 -mile roadway segment wherein 5 miles were severely damaged and impassable. Wayne has worked with emergency management agencies at the local, state, and federal levels to successfully develop 404 and 406 mitigation proposals, developing environmental reports and damage survey reports, and providing contract management oversight. His in-depth knowledge of federal requirements will help the County maximize the funding available for its projects. Mark Vessely, PE, PG Geotechnical Task Lead Mark Vessely (Shannon & Wilson) has 17 years of geotechnical experience. He manages subsurface exploration projects and provides geotechnical engineering services for bridges, retaining walls, embankments, and roadway widening. His earth retention experience includes mechanically stabilized earth (MSE) walls, reinforced soil slopes, and ground anchors in support of excavation and embankment construction. Mark also worked on CDOT's SH 72 Emergency Repair project. Christopher Raml, PLS Surveying/ROW Task Lead Christopher Raml (Woolpert) has 18 years of surveying experience including horizontal and vertical control, topographic surveys, and constructing new monuments including deep rods, concrete and rock monuments, and GPS observation. He performs analysis for complex boundary surveys and prepares associated plats and boundary descriptions and advanced calculations involving field survey data; generates final survey drawings using advanced AutoCAD and MicroStation skills; prepares subdivision layouts including calculating lot layouts and rights -of -way; prepares highway right-of-way plans; performs research and interpretation of government files, utilities, and public record documents; prepares survey reports and property legal descriptions; coordinates/directs field survey crews to perform project assignments, and assists in developing the skills of other survey personnel; develops new data from photogrammetric records; converts fiefdbook notes to InRoads; and is responsible for development of project QA/ QC processes. Christopher has exceptional field and office supervisory and management experience and has capably performed these roles on more than 100 projects during his Woolpert career. Jarod Skrivanek, CFM, G15P GIS Task Lead Jarod Skrivanek has 13 years of experience with planning, asset management, and development projects, including data assessment and analysis for the Colorado Statewide Transportation Plan and CDOT's implementation of the Traffic Operations Asset Management System (TOAMS). He is proficient with the ESRI software suite and other imaging/ drafting software applications, including ERDAS Imagine, AutoCAD, and MicroStation. His hardware experience includes Trimble GPS equipment and map production equipment. Jarod is providing GIS development services for the Weld County Road 49 Extension, giving him a keen understanding of the County's GIS mapping requirements. 2. Overall firm capabilities Atkins is one of the world's leading engineering and design consultancies, With 2,700 employees in 70 offices nationwide, Atkins supports a mix of public- and private - sector clients. Perhaps the most significant indicator of Atkins' success is our 90 percent volume of repeat business, which reflects our clients' satisfaction. We have the breadth and depth of expertise to respond to the most technically challenging and most time -critical infrastructure projects. 2.1 System procedures for scheduling and costing projects Effective project controls are the backbone of project success. Atkins has developed proven controls that will help us maintain project schedules, costs, and quality. 2.1.1 Cost control Realistic budgets must be established at the start of any project. Our project manager and deputy project manager — Josh Hollon and Andrew Holton, respectively —will develop and monitor budgets. Accurate quantities and cost oloa•12n Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery I Table 2 Project budgeting and cost estimating Project Engineers estimate/ low bid SH 72 Reconstruction Harmony Road Bridge Replacement Colfax and 14th Avenue Streetscape Hess Road Signals Harmony/Lemay and Drake/Lemay Intersection Improvements South Circle Drive Safe Routes to School $520,000/ $460,000 $2,000,000/ $1,499,648 $3,235,432/ $2,228,023 $479,659/ $468,661 $530,003/ $457,274 $186,099/ $160,808 estimates are crucial to project success, since errors and omissions can cause project delays and additional costs. We have learned through the flood work we have performed thus far that construction estimates have been high due to several factors —lack of staff and equipment and their location in relation to the project sites. Atkins will use that information to assist the County in developing construction estimates. Our project manager, Josh Holton, and deputy project manager, Andrew Holton, working with our task leads, will carefully develop and monitor the construction estimates and update the County of any significant changes prior to advertisement. Atkins uses Oracle E -Business Suite as our internal project accounting system. Detailed project information can be obtained on a weekly basis to ensure compliance with project budgets and schedules. For each invoice, Atkins will prepare and include monthly progress reports detailing the work completed, anticipated work, and any potential issues. Atkins' engineer estimates have consistently been slightly above the contractor low bid. Table 2 highlights some examples of our past performance in delivery of plan packages that met the programmed amounts. 2.1.2 Schedule control Meeting the schedule is also essential to project success. Josh and Andrew and our task leads will identify key milestones and critical path items at the start of any project, and will develop a schedule for all deliverables in coordination with you. We use Microsoft Project to develop and track schedules. Key elements to maintain schedules include: • Factoring in adequate time for Atkins quality control reviews and County reviews. • Setting critical path intermediate milestones such as weather conditions, spring runoff, and the ability to evaluate/inspect project sites in winter conditions. • Developing a recurring internal Atkins team progress meeting date and time to communicate expectations. • Following up on meeting action items. • 2.2 QA plan and procedure Our proven five -step approach to QA/QC, as demonstrated in the following QA/QC procedure graphic, has one single focus —to consistently provide you quality deliverables. We follow our QA/QC process on all deliverables and submittals, whether it is a complete set of design plans and specifications or a single paragraph technical memorandum. Jerry Waterman will ensure that our QA/QC process takes place by assigning a QC reviewer with appropriate expertise to each task/project. 3. Performance on similar projects This section illustrates our team's experience and qualifications in completing flood recovery, bridge and structure design, road design, surveying and mapping, CAD/plan preparation, and construction management and construction observation and inspection services. Specific to flood recovery efforts, Atkins has extensive and exclusive capabilities in post -flood mapping activities. For example, CWCB has flown LiDAR for many of the flood - affected rivers and communities throughout Weld County, as shown in the image below. Using this information, Atkins' automated floodplain mapping systems can quickly zvMAKE QpA90 4 c, est w 2e o�y 5�� -4--VERIFY C°R;# Weld County post -flood LiDAR Atkins J Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery and efficiently identify changes in flooding risks caused by channel migrations during the September floods. This automated mapping can provide quick identification of new flood risks, support future design efforts, and provide additional floodplain management tools. Atkins' relationship with CWCB, combined with our automated floodplain mapping systems, will provide Weld County with post -flood risk assessment very quickly and with minimal cost to the County. Atkins has the right mix of local staff to respond to any flood recovery project. Since many of our relevant projects have overlapping services, we have included Table 3 below and project highlights on the following pages to illustrate the types of qualifications and experience evidenced by each project. Additionally, Figure 1 highlights Atkins' experience with Weld County roadway and floodplain delineation projects and our understanding of the critical issues involved in flood recovery efforts. Table 3. Selected similar experience Project Owner Rapid Floodplain Delineator RFD has been used to provide rapid Zone A delineation throughout the country by using available topography to generate approximate floodplain delineations. Locally, Atkins used RFD to delineate 800 miles of floodplain for Douglas County in approximately 1 month, less than half the time that this process would take using traditional mapping methods. RFD uses available stream gages, regional regression equations, and LiDAR information to prepare a simplified —but FEMA-approved—hydrologic analysis. RFD also automates the hydraulic analysis by cutting cross sections from the LiDAR surface and preparing a HEC-RAS hydraulic model. These automated processes will quickly and accurately calculate water surface elevations throughout the study area. With RFD, Atkins can create efficient floodplain delineation that provides the most stream miles for the allotted budget as well as provides Risk MAP -quality delineations. > O V Q1 O O Firm Bridges/structure design Roadway design Surveying and mapping Hydrology/hydraulics Construction/inspection Weld County Road 49 Extension Weld County DFIRM Cache La Poudre/South Platte River Conditional Letter of Map Revision (CLOMR)/Bridge SH 72 Coal Creek Canyon Emergency Project Longmont Structure Assessment On -Call Transportation Engineering Services On -Call General Engineering Services CDOT Region 1 General Engineering NP5 Colorado Bridge Enterprise (CBE) Design NPS Boulder County Flood Recovery North Shields Street Reconstruction SH 66 and County Line Road Intersections High Water Mark Collection Weld County • Atkins CWCB/Weld County Atkins Atkins ✓ ✓ ✓ CDOT Region 1 Atkins ✓ ✓ City of Longmont Atkins ✓ ✓ City of Fort Collins Atkins ✓ City and County of Denver Atkins ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ CDOT Region 1 Atkins CDOT Region 2 Atkins Boulder County Pinyon ✓ ✓ /VI Larimer County Pinyon ✓ V ✓ City of Longmont • Pinyon ✓ ✓ USACE Woolpert ✓ Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery J 9 Figure 1.. Atkins roadway and floodplain delineation projects in Weld County Critical issues: • Spring runoff/thaw • Feasibility of inspection (channel, rip rap, scour) • Eaton Windsor • Pout re giver 34 Grey Big Thompson River Johnstown a •Fort Lupton Hudson La Salle Weld County Riverside Reservoir WCR 49 Extension 3 -mile roadway crossing the Cache la Poudre and South Platte River floodplains 2 vin South Platte River Hydraulic Study Mapping of 100- and 500 -year floodplain 3 Weld County Map Modernization DFIRM production 4 WCR 2 improvements Design of 3.1 -mile roadway segment Roadway and bridge design 44031213.. Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery 2013 Colorado Floods - SH 72 Coal Creek Canyon Emergency Project Design and Construction Management In the wake of the September 2013 Colorado floods, Atkins was notified by CDOT Region 1 of an 18 -mile emergency project on SH 72 from SH 93 to SH 119, with a 5 -mile portion of the road severely damaged and impassable. Atkins immediately mobilized, reviewing and walking the project site, working with COOT to prepare bid documents, showing the site to contractors, explaining the bidding process, and modifying final bid documents, all within 48 hours. As CDOT and the Atkins project manager were preparing and accepting bids from contractors, Atkins designers continued to survey the project site, meet with utility companies, and prepare a preliminary plan of action with typical sections, working continuously through the days, evenings, and weekend. Less than 1 week after Atkins' assistance was requested, the contractor started work to repair the damaged roadway and opened controlled access for those living in the construction corridor. Atkins worked side by side with CDOT and the contractor, preparing additional documents as needed. This project was funded by FHWA and FEMA emergency funds, which required that project documentation be kept separate and independent. Atkins ensured that the documentation was updated daily and estimates were paid every 2 weeks, as requested by the contractor. During the federal review process, FEMA confirmed that the documentation met or exceeded FEMA requirements. Project highlights • Emergency response (flood recovery) • Fast -track schedule • Road design (hydraulic design) • Construction management Client contacts: CDOT Region 1 Chris Paiz, T: 303.916.1051, F: 303.757.9866 Ron Buck, T: 303.512.5456, F: 303.757.9866 Value: $520,000 (fee) Status: Ongoing Since the flooding caused major environmental damage, Atkins implemented proper controls and corrective actions to protect the environment and mitigate damage. Because our team was proactive in planning and executing these potential issues during the repair work, construction remained on a fast -track schedule. Items such as debris removal, redirecting the stream with dikes, and other appropriate measures were performed with the stream/ road restoration and as the riprap was being placed. The riprap-faced slopes help prevent erosion into the stream, and the corridor is being seeded and mulched to provide further erosion control. Several key stakeholders were involved in this project including CDOT, Atkins, the contractor, utilities, and local residents. Excel Gas was a major stakeholder since its gas line had to be rebuilt within the roadway template for the entire corridor, which required close coordination. A team atmosphere was established early on with all stakeholders, creating a synergy for efficiently completing a successful project within a very short time frame. The team developed. many creative ideas by working together closely, resulting in quicker construction and a quality final product that will stand up to future flooding. The finished roadway was opened to all traffic in just under 2 months. Atkins I Proposal for Weld County Engineering Services Related to the. 2013 Flood Recovery,:I 11` 2013 Colorado Floods — Longmont Structure Assessments In September 201, following the severe flooding in Colorado, the City of Longmont contacted Atkins to request help with structure assessments within flood -damaged areas. The City needed a consultant to perform assessments in order to decide which routes could safely be reopened to residents. Atkins had coincidentally performed a site visit as part of a reconstruction project the Friday before the flooding for the two bridges over the St. Vrain River, which received extensive flood damage. These bridges are undersized for a large flood event, as was made evident. Working quickly to respond to the emergency, the Atkins team performed visual cursory structure assessments on 16 river and creek crossings (bridges and box culverts), eight pedestrian crossings, and the adjacent -trails and roadways, all within a 36 -hour period. As the water was still high, these assessments were based on what could actually be seen. With Atkins' feedback, the City.of Longmont was able to open multiple routes from north to south that had previously been closed. During the next few days, Atkins also wrote brief memos to help the City determine funding options and document the impacts of the floods for FEMA. Based on a follow-up site visit, Atkins recommended, and the City of Longmont approved, another more detailed structural and scour assessment of the Main Street bridge. The team was able to view more of the bridge's components, including its spread footings, once the water had receded. Atkins recorded the depth of the scour caused by the flooding and made recommendations for temporary erosion protection, since the bridge is scheduled to be replaced later in 2014. Countermeasures were recommended in case of another flood event or heavy spring runoff. A sanitary sewer that ran underneath the bridge was also damaged, and Atkins is working on both the temporary and permanent repair with City of Longmont staff. Project highlights • Emergency response (flood recovery) • Fast -track schedule • Structure assessment City of Fort Collins On -Call Transportation Engineering Services This contract with the City of Fort Collins required on -call engineering services. One project included design, layout sheets, quality control check, and construction documents for the Pleasant Valley Canal culvert under Drake Road. This culvert was extended to accommodate the widening of Drake Road and consisted of a cast -in -place concrete box culvert, wingwall extensions, and bridge rail to be built in accordance with CDOT Standard Plan M-601-1. Other projects included drainage design, preliminary/final design, cost estimates, and construction administration assistance for replacement of the Arthur ditch; development of a transportation performance -measurement system; and preliminary design of a one -lane roundabout at the intersection of Ziegler and Ketcher Roads. City and County of Denver On -Call General Engineering Services Atkins is providing general engineering services to the City and County of Denver. We are providing on -call assistance to meet critical infrastructure needs to accommodate growth and development including roadway reconstruction; streetscape, sidewalk, and transit -oriented improvements; traffic and safety studies; and drainage improvements. Client contact: City of Longmont Tom Street, T: 303.651.8694, F: 303.651.8590 Value: $17,900 (fee) Status: Completed November 2013 Project highlights • Roadway design • CAD/plan preparation • Structure design • Construction management Client contact: City of Fort Collins Rick Richter, T: 970.221.6798, F: 970.221.6375 Value: $1 million Status: Completed 2012 Project highlights • Roadway design • CAD/plan preparation • Hydrology/hydraulics • Traffic and safety study Client contact: City and County of Denver Jim Barwick, T: 720.913.4535, F: 720.865.2676 Value: $2.5 million Status: Ongoing `..040312x3:. r Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery 112 _' COOT Region 1 General Engineering NPS Contract This 2 -year contract with (DOT Region 1 involves the provision of NPS engineering services including surveying, right-of-way plan preparation, photogrammetric mapping, bridge design, roadway design,.tunnel design, hydrology and hydraulics design, traffic engineering, architectural activities,'landscape architecture activities, noise studies, value engineering, materials testing, -environmental services, water quality evaluation, and construction services. Projects included the following, among others: • I-70 Mountain Corridor Twin Tunnels • West Parachute Interchange Region 3 Construction Support • Twin Tunnels Roadway Concept Design Colorado Bridge Enterprise Design NPS Contract This task order is meant to provide temporary consultant services for projects that have a need for short-term staffing when the normal NIPS process cannot be used. The scope of work and associated cost • estimate is for construction management, construction inspection, and material testing services for construction projects in Region 2. Projects include SH 160 FBR Bridges East. and West of Pritchett, SH 89 Bridge Replacement, SH 350 Bridge Replacement, SH 12 Cucharas River Bridge, • SH 12 Purgatoire River Bridge, SH 160 FBR Bridges over North Fork Sand Arroyo, Replacement of Bridges 0-19-1 and P -19 -AD, SH 350 Bridge Design, Federal Boulevard.US 287 over BSNF, and CDOT R2 Bridge Rehabilitation. - Pinyon al 2013 Colorado Floods - Boulder County Flood Recovery In response -to the September flooding, Pinyon is leading the environmental documentation, NEPA processes, and permitting effort for more than a dozen infrastructure projects in Boulder County. This experience relates directly to the tasks and agency coordination that Weld County requires to restore functionality to the entire transportation system. North Shields Street Reconstruction Pinyon is a subconsultant on this project for Larimer County, which involves reconstruction of County Road 17 (North Shields Street) and replacement of the Cache la Poudre River Bridge. Because this project is being funded, in part, using federal monies that are administered by CDOT, Pinyon is adhering to NEPA. A categorical exclusion (CE) will be completed to document environmental impacts from this project, specifically through completion of CDOT Form #128. Pinyon has been • contracted by Interwest to complete environmental evaluations to support the CE. Elements to evaluate include hazardous materials, biological resources, threatened and endangered species, noxious weeds, wetland delineation, wetland finding, wetland permitting, historic, archeology, paleontology, and Sections 4(f) and 6(f). Project highlights • NPS contract • Roadway, roundabout, traffic, and bridge structure design • CAD/plan preparation • Surveying and mapping • Environmental and hydrology/hydraulics Client contact: CDOT Region 1 Carrie Dejiacomo, T:303.365.7211, F: 303.757.9169 Value: $1.9 million Status: Ongoing Project highlights • NPS contract • Bridge, roadway, structure, hydraulics/ hydrology, traffic, railroad coordination, geotechnical, survey, right-of-way, full and supplemental project services Client contact: CDOT Region 2 Karen Rowe, T: 719.546;5430 F: 719.546.5456 Value: $2.4 million Status: Ongoing Project highlights • Emergency response (Flood recovery) • Hydraulic assessments Client contact: Larimer County Ron Winne, P: 970.498.5713, F: 970.498.7986 Value: $11,000 (fee) Status: Ongoing Project highlights • Environmental • Road reconstruction and bridge replacement project Client contact: Interwest Consultant Group Michael Oberlander, P: 970.674.3300 x102 Value: $57,000 Status: Ongoing 0403.1213 Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery 113-' SH 66 and County Line Road Intersection Improvements CE Pinyon was a subconsultant on this project for the City of Longmont to complete design services for the SH 66 and County Line Road • intersection Improvements. Pinyon completed biological evaluations in support of environmental clearances for this City of Longmont project that included federal funding administered by CDOT Region 4 Due to federal participation in the project, NEPA evaluations were required. Pinyon's responsibilities included completing resource evaluations in accordance with CDOT and FHWA requirements. The project consisted of minor widening of SH 66 and County Line Road to accommodate right -turn lanes at the northwest, southwest and southeast quadrants. In addition, acceleration lanes east and west of County Line Road on SH 66 were added Project highlights • Environmental • Intersection project Client contact: Short Elliott Hendrickson, Inc. Philip T. Weisback, P: 303.441.5411 Value: $14,500 Status: Completed 2012 'A, —y— WOOLPEPT 2O13 Colorado Floods — High Water Mark Collection Following the 2013 Colorado floods, Woolpert was contracted by USACE to document the impacts of the flood by collecting 475 high water marks throughout the entire watershed area, covering much of the Front Range including the South Platte River. The data collected by Woolpert will be used in HEC-RAS models and for CWMS implementation. Collection of the high water mark data will assist in model calibration, which ultimately results in better tools for making operational decisions. Woolpert coordinated with the appropriate state and local agencies, including COOT, during this effort. Project highlights • Emergency response (flood recovery) Client contact: USACE Roger Kay, P. 402.995.2342 Value: $152,000 Status: Completed 2013 11403.113 - Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery 14;n 4. Work location/familiarity 4.1 Production facilities and work location Atkins' Denver office provides a depth of resources available to assist you in this important recovery work. The services you are requesting are all within our areas of expertise, andwe have the staff to efficiently and . cost-effectively deliver this project. Atkins has local team members and can easily meet with: Weld County staff on short notice. Our Denver office is located at: 4601 DTC Boulevard, Suite 700 Denver, Colorado 80237 303.221.7275 5. Project understanding and approach Atkins has been tracking Key areas of concern flood damage throughout • Spring runoff/thaw Colorado since the of inspection devastating storm event in • Feasibility p September. We understand (channel, rip rap, scour) that the County has started and completed substantial work on many projects but needs additional help to complete important recovery efforts, as some projects are only temporary and may have issues resulting from the spring thaw runoff. The County does an excellent job keeping citizens and the public informed on the status of flood recovery information through its http://flood2013.weldgov.com site. This information has provided our team a more detailed grasp on the challenges currently faced by Weld County. Atkins understands that the scope of services will differ for each South Platte/St. Vrain River project, including elements such as preparing bid documents in accordance with FEMA, FHWA, and Natural Resources Conservation Service (NRCS) requirements; managing construction; preparing plans; and/or providing specific areas of expertise such as traffic engineering, surveying, hydrologichydraulic studies, or pavement design. The Atkins team has the experience and capacity to address any level of scope needed. Flood recovery efforts require a mix of skill, speed, and manpower —Atkins offers you all three. Our team has the relevant experience needed, including recent flood recovery work for CDOT Regions 1 and 4, Boulder County, and the City of Longmont. With our large Colorado staff and additional subconsultant team members, we have the resources to work quickly and to complete your projects within or ahead of schedule —as we did for the SH 72 Coal Creek Canyon Flood Recovery Design and Construction Management project. Atkins has project management processes and best practices in place to effectively complete your project tasks. We will work closely with the County to address your needs through effective management and organization, a demonstrated task order delivery process, and a sound coordination/communication approach and process. Our team has the necessary experience and qualifications in completing flood recovery; bridge and structure design; road design; surveying and mapping; CAD/plan preparation; and construction inspection services. Atkins' Denver office is within an hour's drive of Weld County, and we have several team members in the area at any given time, offering responsive service for these time -sensitive recovery efforts. Each task or project assigned to our team will be managed within our proven project controls structure, which includes stringent cost and schedule controls. Atkins also follows a stringent QA/QC process for each and every project, whether large or small. Atkins understands the urgent situation you are in —while repair efforts have commenced, citizens are still displaced, many roads and bridges are still damaged, there are not enough resources, and the clock keeps ticking. As Coloradans with friends and family affected by these destructive floods, we want to be your teammate in quickly and skillfully completing recovery project efforts. 5.1 Approach to flood recovery projects The key to the Atkins team delivering County projects of various levels of completion within a tight time schedule involves partnering with the County project manager to fully understand the status of each project as well as having the expertise and capacity readily available to skillfully meet critical deadlines. Atkins has recent local flood recovery experience doing exactly that on the SH 72 Coal Creek Canyon Emergency Design and Construction Management project for CDOT Region 1. We also have team members supporting Boulder County on more than a dozen environmental and permitting efforts, performing bridge assessments for the City of Longmont, and supporting USACE in surveying and mapping high water marks on the Big Thompson and Little Thompson rivers, along with multiple others rivers and creeks. Our team's work on SH 72 enabled CDOT to open the corridor 1 month ahead of schedule. By opening SH 72 early, our team members are available to work on other projects. Atkins prides itself on client service and unparalleled responsiveness. One of the advantages resulting from the size of our local office and nationwide firm is that resource allocation is a standard practice. If a project's deadline is moved up or another immediate need becomes apparent, our firm has the ability to pull from additional resources —all while keeping your point of contact and local team intact. For example, we recently used our emergency management team led by Wayne Floyd on the SH 72 flood recovery. His group traveled to the project and helped train the inspector and contractor field crews on how to Atkins I Proposal for Weld County Engineering Services Related to the 2013 Hood Recovery 1 15. document the project so emergency funds from FEMA and FHWA could be received. During the federal review process, it was confirmed that the documentation met what was required -by these agencies the first time. Wayne's group has performed emergency management services for disasters including Hurricanes Sandy, Irene, Gustav, Fran,. Ike, Bonnie, Dennis, and Floyd, along with major tornadoes, snowstorms, and other flood -related storm events. An approach to flood recovery projects is slightly different than an approach to a normal NPS-type contract. Since your projects are in various levels of completion, we will demonstrate our approach. from project initiation. As would be the case in -any project, we will complete an on -site investigation and assessment to understand the road and structure conditions. Atkins will involve our emergency management staff as early as possible -they will be on site to ascertain.that FHWA, FEMA, and NRCS guidelines and criteria are met and documentation is completed properly so funding is not jeopardized. We will work closely with the County during this investigation and assessment. After completing the site assessments, plans will be developed or assessments will be verified so our team can confirm the basis for the plans on which we work. Throughout this process, we always consider the environment, which must be investigated and protected. The requirements of the Colorado Discharge Permit System— Stormwater Construction Permit (CDPS-SCP) still apply and will need to be met. Also, 401/404 permits are applicable and will likely be needed. We will work together to • determine the best combination of erosion control methods including seeding, revegetation, and landscape restoration. 5.2 Approach to project management Atkins' project management approach for flood recovery projects centers on partnering with the County and working closely with your project manager to successfully FEMA reimbursement FEMA has two types of work eligible for reimbursement through a Public Assistance grant —emergency work and permanent work. Each is divided into categories. Weld County is concerned with two of these categories, specifically: • Category B: Emergency protective measures, which involve actions taken to save lives, protect public health and safety, and prevent damage to improved property. • Category C: Roads and bridges, which is considered permanent work and involves permanent repair or replacement of roads and bridges. Members of our team are familiar with these criteria, having performed flood recovery work for Jefferson County on SH 72 and the City of Longmont on structure assessments. Atkins' subconsultants include: • Pinyon Environmental, Inc. (DBE) — environmental clearances/permits • Shannon & Wilson, inc. — geotechnical services and pavement design • Woolpert, Inc. — surveying deliver each project, regardless of the level of completeness. With our focus on client service, we are dedicated to listening to you and putting your needs first. To be successful, the people involved with each project —on both the consultant side and the County side —need a common understanding of the project, agreed -upon objectives, effective metrics that track these objectives, and milestones that can be effectively planned and monitored. Our team will decide upon a communication approach and use tools for sharing accurate information in a timely manner. Our project management approach has four key elements: • Effective management and organization • Proven NPS/on-call design philosophy • Demonstrated task order delivery process • Coordination/communication approach and process 5.2.1 Management and organization Ourmanagement and organizational approach focuses on our team structure, which sets the stage for seamless delivery. Our extensive experience on similar NPS-type contracts for Weld County, the City of Fort Collins, City of Greeley, City and County of Denver, CDOT, and FHWA is reflected in our experienced leadership including Dan Liddle (principal -in -charge) and Josh Holton (project manager). Our team also includes a core group of experienced task leads and a comprehensive technical support team, as shown in our organizational chart on page 4. Our task leads were selected based on their experience delivering NPS-type contracts in their expertise area. As our principal -in -charge, Dan has the authority to sign and authorize contracts. Josh, as project manager, is empowered to make staffing assignments and will be responsible for contract administration duties. Based on the County's project request, Josh will determine the most appropriate task read for delivery while remaining your point of contact. His technical expertise and knowledge will allow him to provide additional guidance to technical staff to meet your needs. Our task leads are senior staff with extensive experience managing large multidisciplinary teams as well as smaller individual tasks as part of a larger team. 5.2.2 NPS/on-call design philosophy Atkins has established our presence in Colorado by delivering important projects through NPS/on-call contracts, which can resemble flood recovery work in schedule and time to complete. We have an extensive history of successfully delivering these contracts and are proud of our track record as the prime consultant for on -call services contracts since Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery 16,' Together, we will assess the following elements for the channel and structure(s): • Data collected including existing bridge plans and inspection reports • Condition of the existing structure ny evaluating the damage and stability • Whether to. restore the channel to its original state or leave in its current new alignment • Geotechnical conditions • Scour conditions • How to reinforce the channel or determine whether reinforcement is adequate for the new conditions • Floodplain modeling (using HEC-RAS) Beyond the structure, we will assess: • The roadway and its erosion control. • Surveying and mapping using GIS to determine the new floodplain. • Financing options whether from FEMA, NRCS, FHWA, and/or state grants. 1998. This work has been delivered consistently and reliably as a result of our commitment to quality services. We understand -the unique nature of on -call and NPS contracts and have built our staff to ensure we have a comprehensive talent pool to respond with rapid, cost- effective service. We focus on two elements to make sure your projects run smoothly and that all stakeholders are involved -a streamlined delivery process and excellent • project coordination. With these two priorities in mind, we have successfully completed or are completing more than 300 task orders to date. 5.2.3 Coordination/communication approach and process Continuous and effective coordination is a key element to ensuring delivery of a flood recovery contract, and is especially critical in the flood recovery plan. development and completion. This will eliminate rework, help advance schedules, and save money. Theseprocesses are centered on a structured communication system that eliminates scheduling conflicts' and resource shortfalls. Our coordination -process involves a proven communication and meeting structure so that all key decision makers are present when required and have the appropriate information to make decisions —minimizing impacts to the schedule. An underlying philosophy is that it is our job to be proactive with respectto communication. For example, while emails are used primarily for distributing information, true communication and coordination must be verbal — including one-on-one meetings, telephone calls, and/or team meetings. Project progress meetings•wiil be used as required or requested. The initial project meeting will be used to verify the scope of work, schedule, budget, and expectations. From previous experience, this meeting is a critical step to unify efforts to accomplish multiple objectives through a single project. Project meetings will be held at scheduled intervals to discuss the project progress and to facilitate coordination on the specific project tasks. Public involvement and citizen organizations. The nature of the County's flood recovery projects with the community requires a communications approach centered on anticipation, proactive updates, and strategies to fully inform the public. Those impacted must feel that our team understands their issues and needs. The County is already doing a good job in updating the public frequently through the Flooding 2013 website. Atkins is ready to assist in these efforts as needed. Summary • Atkins has specific knowledge of the South Platte and Cache la Poudre drainages through our work for CWCB. • Atkins has an experienced and available team to begin work immediately. • Atkins is experienced with FEMA, FHWA, and NRCS requirements. • Atkins has full -service, in-house capabilities to meet any project need. • Atkins can help Weld County maximize its reimbursements. 0403:12:13` .•..,.. . Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery 117 Josh Holton, PE, CFM - Project Manager Education B.S., Civil Engineering, University of Texas at Arlington, 1997 Registrations .Professional Engineer Colorado 42573 • 'Washington 45132 North Dakota 641.1 ,. Idaho 14122 Minnesota 48253. Utah 8208649-2202 Montana : 29214 . - Texas 114903 Certifications: . Certified Floodplain Manager' (CFM): Colorado US -09- 04246 _ . Professional affiliations , Association of State Floodplain Managers ATKINS Josh Holton has 16 years of experience in stormwater and floodplain management. He specializes in identification of drainage needs, coordination with clients/stakeholders, and development of cost-effective project solutions. His responsibilities include management of floodplain mapping projects, design of drainage systems, detailed hydraulic studies of floodplain. corridors, and design of channel restoration projects. Josh will use his knowledge of Weld County's floodplains, his experiences with detailed hydraulic modeling of the South Platte and Cache la Poudre, and his relationships with other affected communities and state agencies to fully support the needs of Weld County. Josh's project experience at Atkins indudes: South Platte River Hydraulic Study, Weld County, CO. Josh was the project manager for the detailed hydraulic analysis of the South Platter River. Detailed hydraulic modeling included impacts with and without levee protection and mapping of the 100- and 500 - year floodplains near Evans. He also prepared a technical support data notebook (TSDN) for FEMA submittal.. FEMA Map Modernization, CWCB, CO. Josh was the project manager for. countywide mapping updates -and physical map revisions (PMR). He provided digital conversion of effective flood insurance rate maps (FIRM) to digital GIS format. Josh reviewed and incorporated existing .data studies and prepared revised flood insurance study (FES) documentation including profiles; floodway data tables, and reports. He also assisted CWCB and FEMA with local community coordination and public meetings. Counties include .Weld :County and eight others in Colorado. Weld County Road 49, Weld County, CO. Josh was the drainage task manager for the roadway drainage design and floodplain analysis for the new Cache la Poudre and South Platte River bridges. He coordinated drainage staff and worked with roadway and structural designers to provide two new bridge crossings with no adverse impacts to adjacent properties. Virginia Canyon Hydraulic Study, Clear Creek County, CO. Josh was the project manager for the detailed hydraulic analysis of Virginia Canyon through Idaho Springs. Detailed hydraulic modeling included sub -critical, super -critical, and mixed -flow regimes and mapping of the 100 -year floodplains. He also prepared a TSDN for FEMA submittal. • Drainage Maintenance and Capital Improvement Program (C1P) Plan, Castle Pines North, Douglas County, CO. Josh served as project manager for development of a drainage maintenance and CIP plan that identified maintenance needs and drainage capital improvement projects. He conducted site assessments of existing drainage infrastructure and provided mapping of needs and prioritization of future activities. Sage Creek, FHWA, Central Federal Lands Highway Division (CFLHD), Carbon County, WY. Josh was hydraulics task manager and provided drainage analysis and design for more than 100 culvert crossings, developed permanent erosion control for over 30 miles of roadside ditch, and designed two culvert crossings for fish passage. Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery Dan Liddle, PE - Principal -in -Charge Education B.E.T.; Civil Engineering, Rochester Institute of Technology Registrations Professional Engineer Colorado 32861 Minnesota 48144 New Mexico 17383 Washington 42503 Professional affiliations American Public Works Association (APWA) ATKINS S Dan Liddle has 22 years of experience. His experience is diverse involving all aspects of transportation improvement projects including transit, rural and urban arterials, collector roadways, and freeways. His expertise includes reconstruction and widening of existing • roadways and new roadways on new alignments for numerous municipalities, FHWA; and CDOT on projects throughout Colorado and the United States. He has also managed transportation improvements for the Union Pacific Railroad (UPRR) and departments of transportation and been the civil task lead for a major transit project located in Denver. His project experience includes: Harmony Road Improvements (Ziegler to I-25), City of Fort Collins, CO. Final design of Harmony Road between Ziegler Road and Strauss Cabin Road. Project involves widening to achieve a six -lane template. Vertical curve east of Lady Moon will be improved (lowered approximately 4 feet) for sight distance. South Taft Hill Road (Harmony to Horsetooth Road), City of Fort Collins, CO. Project manager for conceptual design and preparation of construction plans, specifications, and cost estimates for I mile of arterial roadway, intersection, utility, and signal improvements. The project was a joint agency project led by the City of Fort Collins with Larimer County participation, and funding was through regional capital expansion fees. Conceptual design involved a feasibility study of alternatives for ultimate and interim improvements. Upon gaining approval from various City and County departments, Dan coordinated preliminary and final plans, specifications, and estimates for an interim improvement construction package. Ziegler and Kechter Roundabout Conceptual Design, City of Fort Collins, Larimer County, CO. Project director responsible for technical oversight and quality control review. As needed technical expertise for the application of both AASHTO and local Larimer County Urban Area Street Standards design standards was provided. Responsibilities included verification of schedule compliance, quality assurance, and construction cost estimates. Ridge Road Reconstruction, Town of Castle Rock, CO. This roadway connection between the end of Miller Boulevard and Ridge Road was identified as one of Castle Rock's highest priorities in the Town's Transportation Master Plan. Atkins completed the alignment and feasibility study that resulted in consent from adjacent affected property owners and Town Council adoption for a selected alignment to be carried into final design. Multiple alternatives and public involvement were required to successfully complete this study. As a result.of the successful completion of the feasibility study, Atkins was selected to complete the design for reconstruction of Ridge Road from a two-lane road to a four -lane arterial section and the new.Southeast Arterial Connection Road. FHWA-Central Federal Highway Division (CFLHD). Dan has managed numerous FHWA led projects that were located on federal lands. On these projects he has been responsible for coordination between CFLHD, and United States Forest Service (USFS) and other cooperating agencies. He also prepared project design standards and documented design exceptions. Atkins I Proposal for Weld County EngineeringServices Relatedto. the 2013 Flood Recovery 119 2 Education B.S:, Civil Engineering, University of Cincinnati, 1991 Registrations Professional Engineer Colorado 33942, 1999 Andrew Holton, PE - Deputy Project Manager, Roadway Lead ATKINS Andrew Holton brings 22 years of civil engineering experience in project management; project acquisition; and the design of roadways, highways, and interchanges. Furthermore, he has experience in the conceptual design for large EA and EIS projects, such as the I-70 Mountain Programmatic ES for Region 1. As a result of his diverse experience, he has a full understanding of the FHWA/CDOT design standards and the full project development cycle, including scoping. Andrew's Atkins experience includes: Twin Tunnels Widening Design Services, CDOT Region 1, Idaho Springs, CO. As a senior engineer, Andrew has helped coordinate, direct, and complete plan sets on a project with an expedited schedule. The project will result in repairing the westbound tunnel liner and widening the eastbound tunnel to three lanes with several different and complicated phases. SH 9 Frisco to Breckenridge, CDOT Region 1, Summit County, CO. As project manager, Andrew is coordinating and leading a team in the completing of final construction documents fora 2.13 -mile segment of SH 9 from Breckenridge to south of Swan Mountain road, just south of Frisco. The plans were delayed for 4 years, so standards, specifications, and .design features have changed or been modified. The project will replace the existing road, including adding a raised median, thus improving drainage. The project will also add a bridge and a roundabout on the segment. Andrew's experience prior to joining Atkins includes: US 287, SH 1 to LaPorte Bypass, CDOT Region 4, Fort Collins/LaPorte, CO. As the project manager, coordinated and led a team through the design of approximately 2 miles of roadway widening consisting of widening two lanes to four lanes with a left -turn lane, on -street bike lanes with curb and gutter, and sidewalk. The design was complicated with a. three -leg roundabout carrying heavy truck traffic. Lead designer during the EA process allowing for a seamless transition from the EA to the design. Developed all the work hour estimates, schedules and tracking of the budget. This design covers all facets of the design. process including plans, specifications, and construction support. I-70 at Burlington, CDOT Region 1, Burlington, CO. As the project manager, coordinated and led a team through the design of more than 2 miles of 1-70, containing extensive drainage challenges, two bridge replacements, as well as roadway alignment, reconstruction, and overlay facets and construction phasing. Developed all the work hour estimates, schedules and tracking of the budget. This design covered all facets of the design process including plans, specifications and construction support. 1-70 Mountain Corridor Programmatic EIS, CDOT Region 1, CO. As project design engineer, designed and coordinated the various alternative geometric layouts to minimize and quantify the impacts on environmental receptors, and developed conceptual cost estimates for combinations of alternatives. Also performed the critical task of developing 3D visual designs to help convey the understanding of the intricacies of interchange designs, special structure designs, and major overpass designs. 04{13.1213 Atkins l Proposal for weld County Engineering Services Related to the 2013 Flood Recovery 120 Wayne Floyd - Emergency Management Lead Education B.S., Environmental Health, East Carolina University, 1987 Certifications • Groundwater Water Treatment Operator, Grade A Surface Water Treatment Plant Operator, Grade A Professional affiliations Solid Waste Association of North America ATKINS S Wayne Floyd has more than 35 years of experience in all phases of disaster management. with extensive expertise in debris management and environmental health hazards associated with natural disasters, including coordination with FEMA, FHWA, and NRCS. His project experience includes serving as a program manager for the Texas Department of Transportation (TxDOT) Beaumont District conducting various debris missions throughout southeast Texas, serving under contract with the North Carolina Department of Transportation (NCDOT), and managing Atkins' personnel providing auditing services for expenditures associated with various state disasters (Hurricanes Fran, Bonnie, Dennis, and Floyd; 1998 Texas floods; Stoneville tornado in North Carolina; and the January 2002 southeast region. snowstorms). Wayne was also involved with managing debris management operations for a number of jurisdictions in Florida in response to Hurricanes Charley and Frances. While under contract to NCDOT, Wayne served as an on -site construction manager responsible for coordinating the services of a staff of 27 public assistance (PA) project officers in administering the FEMA PA Program. This involved working with NCDOT, North Carolina Emergency Management Agency, FEMA, and local governments in development of 404 and 406 mitigation Proposals. Wayne was responsible for obtaining data and developing the environmental aspects of the mitigation proposals and damage survey reports. He also provided oversight to management contracts. His significant projects include: SH 72. Coal Creek Canyon Emergency Project Design and Construction Management, CDOT Region 1, CO. Emergency management lead. In the wake of the September 2013 Colorado floods, Atkins was notified by COOT Region 1 of an 18 -mile emergency project on SH 72 from SH 93 to SH 119, with a S -mile portion of the road severely damaged and impassable. Atkins immediately mobilized, reviewing and walking the project site, working with CDOT to prepare bid documents, showing the site to contractors and explaining the bidding process, and modifying final bid documents, all within 48 hours. This project was funded by FHWA and FEMA emergency funds. Debris Management, Mississippi Emergency Management Agency (MEMA), MS. State PA officer. Wayne worked with FEMA, state PA coordinators, and project officers to develop validation guidelines for field operations and monitoring of debris removal operations. Hurricanes Irene and Sandy, City of Newport News, Virginia, and Craven County, NC. Wayne provided PA program management for these local governments in response to Hurricanes Irene and Sandy. He functioned as the local governments' authorized representative, managing debris removal and monitoring operations as well as compiling documentation in support of project worksheets for categories A -G. He provided training program development and training of public works staff in initial damage assessment, preliminary damage assessment, and direct and indirect administrative cost documentation. He was involved in the development of debris management plans including solid waste, wastewater, stormwater, facilities management, and streets department SOPs addressing pre -event, post -event response, and recovery operations plans. 0403.1213_, Atkins I Proposal for Weld County EXHIBIT B Request for Proposals Engineering Services related to the September 2013 Flood Recovery I. Purpose The Weld County Public Works Department is requesting proposals for Engineering Services related to the September 2013 Flood Recovery. The requested services may include all or portions of the following: Topographic and ROW Surveying, Roadway or Bridge Repair Design Drawings, Structural Inspection, Hydrology and Hydraulic Analysis, Environmental Clearances, Preparation of Contract Bid Documents, and Construction Inspection. The projects will include 4 separate "Project Areas", defined by the various river corridors as shown on the attached maps. Each Project Area will include several "Sites" along each of the river corridors. There may be as many as 30 overall sites, each of which will require various engineering services as described above in order to restore the sites to pre -flood conditions and specify mitigation efforts that may prevent future flood damages. Maps of the Project Areas and an inventory of the original damage and emergency repairs to the Sites will be provided to the selected consultants. The Department intends to select one consultant for each Project Area to perform the needed work. NOTE: A site visit will be conducted to a single "Sample Site" which will represent the various improvements that may be required at the other sites. The consultant proposals should explain the various work items recommended for the Sample Site and include a breakout of consultant tasks and hours for the Sample Site. These may or may not apply to the other Sites in the Project Areas. II. Scope of Services Weld County is working with FEMA and FHWA specialists to verify damages to County assets that were damaged during recent flooding. Weld County is in need of professional engineering services which will generally consist of overall plan preparation related to flood repairs, specification preparation, and construction management services. Engineering services will comply with County, State, and Federal regulations. Time is of the essence as Weld County anticipates that high water during spring runoff could cause additional damage to project sites. The Public Works Department is looking for ways to shorten the design process and develop an abbreviated set of construction drawings. General engineering services will include: • Design Surveying (Could include temporary easement descriptions) • Hydrology & Hydraulic analysis required to document repair and mitigation efforts • Flood plain record research to validate flow rates that may be used • Preliminary roadway or bridge design, cost estimates, evaluations, plans, reports and coordination with staff and others • Final design, abbreviated plan set preparation, specifications and design details per CDOT Standards • Geotechnical & Drainage investigation/reports (if needed) • Potholing and utilities coordination & relocation • Environmental assessment study • Construction engineering and inspection services for Federal -funded construction projects as directed 1 NOTE: It is anticipated that the consultants will utilize as much existing floodplain mapping/data as is applicable, so that the time and costs required for any hydrology & hydraulic analysis, etc. will be minimized. A. General Project Description The initial emergency repairs necessary prior to opening the roads to traffic has been completed at all the sites. Engineering Services are now needed to reassess the sites to determine final improvements needed to return the sites to a stable permanent condition and indicate if mitigation efforts may prevent future flood damage. The anticipated repairs may include: Riprap armoring of bridge abutments, Wing wall/Railing/Deck Repairs, Placement of turf reinforcing mats, Temporary and Permanent Erosion Control, Seeding, Sod and asphalt patching/paving and striping as required. Although it is unlikely that construction at all the sites can be accomplished before the spring run-off begins (end of May), the goal will be to prioritize the sites and have bid documents ready to bid as soon as possible for the high priority sites. Weld County anticipates that an abbreviated set of plans for many sites will need to be bid ready by the end of February 2014. This may include small yet concise sets of plans and specifications. B. Project Requirements • Structures inspections and design engineering to repair flood damage to structures and roadways impacted by the September 2013 Flood • Report to the Public Works Department on repair needs within each specified project area • Completion of preliminary estimate of construction, engineering and permitting costs • Topographic and ROW Surveying necessary to complete the scope of services • Engineering design for repair and/or replacement of County road and bridge facilities designed in accordance with Weld County, CDOT and FEMA & FHWA standards and clearances • The consultants may be required to meet a DBE participation goal on the design work associated with the FHWA sites • Bid documents as directed for advertisement of improvements in a manner that meets the reimbursement requirements of either FEMA or FHWA • Environmental, historical, land use, and ROW clearances as required • The consultant will be required to provide construction administration and project management including submittal review, documentation, and continuous full time field inspection for the project per CDOT inspection guidelines. Any required materials testing not provided by the construction contractor will be arranged by the County. • The consultant may also be required to produce "as constructed" drawings at the completion of the project. Final drawings shall also be submitted on CD in PDF format. All material submitted at the completion of the project shall become property of Weld County. C. Project Schedule (Anticipated) • RFP Issued December 17, 2013 • Mandatory Pre -proposal Meeting December 18, 2013 (10:00 AM) • Proposals Due at Purchasing December 27, 2013 (5:00 PM) • Consultant Interviews January 3, 2014 • Contract Award January 8, 2014 A mandatory pre -proposal meeting will be held on December 18, 2013 (10:00 AM) at Weld County Public Works, located at 1111 H Street, Greeley, Colorado. Consultants must attend and record their presence at the mandatory pre -proposal meeting. After the meeting there will be a SITE VISIT to a "sample site" to give the consultants an idea of what may be required for each of the sites. The consultant will be required to develop and submit 2 their proposal outlining the scope of services that they believe would be necessary to meet the project goals. The selection committee will utilize this information to complete the final RFP scoring. III. 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 sample site. 4. Provide ideas or suggestions on how your firm may be able to meet the shortened design schedule. 5. Provide a scope of work for the proposed design and management of the sample site. This effort will only be used for RFP scoring and selection. 6. References from at least three other projects with similar requirements that have been completed within the past five years and 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 no smaller than 11"x17". 8. Consultant's willingness to enter into the Weld County Standard Contract Agreement included as part of the RFP. 9. Limit the total length of your proposal to a maximum of 20 pages (excluding covers). The County will reject proposals received that are longer than 20 pages in length. 10. Submit a total of five copies of your proposal. 11. Proposals must be delivered to the Weld County Purchasing Department, P.O. Box 758, 1150 "O" St., Greeley, CO 80632, no later than 10:00 AM (Purchasing time clock), December 27th, 2013. 12. 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: Richard White, P.E. — Project Manager Weld County Public Works 970-356-4000, ext. 3742 rdwhite@co.weld.co.us 3 PART 2- SELECTION PROCESS IV. Selection Criteria and Method The Weld County Purchasing Professional Services Selection process describes the consultant selection criteria and method. This document is available for review in the Weld County Code, Revenue and Finance, Chapter 5, online at www.co.weld.co.us. A selection committee shall include Weld County Public Works representatives. Selection Criteria Review and Assessment Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the written proposals and interview session. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. WEIGHTING FACTOR QUALIFICATION STANDARD 5.0 Scope of Proposal The proposal clearly shows an understanding of the project objectives, methodology to be used, and final results that are desired by the Department. 5.0 Critical Issues The proposal demonstrates the firm clearly understands the major issues associated with the project, and offers realistic solutions to those issues. 4.0 Project Control The firm has described their methods of controlling their design and construction cost. The firm has demonstrated an ability to insure State or Federal procedures are used where appropriate. Does the firm have a Quality Control process in - place to manage the quality of their product. 4.0 Work Location/Familiarity Project team's work location relative to the project site location. Key team members familiarity with Weld County and the goals of the Department. 2.0 UDBE Goal The firm has provided documentation which supports their ability to meet a UDBE goal, estimated to be approximately 10%, for this project. The designated UDBE subconsultant(s) have proven abilities. Final selection will also consider verification of references. Final DBE's goals are going to be used for seven of the sites and are currently being established by CDOT. 4 PART 3- PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made this day of 201_, by and between whose address is , hereinafter referred to as "Contract Professional," and 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." 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 and are specifically made a part of this hereof by this reference. Exhibit A, County's Request for Proposal (RFP) as set forth in "Bid Package No. B ". Exhibit A contains County's description of its needs for the professional services required, the time within which the Project must be completed, the location of the Project, the requirements for Contract Professional's adherence to specific State and/or Federal law and/or standards which must be met, the engineering standards/criteria, and all other expectations of County. The RFP also contains the following specific requirements: (COPY TABLE OF CONTENTS HERE) Exhibit B, Contract Professional's Response to County's Request for Proposal, includes Contract Professional's response to County's description of its needs for professional services, the requirements for Contract Professional's adherence to specific State and/or Federal law and/or standards which must be met, the engineering standards/criteria, and all other expectations of County. WHEREAS, County desires to retain Contract Professional as an independent contractor to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. NOW THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Engagement of Contract Professional. County hereby retains Contract Professional, and Contract Professional hereby accepts engagement by County upon the terms and conditions set forth in this Agreement. 2. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor Professional's completion of the responsibilities described in Exhibits A and B. In no event shall this Agreement continue beyond one year from County's execution of the Agreement unless the parties specifically agree to a continuation in writing. 3. Services to be Performed. County and Contract Professional acknowledge and agree that each of the Contract Documents listed above are integral components of this Agreement and consent and agree that County's requirements are accurately reflected in Exhibit A and Contract Professional's willingness and ability to meet those requirements are accurately reflected in Exhibit B. Contract Professional further acknowledges that any form requiring completion shall be completed to the satisfaction of County at the time and in the manner required by County. Contract Professional shall be responsible for the professional quality, technical accuracy, timely completion, and the coordination of all services rendered by Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies Contract Professional further acknowledges that a failure to comply with the standards and requirements of Exhibits A and B may result in County's decision to withhold payment or to terminate this Agreement. 4. Compensation. A. Upon Contract Professional's County agrees to pay Contract Professional for services performed as set forth in Exhibits A and B, and at the rate of set forth in Exhibit B. Charges shall be based on the time actually spent performing the services, but shall exclude travel time. 5 B. Mileage may/may not (circle one) be charged to and from any required job site at a rate of cents per mile. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. C. 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. D. Payment for services and all related expenses under this Agreement shall not exceed 5. Additional Work. 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. Independent Contractor. Contract Professional shall perform its duties hereunder as an independent Contractor and not as an employee. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Neither Contract Professional nor any agent or employee of Contract Professional shall be deemed to be an agent or employee of County. Contract Professional and 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 (b) provide proof thereof when requested to do so by County. 7. Warranty. Contract Professional warrants that 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 shall faithfully perform the work in accordance with the standards of care, skill, training, diligence and judgment provided by highly competent individuals and entities that perform services of a similar nature to those described in this Agreement. 8. Reports County Property. 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. Such materials include, but are not limited to, reports, data, plans, drawings, records and computer files. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 9. Acceptance of Product 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 furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the work. Acceptance by the County of, or payment for, any services performed 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. 10. Insurance and Indemnification. Contract Professional shall defend and indemnify County and CDOT, their officers and agents, from and against injury, loss, damage or liability arising from Contract Professional's acts, errors or omissions in seeking to perform its obligations under this Agreement and shall hold County harmless from any loss occasioned as a result of the performance of this Agreement. 6 A. General Requirements: Contract Professional agrees to secure, at or before the time of execution of this Agreement, the following insurance covering all operations, goods or services provided pursuant to this Agreement. Contract Professional shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, during any warranty period, and for three (3) years after termination of the Agreement. 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 Public Works 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 Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contract Professional. 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. B. Types of Insurance: Contract Professional shall obtain, and maintain at all times during the term of this Contract, insurance in the following kinds and amounts: 1. Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of Contract Professional's employees acting within the course and scope of their employment. 2. Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: $1,000,000 each occurrence; H. $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; iv. $50,000 any one fire; and v. $500,000 errors and omissions. C. 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 on County property and elsewhere. D. Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $1,000,000 aggregate limit for all claims. E. Additional Provisions: 1. Policies for all general liability, excess/umbrella liability, liquor liability and pollution liability must provide the following: If any aggregate limit is reduce by twenty-five percent (25%) or more by paid or reserved claims, Contractor shall notify County within ten (10) days and reinstate the aggregates required; H. Unlimited defense costs in excess of policy limits; i. Contractual liability covering the indemnification provisions of this Agreement; iv. A severability of interests provision; v. Waiver of exclusion for lawsuits by one insured against another; vi. A provision that coverage is primary; and vii. A provision that coverage is non-contributory with other coverage or self-insurance provided by County. 2. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability, if the policy is a claims -made policy, the retroactive date must be on or before 7 the contract date or the first date when any goods or services were provided to County, whichever is earlier. 3. Contract Professional agrees to secure and deliver to County's Risk Administrator ("Administrator") at or before the time of execution of this Agreement, and to 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 as set out below. F. Proof of Insurance: Contract Professional shall provide a copy of this Agreement to its insurance agent or broker, and further agrees to have its agent or broker provide proof of Contract Professional's required insurance on www.lns-Cert.com and link the information to County. County reserves the right to require 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. G. 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. H. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent contractors, 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 contractors, sub -vendors suppliers or other entities upon request by the County. 11. Termination. Either party may terminate this Agreement at any time by providing the other party with a thirty (30) day written notice thereof. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. In the event of an early termination, Contract Professional shall be paid for work performed up to the time of notice and County shall be entitled the use of all material generated pursuant to this Agreement. 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 as described herein. 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 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." 12. Non -Assignment. Contract Professional may not assign or transfer this Agreement, any interest therein or claim thereunder, without the prior written approval of County. 13. Access to Records. County shall have access to Contract Professional's financial records as they relate to this Agreement for purposes of audit. Such records shall be complete and available for audit 90 days after final payment hereunder and shall be retained and available for audit purposes for at least five (5) years after final payment hereunder. 14. Time of Essence. Time is of the essence in each and all of the provisions of this Agreement. 15. 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. 16. Notices. Any notice required to be given under this Agreement shall be in writing and shall be mailed or delivered to the other party at that party's address as stated above. 8 17. 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. 18. 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. 19. 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. 20. Entire Agreement/Modifications. This Agreement contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiation, representation, and understanding 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. By execution of this Agreement, County does not warrant that funds will be available to fund this Agreement beyond the current fiscal year. 22. No Conflict. 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, 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 jurisdiction to resolve said dispute. 28. Public Contracts for Services. C.R.S. §8-17.5-101. Contract Professional certifies that Contract Professional is not an illegal immigrant. 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 and 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 of the Department 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 sub -contractor that fails to 9 certify with Contract Professional that the sub -contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional (a) shall not use E -Verify Program or Department program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed, (b) shall notify the sub -contractor and Weld County within three (3) days that Contract Professional has actual knowledge that a sub -contractor is employing or contracting with an illegal alien and (c) shall terminate the subcontract if a sub -contractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice, and (d) 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 Department program, 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 Department 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 damages. 29. Employee Financial Interest/Conflict of Interest. C.R.S. 4424-18-201 et seq. and 424-50-507. The signatories to this Agreement aver that to their knowledge, no employee of County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. Contract Professional has no interest and shall not acquire any interest direct or indirect, which would in any manner or degree 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 conflict 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. 30. 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. 10 Weld County Proposal Engin n S Se t er 2 RFP#B1300201 December 27, 2013 Nan [ Ssign Enab e elated t t e Recovery Atkins North America, Inc. 4601 DTC Boulevard, Suite 700 Denver, Colorado 80237 Telephone: +1.303.221.7275 Fax:+1.303.221.7276 www.atki nsglobal.comfnorthamerica December 27, 2013 Weld County Purchasing Department 1150 "O" Street Greeley, Colorado 80632 Subject: Proposal for Engineering Services Related to the 2013 Flood Recovery RFP #61300201 Dear Review Panel Members: Thank you for your continued interest in Atkins providing engineering services following the September flooding. Our statement of qualifications showed that Atkins, teamed with Shannon & Wilson, Inc., Pinyon Environmental, Inc. (Pinyon), and Woolpert, Inc., is fully capable of providing the services you need and is eager to continue our successful working relationship with Weld County. Atkins has performed engineering services for Weld County previously and has no issues with providing additional services under Weld County's Standard Contract Agreement. Following the pre -proposal meeting and site visit to WCR 53 (Sample Site), we have added San Engineering to our team. San Engineering will expand our local structural and roadway design staff and also provide additional opportunities to meet or exceed the 10 percent disadvantaged business enterprise (DBE) goal for FHWA bridge locations. Weld County staff should be commended on the condition of the "sample site" (WCR 53 over the South Platte River) following the emergency repairs. Josh Hollon and Andrew Holton, Atkins' project manager and deputy project manager, respectively, reviewed the site and compared the existing conditions to photos taken by Atkins staff immediately following the flood and were impressed with the flow of traffic and condition of the paving. The emergency repairs have restored normal traffic operation; however, additional measures are required to stabilize the sites for upcoming spring runoff events as well as future flooding events. With multiple sites in each project area and a limited construction window, Atkins has developed a plan to expedite design and plan preparation for each site. Our multidisciplined approach includes collaboration among our team's structures, roadway, drainage, geotechnical, and environmental professionals, with oversight and review by emergency management and construction staff. Our team will: • Maximize federal reimbursements for final stabilization and mitigation. • Expedite preparation of construction documents to extend the available construction schedule. • Leverage our vast knowledge of Weld County to efficiently design site improvements. Atkins commits to being available, accessible, and responsive. Our approach underscores our adherence to strong project controls to effectively manage the project(s) scope, schedule, budget, and quality. We understand these elements are of utmost importance for any project and especially for a recovery effort. Our team looks forward to working with you to repair local flood damage, and asks that you select us so that we can be a part of the community as it moves forward and recovers from the flooding. The information and data submitted in this proposal is true and complete to the best of my knowledge. If you have any questions or would like to discuss our qualifications further, please contact our project manager, Josh Hollon, by email at joshua.hollon@atkinsglobal.com or by phone at 720.475.7051. Thank you for your consideration and we look forward to working with you. Sincerely, Dan Liddle, PE Jdsh Hollon, PE Principal -in -Charge Project Manager 1 Engineering Services Related to the 2013 Flood Recovery Evaluation criteria and submittal requirements cross-reference Qualification and standard Page Submittal requirements Scope of proposal Project understanding 1 Project methodology (approach) for sample site 1 Final results (on time delivery/maximum reimbursement) 10-13 Critical issues Major issues Solutions Project control Cost and schedule control Schedule control 0 0-13 10-13 0-13 Compliance with state and federal procedures and ability to help maximize FEMA reimbursement 1D Quality control 3 Work location/familiarity Work location relative to project site ; 3 Familiarity with Weld County UDBE goal Ability to meet UDBE goal Qualifications of UDBE subconsultant 6 1,5; 1a Overall firm capabilities Atkins is one of the world's leading engineering and design consultancies. With 2,700 employees in 70 offices nationwide, Atkins supports a mix of public- and private - sector clients. Perhaps the most significant indicator of Atkins' success is our 90 percent volume of repeat business, which reflects our clients' satisfaction. We have the breadth and depth of expertise to respond to the most technically challenging and most time -critical infrastructure projects. 1.1 System procedures for scheduling and costing projects Effective project controls are the backbone of project success. Atkins has developed proven controls that will help us maintain project schedules, costs, and quality. 1.1.1 Cost control Realistic budgets must be established at the start of any project. Our project manager and deputy project manager — Josh Hollon and Andrew Holton, respectively —will develop and monitor budgets. Accurate quantities and cost Firm qualifications Staff qualifications Critical issues Suggestions on how to meet accelerated schedules Scope of work for sample site References Sample plan and profile sheet Standard Contract Agreement acceptance Sample site estimate of hours Proposed schedule 14 estimates are crucial to project success, since errors and omissions can cause project delays and additional costs. We have learned through the flood work we have performed thus far that construction estimates have been high due to several factors —lack of staff and equipment and their location in relation to the project sites. Atkins will use that information to assist the County in developing construction estimates. Our project manager, Josh Hollon, and deputy project manager, Andrew Holton, working with our task leads, will carefully develop and monitor the construction estimates and update the County of any significant changes prior to advertisement. Atkins uses Oracle E -Business Suite as our internal project accounting system. Detailed project information can be obtained on a weekly basis to ensure compliance with project budgets and schedules. For each invoice, Atkins will prepare and include monthly progress reports detailing the work completed, anticipated work, and any potential issues. 1.1.2 Schedule control Meeting the schedule is also essential to project success. Josh and Andrew and our task leads will identify key milestones and critical path items at the start of any 0403.37831.1213 Atkins I Proposal for Weld County Engineering Services Relatedto the 2013 Flood Recovery 13 project, and will develop a schedule for all deliverables in coordination with you. We use Microsoft Project to develop and track schedules. Key elements to maintain schedules include: • Factoring in adequate time for Atkins quality control reviews and County reviews. • Setting critical path intermediate milestones such as weather conditions, spring runoff, and the ability to evaluate/inspect project sites in winter conditions. • Developing a recurring internal Atkins team progress meeting date and time to communicate expectations. • Following up on meeting action items. 1.2 QA plan and procedure Our proven five -step approach to QA/QC, as demonstrated in the following QA/QC procedure graphic has one single focus —to consistently provide you quality deliverables. We follow our QA/QC process on all deliverables and submittals, whether it is a complete set of design plans and specifications or a single paragraph technical memorandum. Jerry Waterman will ensure that our QA/QC process takes place by assigning a QC reviewer with appropriate expertise to each task/project. 2. Work location/familiarity 4.1 Production facilities and work location Atkins' Denver office provides a depth of resources available to assist you in this important recovery work. The services you are requesting are all within our areas of expertise, and we have the staff to efficiently and cost-effectively deliver this project. Atkins has local team members and can easily meet with Weld County staff on short notice. Our Denver office is located at: 4601 DTC Boulevard, Suite 700 Denver, Colorado 80237 303.221.7275 3. Project team Atkins, combined with our subconsultants, offers the County one of the state's largest local pools of resources and experience in all the disciplines required. Our Denver office has nearly 150 employees in structures, drainage, roadway, environmental sciences, and construction management. Our professionals will supplement your staff, and we are available to apply our knowledge while working with you to provide cost-effective, quality deliverables. You will receive a broad spectrum of resources and a project manager, Josh Hollon, who will focus his efforts on ensuring your needs are met. Due to the possibility that multiple projects will take place concurrently, Josh will be supported by deputy project manager Andrew Holton. This arrangement will facilitate efficient project management so that time -critical tasks are moving forward in an expeditious manner. Atkins is a global consultancy with a myriad of resources and skills available to our many clients worldwide. Our Denver office is less than an hour away from Weld County. We are your neighbor. We are local. But we also have global resources. The team that we have assembled is local but it has real-time access to highly -skilled resources within the firm with the breadth and knowledge to provide the full complement of services that this project requires and deserves. If needed to meet schedule demands or provide specialized expertise, we will tap into the skills of many people and resources in our organization to achieve the project goals and to exceed your expectations. Brief biographies of our key staff are provided below; our proposed team organization follows on page 4. If needed to meet schedule demands or provide specialized expertise, Atkins will tap into the skills of many people and resources in our organization to achieve the project goals and to exceed your expectations. 2.1 Key team members Josh Hollon, PE, CFM Project Manager and Hydrology/Hydraulics Task Lead Josh Hollon has 16 years of experience in stormwater and floodplain management. He specializes in identification of drainage needs, coordination with clients, and leading multidisciplinary teams in the development of cost- effective project solutions. His responsibilities include management of floodplain mapping projects, design of drainage systems, detailed hydraulic studies of floodplain corridors, and design of channel restoration projects. Josh will use his knowledge of Weld County's floodplains, his experience with detailed hydraulic modeling of the South Platte and Cache la Poudre Rivers, and his relationships with other affected communities and state agencies to fully support the needs of Weld County. 0403.37831.1213 Atkins I Proposal for Weld County Engineering Services Related the 2013 Flood Recove Proposed team organization Principal -in -Charge Dan Liddle, PE Structures Chengyu Li, PE, Ph.D, Task Lead Pedro Fernandez, PE Allison Young, El Wilson Moy, PE John Migliaccio, PE, LEED AP' Roadway Andrew Holton, PE, Task Lead Loren Lauvray, PE Jon Gellner Frank Schultz, PE, LEED AP (Utilities) Eduardo San. PE4 Geotechnical. Mark Vessely, PE, PG', Task Lead Deputy Project Manager Andrew Holton, PE Project Manager Josh Hollon, PE CFM Hydrology/Hydraulics Josh Hollon, PE, CFM, Task Lead Lisa Biggs, PE, CFM Michele D'Allesandro, PE, CFM Jacob Beedle, PE,, CFM KC Robinson, PE, CFM Amy Finseth, CFM QA/QC Jerry Waterman, PE Construction Management/ Inspection/Oversight Derek Lindvall, PE, Task Lead Jim Zufall PE Brian Johni Environmental Amy Kennedy', Task Amy Kennedy3 NEPA Specialist Brian Partington3 Water resources Tim DeMasters3 Scientist Daniel Bolda' Fredrick Lindner' Subconsultant Key 'Shannon & Wilson, Inc. 2Woolpert, Inc. 'Pinyon Environmental, Inc. 4San Engineering, LLC Surveying/ROW Christopher Ram!, PLS2 Task Lead Michael Heimbuck, PLS2 Jay Kramer Emergency Management Wayne Floyd, Task Lead John Webster Michael Healy, PE Andrew Healy, PE GIS Jarod Skrivanek, CFM, GISP Task Lead Trevor Rappleye Jeff Butler, CFM, GISP Eric Coughlin, CFM, GISP Please note: Pinyon Environmental and San Engineering will help Atkins meet or exceed DBE goals for FHWA sites. 0403,378311213 Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery 15 Andrew Holton, PE Deputy Project Manager and Roadway Task Lead Andrew Holton brings 22 years of civil engineering experience in project management; project acquisition; and design of roadways, highways, and interchanges. He also has experience in conceptual design for large EA and EIS projects, giving him a full understanding of the environmental considerations involved in roadway projects. As a result of his diverse experience, he has a complete understanding of FHWA/Colorado Department of Transportation (CDOT) design standards and the full project development cycle, including scoping. Andrew's recent work in Region 4 involved managing the widening of a 2 -mile segment of US 287 from SH 1 to LaPorte Bypass, so he is familiar with regional requirements. He will apply this expertise to Weld County's emergency repair projects so that roadway improvements are made expeditiously and to County and state standards. Dan Liddle, PE Principal -in -Charge Dan Liddle has 22 years of experience in all aspects of transportation improvement projects including transit, rural and urban arterials, collector roadways, and freeways. His expertise includes reconstruction and widening of existing roadways and new roadways on new alignments for numerous municipalities, FHWA, and CDOT on projects statewide. Dan is managing the extension of WCR 49, a nearly 3 -mile roadway with multiple intersections, ditches, and floodplain considerations, and will use his extensive roadway design expertise and knowledge of Weld County issues and goals so that you receive exemplary service that exceeds your expectations. Wayne Floyd Emergency Management Task Lead Wayne Floyd has 35 years of experience in all phases of disaster management with extensive expertise in debris management and environmental health hazards associated with natural disasters, including coordination with FEMA, FHWA, and the Natural Resources Conservation Service (NRCS). He has managed emergency recovery efforts nationwide in response to natural disasters associated with flooding, wildfires, hurricanes, and tornadoes. Locally, Wayne served as Atkins' emergency management lead for the SH 72 rehabilitation efforts in CDOT Region 1. This 18 -mile -long project was funded by FHWA and FEMA emergency funds and involved evaluation of an 18 -mile roadway segment wherein 5 miles were severely damaged and impassable. Wayne has worked with emergency management agencies at the local, state, and federal levels to successfully develop 404 and 406 mitigation proposals, developing environmental reports and damage survey reports, and providing contract management oversight. His in-depth knowledge of federal requirements will help the County maximize the funding available for its projects. 3.2 Subconsultants Shannon & Wilson Inc. Geotechnical Shannon & Wilson has been involved in emergency and permanent repairs to roadways and embankments damaged during the September floods, including US 34 and SH 72 for CDOT, Kneale Road for Denver Water, and repairs to BNSF and UPRR embankments throughout northern Colorado. Through this experience, as well as decades of similar work throughout the country, Shannon & Wilson understands the urgent need to evaluate the repaired embankments to determine whether they are satisfactory in the current condition, if surficial treatment is required for reliable pavement performance, or if more significant removal and replacement is warranted. This understanding is necessary for Weld County to make an informed decision on risk and cost management, as well as to support requests for funding from federal agencies that may not be available in the future. Woolpert, Inc. Surveying/Right-of-Way Woolpert has provided post -flood survey and design support to Atkins for Weld County projects and will be a vital member of the design team. Right-of-way (ROW) identification and expedited ROW/easement acquisition is expected to be a critical path item to allow for construction of the final improvements and possible mitigation measures. Woolpert's knowledge of the flood -damaged areas and working relationship with Atkins will expedite the survey and ROW process. 3.2.1 DBE firms Although this project does not have a DBE goal, the FHWA sites will require DBE goals for full reimbursement. Atkins supports this initiative and our DBE partners will be active throughout our work to easily achieve the County's DBE goal. Atkins has consistently achieved or exceeded the DBE goal set for other projects on which we have worked. To support this effort, we have teamed with two qualified DBE firms, Pinyon and San Engineering. ur mom._ WOOLPEPT 0403.37831:1213 Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery 16 Pinyon Environmental, Inc. (DBE) Environmental Pinyon has been actively involved in emergency and permanent repairs to roadways, bridges, and structures damaged during the September floods, including North Shield Street in Larimer County. This experience in an adjacent county will provide efficiencies in identification of project impacts, determination of permitting processes, and demonstrated compliance with environmental requirements. San Engineering, LLC (DBE) Structural and Roadway Design Support San Engineering will provide additional structural and roadway design support to the Atkins team. As a DBE, San will help this team meet and exceed DBE goals for FHWA sites. Atkins and San have teamed on numerous projects throughout Colorado, and this trusted relationship allows for efficient design coordination and flexible workloads. If at any point during the design it appears the design team may not meet DBE goals for the FHWA sites, San will be able to increase their workloads in multiple disciplines to help ensure federal reimbursements. Pinyon 4. Perform: nce on similar projects This section illustrates our team's experience and qualifications in completing flood recovery, bridge and structure design, road design, surveying and mapping, CAD/plan preparation, and construction management and construction observation and inspection services. Specific to flood recovery efforts, Atkins has extensive and exclusive capabilities in post -flood mapping activities. For example, the Colorado Water Conservation Board (CWCB) has flown LiDAR for many of the flood -affected rivers and communities throughout Weld County, as shown in the image below. Using this information, Atkins' automated floodplain mapping systems can quickly and efficiently identify changes in flooding risks caused by channel migrations during the September floods. This automated mapping can provide quick identification of new flood risks, support future design efforts, and provide additional floodplain management tools. Atkins' relationship with CWCB, combined with our automated floodplain mapping systems, will provide Weld County with post -flood risk assessment very quickly and with minimal cost to the County. 2013 Colorado Floods — SH 72 Coal Creek Canyon Emergency Project Design and Construction Management Project highlights • Emergency response (flood recovery) • Fast -track schedule • Road design (hydraulic design) • Construction management Client contact CDOT Region 1 Chris Paiz. T: 303.916.1051 F: 303.757.9866 Ron Buck T 303.512.5456 F: 303.757.9866 Value $520,000 (fee) Status Ongoing In the wake of the September 2013 Colorado floods, Atkins was notified by CDOT Region 1 of an 18 -mile emergency project on SH 72 from SH 93 to SH 119, with a 5 -mile portion of the road severely damaged and impassable. Atkins immediately mobilized, reviewing and walking the project site, working with CDOT to prepare bid documents, showing the site to contractors, explaining the bidding process, and modifying final bid documents, all within 48 hours. As CDOT and the Atkins project manager were preparing and accepting bids from contractors, Atkins designers continued to survey the project site, meet with utility companies, and prepare a preliminary plan of action with typical sections, working continuously through the days, evenings, and weekend. Less than 1 week after Atkins' assistance was requested, the contractor started work to repair the damaged roadway and opened controlled access for those living in the construction corridor. Atkins worked side by side with CDOT and the contractor, preparing additional documents as needed. This project was funded by FHWA and FEMA emergency funds, which required that project documentation be kept separate and independent. Atkins ensured that the documentation was updated daily and estimates were paid every 2 weeks, as requested by the contractor. During the federal review process, FEMA confirmed that the documentation met or exceeded FEMA requirements. Since the flooding caused major environmental damage, Atkins implemented proper controls and corrective actions to protect the environment and mitigate damage. Because our team was proactive in planning and executing these potential issues during the repair work, construction remained on a fast -track schedule. Items such as debris removal, redirecting the stream with dikes, and other appropriate measures were performed with the stream/road restoration and as the riprap was being placed. The riprap- faced slopes help prevent erosion into the stream, and the corridor is being seeded and mulched to provide further erosion control. 0403 37831:1213'. Atkins I Proposal for Weld County Engineering. Services Related to the 2013 Flood Recovery,I 7. Several key stakeholders were involved in this project including CDOT, Atkins, the contractor, utilities, and local residents. Excel Gas was a major stakeholder since its gas line had to be rebuilt within the roadway template for the entire corridor, which required close coordination. A team atmosphere was established early on with all stakeholders, creating a synergy for efficiently completing a successful project within a very short time frame. The team developed many creative ideas by working together closely, resulting in quicker construction and a quality final product that will stand up to future flooding. The finished roadway was opened to all traffic in just under 2 months. 2O13 Colorado Floods — Longmont Structure Assessments Project highlights • Emergency response (flood recovery) • Fast -track schedule • Structure assessment Client contact City of Longmont Tom Street T: 303.651.8694 F: 303.651.8590 Value $17,900 (fee) Status Completed November 2013 In September 2013, following the severe flooding in Colorado, the City of Longmont contacted Atkins to request help with structure assessments within flood -damaged areas. The City needed a consultant to perform assessments in order to decide which routes could safely be reopened to residents. Atkins had coincidentally performed a site visit as part of a reconstruction project the Friday before the flooding for the two bridges over the St. Vrain River, which received extensive flood damage. These bridges are undersized for a large flood event, as was made evident. Working quickly to respond to the emergency, the Atkins team performed visual cursory structure assessments on 16 river and creek crossings (bridges and box culverts), eight pedestrian crossings, and the adjacent trails and roadways, all within a 36 -hour period. As the water was still high, these assessments were based on what could actually be seen. With Atkins' feedback, the City of Longmont was able to open multiple routes from north to south that had previously been closed. During the next few days, Atkins also wrote brief memos to help the City determine funding options and document the impacts of the floods for FEMA. Based on a follow-up site visit, Atkins recommended, and the City of Longmont approved, another more detailed structural and scour assessment of the Main Street bridge. The team was able to view more of the bridge's components, including its spread footings, once the water had receded. Atkins recorded the depth of the scour caused by the flooding and made recommendations for temporary erosion protection, since the bridge is scheduled to be replaced later in 2014. Countermeasures were recommended in case of another flood event or heavy spring runoff. A sanitary sewer that ran underneath the bridge was also damaged, and Atkins is working on both the temporary and permanent repair with City of Longmont staff. City of Fort Collins On -Call Transportation Engineering Services Project highlights • Roadway design • CAD/plan preparation • Structure design • Construction management Client contact City of Fort Collins Rick Richter T: 970.221.6798 F: 970.221.6375 Value $1 million Status Completed 2012 This contract with the City of Fort Collins required on -call engineering services. One project included design, layout sheets, quality control check, and construction documents for the Pleasant Valley Canal culvert under Drake Road. This culvert was extended to accommodate the widening of Drake Road and consisted of a cast -in - place concrete box culvert, wingwall extensions, and bridge rail to be built in accordance with CDOT 0403.37831.1213 Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery Standard Plan M-601-1. Other projects included drainage design, preliminary/final design, cost estimates, and construction administration assistance for replacement of the Arthur ditch; development of a transportation performance measurement system; and preliminary design of a one -lane roundabout at the intersection of Ziegler and Ketcher Roads. City and County of Denver On -Call General Engineering Services Project highlights • Roadway design • CAD/plan preparation, • Hydrology/hydraulics • Traffic and safety study Client contact City and County of Denver Jim Barwick T: 720.913.4535 F: 720.865 2676 Value $2.5 millior Status .:On- an` ., Atkins is providing general engineering services to the City and County of Denver. We are providing on -call assistance to meet critical infrastructure needs to accommodate growth and development including roadway reconstruction; streetscape, sidewalk, and transit -oriented improvements; traffic and safety studies; and drainage improvements. CDOT Region 1 General Engineering Non -Project Specific (NPS) Contract _ Project' highlightk ►,NPS cortract • Roadv ay, roundabou traffic, .arid bridge structure design • CAD/plan preparation,:::. • Surveying and,mapping, • Environmental and hydrology/hydraulic. . Client contact CDOT Region 1 Carrie Dejiaco..mo:f. T: 303.365 7211 F: 303 7579169 Value $1.9 million; Status' `': Ongoing This 2 -year contract with CDOT Region 1 involves the provision of NPS engineering services including surveying, right- of-way plan preparation, photogrammetric mapping, bridge design, roadway design, tunnel design, hydrology and hydraulics design, traffic engineering, architectural activities, landscape architecture activities, noise studies, value engineering, materials testing, environmental services, water quality evaluation, and construction services. Projects included the following, among others: • 1-70 Mountain Corridor Twin Tunnels • West Parachute Interchange Region 3 Construction Support • Twin Tunnels Roadway Concept Design Colorado Bridge Enterprise Design NPS Contract This task order is meant to provide temporary consultant services for projects that have a need for short-term staffing when the normal NPS process cannot be used. The scope of work and associated cost estimate is for construction management, construction inspection, and material testing services for construction projects in Region 2. Projects include SH 160 FBR Bridges East and West of Pritchett, SH 89 Bridge Replacement, SH 350 Bridge Replacement, SH 12 Status Cucharas River Bridge, SH 12 Ongoing Purgatoire River Bridge, SH 160 FBR Bridges over North Fork Sand Arroyo, Replacement of Bridges O -19-i and P -19 -AD, SH 350 Bridge Design, Federal Boulevard US 287 over BSNF, and CDOT R2 Bridge Rehabilitation. Project highlights • NPS contract • Bridge, roadway, structure, hydraulics/ hydrology, traffic, railroad coordination, geotechnical, survey, ROW, full and supplemental project services Client contact CDOT Region 2 Karen Rowe T: 719.546.5430 F: 719.546.5456 Value $2.4 million Pinyon 2013 Colorado Floods Recovery Project highlights; • Emergency response (flood recovery) • Hydraulic assessments Client contact Larimer County Ron Winne T. 970.498.571B F: 970.498.7986 Value $11,000 (fee) Status Ongoing — Boulder County Flood In response to the September flooding, Pinyon is leading the environmental documentation, NEPA processes, and permitting effort for more than a dozen infrastructure projects in Boulder County. This experience relates directly to the tasks and agency coordination that Weld County requires to restore functionality to the entire transportation system. 040:3.37831.1213:: Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery l 9 North Shields Street Reconstruction Pinyon is a subconsultant on this project for Larimer County, which involves reconstruction of County Road 17 (North Shields Street) and replacement of the Cache la Poudre River Bridge. Because this project is being funded, in part, using federal monies that are administered by CDOT, Pinyon is adhering to NEPA. A categorical exclusion (CE) will be completed to document environmental impacts from this project, specifically through completion of CDOT Form #128. Pinyon has been contracted by Interwest to complete environmental evaluations to support the CE. Elements to evaluate include hazardous materials, biological resources, threatened and endangered species, noxious weeds, wetland delineation, wetland finding, wetland permitting, historic, archeology, paleontology, and Sections 4(f) and 6(f). SH 66 and County Line Road Intersection Improvements CE Project highlights ::.;. • Environmental • Road construction, and:.: bridge replacement Client contact:, Interwest Consultant Grolj - Michael.Oberlander T 970fi74. 3 0,x1O: Project highlights; • Environmental::':: • InterseCtion:•proji Client contact Short Elliott Hendrickso Inc:.:..:(;:,.' ;;>:". •::.,.:.:. Philip T: Wesbac T: 303.441 541 Value :• 'Status` Completed 2012 Pinyon was a subconsultant on this project for the City of Longmont to complete design services for the SH 66 and County Line Road Intersection Improvements. Pinyon completed biological evaluations in support of environmental clearances for this City of Longmont project that included federal funding administered by CDOT Region 4. Due to federal participation in the project, NEPA evaluations were required. Pinyon's responsibilities included completing resource evaluations in accordance with CDOT and FHWA requirements. The project consisted of minor widening of SH 66 and County Line Road to accommodate right -turn lanes at the northwest, southwest, and southeast quadrants. In addition, acceleration lanes east and west of County Line Road on SH 66 were added. Woolpert 2013 Colorado Floods - High Water Mark Collection Following the 2013 Colorado floods, Woolpert was contracted by USACE to document the impacts of the flood by collecting 475 high water marks throughout the entire watershed area, covering Value much of the Front Range $152,000 including the South Platte River. The data collected by Woolpert will be used in HEC-RAS models and for CWMS implementation. Collection of the high water mark data will assist in model calibration, which ultimately results in better tools for making operational decisions. Woolpert coordinated with the appropriate state and local agencies, including CDOT, during this effort. Project. highlights • Emergency response (flood recovery) Client contact USACE Roger Kay T: 402.995.2342 Status Completed 2013 Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery 110 5. Project undeestan ing an approach for sample site Project delivery organization f�Ya�5°sr „�l C -'Design Program Management Josh Holton, PE, CFM Plan Production Andrew Holton, PE Atkins has structured our team to maximize staff resources through a synchronized approach that enables us to provide efficiencies that will reduce costs and meet expedited schedules. This will be achieved through collaboration among specialized disciplines and coordination of plan production and constructability review, all while taking into consideration the requirements that must be met for reimbursement. Key areas of concern • Spring runoff/thaw • Feasibility of inspection (channel, riprap, scour) Atkins' project manager, Josh Hollon, and deputy project manager, Andrew Holton, attended the pre -proposal meeting and visited the sample site (WCR 53 over the South Platte River) to view the condition of the emergency repairs and to identify typical work items that may be recommended for this project at other sites. Atkins' staff also had the opportunity to review this site immediately after the flooding, and Weld County staff should be commended on the quick repair of this heavily travelled roadway. The roadway section and travelway appeared to be in very good condition and traffic was flowing freely during our site visit. The emergency repairs refilled and paved the eroded roadway approaches and the failed southern abutment, which allowed WCR 53 to open to traffic. However, further stabilization is required to ensure long-term stability and protection of WCR WCR 53, looking south WCR 53 looking north from toward the South Platte River WCR 388 53, and refined grading is required to restore the roadway and embankments to stable and safe conditions. In addition to our understanding of conditions at the sample site and at other sites throughout Weld County that were affected by the recent floods, Atkins has a thorough understanding of Weld County's needs and requirements based on our current work on WCR 49. For example, we already know that Weld County uses AutoCAD Civil 3D for its design work, and we have set up files that incorporate your standards. Furthermore, Atkins is up-to-date on current FHWA and AASHTO standards and will incorporate all relevant federal, state, and local standards into our design, as appropriate. This knowledge means that there is no learning curve for the Atkins team, and we can hit the ground running to evaluate and design improvements to flood -affected roadways. Atkins has provided an overall project approach to successfully deliver construction documents for multiple sites by the end of February. We have also prepared a site -specific approach to identify the design disciplines that may be needed for typical sites and the work items they may require. This approach demonstrates how our team will perform interdiscipline design elements to provide an efficient and economical design for final improvements and help ensure federal (and other) reimbursement. FEMA reimbursement FEMA has two types of work eligible for reimbursement through a Public Assistance grant —emergency work and permanent work. Each is divided into categories. Weld County is concerned with two of these categories, specifically: • Category B: Emergency protective measures, which involve actions taken to save lives, protect public health and safety, and prevent damage to improved property. • Category C Roads and bridges, which is considered, permanent work and involves permanent repair or replacement of roads and bridges. Members of our team are familiar with these criteria, having performed flood recovery work for Jefferson County on SH 72 and the City of Longmont on structure assessments. 0403.37831.1213 Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery I 11'x.. Critical issues Issue Solution ROW impacts Potential need for easements or additional ROW Identify ROW constraints early and coordinate preliminary design impacts with ROW/easement development. Identify schedule limitations and provide temporary improvements without ROW impacts to protect against spring runoff. Our team has performed post -flood assessments and inspections in high water and has established procedures to complete assessments in difficult conditions. Additionally, Atkins' staff includes experienced traffic engineers who can provide assistance with development of traffic control plans to safely provide our team access to the travel lanes while minimizing traffic disruption. Atkins has developed a preliminary project schedule to provide abbreviated plan sets and construction documents by the end of February. Our experience with providing similar plan sets and the associated construction inspection for SH 72 helps ensure that our construction documents provide sufficient information for the contractor to quickly construct the project improvements. Atkins' collaborative design process includes review and oversight by Pinyon Environmental. As designs are developed, design staff will coordinate with Pinyon staff to identify potential impacts. Pinyon will determine schedule impacts as design is developed and, if impacts cannot be avoided and special permitting (other than CE) is needed, provide temporary improvements without environmental impacts to protect against spring runoff. Atkins provides federal disaster response throughout the county and had several staff members in Weld County immediately following the September flood event. They are familiar with Weld County and highly experienced with the federal reimbursement process. These individuals have provided similar federal reimbursement support to Jefferson County for SH 72. Access for inspection Water levels and traffic could hinder inspections Construction schedule Construction for critical infrastructure complete before spring runoff Permitting Environmental permitting clearance could delay construction Federal reimbursement Federal procedures and requirements can create complexities in project controls 5.1 Site assessment and design file preparation Development of the design to return WCR 53 to stable, permanent conditions will begin with a detailed site investigation by the key discipline leads. Roadway, geotechnical, structures and hydraulic engineers will visit the site and review the existing, post -flood repaired condition. During this assessment, the team will also observe existing conditions that my warrant future mitigation measures to include with the design. While the multidiscipline assessment team is assessing the site, other members of Atkins' design team will compile design reference files, including but not limited to the following: • ROW • Existing roadway design • Bridge as-builts and prior inspection reports Atkins structure staff will review possible deficiencies in the emergency repairs to help ensure long-term stability of each structure. Expected work items: visual inspection of bridge and culverts, identification of structural deficiencies, design of remediation measures 0403.3783112 3 Atkins I Proposal for Weld County Engineering Services Related o the 2013 Flood Recovery 112 • Existing hydraulic models • Preliminary wetland mapping • Post -flood LiDAR Preparation of these files will give the design team working files to immediately start development of preliminary design for final stabilization and possible risk mitigation. 5.2 Critical path identification Upon completion of the site assessment and compilation of available reference materials, Atkins will identify the critical path items that could delay delivery of construction documents by the end of February. We will also identify possible permitting and ROW delays that could impact construction of proposed improvements before the spring runoff events. Following the team's identification of the critical path, Josh Hollon will coordinate with Weld County Public Works staff to discuss our schedule for developing design and delivery of the construction documents. 5.3 Interdiscipline design Following identification of the critical path items and establishment of the overall design and delivery schedule, each discipline lead will direct his or her staff to proceed with development of preliminary designs. Josh Hollon will oversee each discipline design to track design progress and help ensure interdiscipline coordination. With the condensed schedule, we expect the preliminary designs to take no more than 1 week. Although our preliminary designs will include collaboration with other team members, the core design team will convene for an interdiscipline design review meeting to discuss the interaction of each discipline, permitting for potential impacts, finding efficiencies to reduce project cost, ROW and adjacent property impacts, federal project reimbursement requirements, and other constraints that must be addressed. Design will progress with input gathered at the meeting to finalize discipline specific designs. Atkins will review the emergency roadway repairs and identify additional grading, paving and safety improvements to provide a stable permanent condition. Expected work items: grading plans, paving plans, safety improvements 5.4 Geotechnical inspection While many of the repaired areas may currently appear stable, there is a risk the observed embankment stability may be temporary due to the nature of the emergency repairs as well as uncertainty with groundwater levels, which likely Geotechnical staff from Shannon & Wilson will review geotechnical and pavement improvements, especially in areas such as WCR 53 that have extreme truck traffic. Expected work items: pavement assessment, slope stability, review of existing roadway embankment compaction will increase again during the spring runoff. To mitigate this risk, the Atkins team will conduct brief interviews with those involved in the process and, using the information gathered, will provide an opinion about the long-term slope stability and subgrade conditions for new pavements. We anticipate developing a geotechnical site matrix to identify locations that may have the highest risk for poor performance and may require intervention before spring runoff. These sites will be prioritized for mitigation before lower -risk sites. 5.5 Plan production As each discipline finalizes its designs, Andrew Holton, deputy project manager, will prepare the preliminary construction documents including plan sets, specifications, R.13723.8 *AM. IMw.EXeninry 4620 16.15 ° v b °5° ll!i!Iliii 4.0 4,5 1003 2. RS.13721 oh„o.oa.v etho SOCOMMI Legend Atkins will use existing hydraulic studies, such as the USACE HEC-RAS model of South Platte River, to expedite hydraulic analysis of the existing structure and proposed mitigation measures. Expected work items: hydraulic analysis of the South Platte River, scour analysis, design of riprap armoring, design of spur dike for the south abutment, design of permanent erosion control best management practices (BMP), design of relief culverts/structures Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery 113 The Atkins team includes Woolpert and our in-house staff located in Denver to support identification of and coordination with ROW issues. Expected work items: identification of existing ROW, identification and coordination for possible temporary easements and quantities. These preliminary plan sets will be reviewed so that the design elements are conveyed and quantities are accurately tracked, and future construction contractors will be able to implement the design in a timely manner. Andrew will also coordinate a final constructability review by Atkins' construction management staff to further facilitate Weld County's compressed schedule. Andrew will also leverage the experiences gained during Atkins' SH 72 post -flood repairs to prepare the "abbreviated" plan set for WCR 53. Finally, Andrew will coordinate with Wayne Floyd and other Atkins federal disaster response experts to help ensure that the contract documents and bid items maximize the federal reimbursement. 5.6 Bidding assistance Along with delivery of the construction documents, Atkins can support County staff with the multiple projects to be bid. If additional bid items must be included in certain packages to separate additional emergency repairs from future flood damage mitigation, Atkins federal disaster response experts can provide guidance. 5.7 Construction inspection Atkins will fully support the implementation and construction of our design. We offer construction inspectors and construction managers who can provide full-time services to help ensure timely construction, documentation for federal reimbursement, and coordination between design staff and construction crews to minimize delays. Our construction management staff fully understands the limited construction window for these repairs/improvements and will work with design staff, County staff, and the contractor to expedite construction activities. The Atkins team includes environmental staff from Pinyon. Pinyon's participation will help our team meet or exceed DBE goals for FWHA sites. Expected work items: identification of impacts, assessment of proposed design, environmental permitting, and revegetation plans Atkins' construction management staff will provide full support during construction of the proposed improvements. Expected work items: constructability review of design, construction inspection, documentation for federal reimbursement Atkins will review damage to utilities located in the roadway section and coordinate avoidance, relocation, and or removal to accommodate our design. Expected work items: utility coordination 0403.37831.1213 Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery 114 Sample site estimate of hours The information below is an estimate of hours to provide the requested service for the sample site (WCR 53 at South Platte). Atkins fully expects to build in efficiencies by providing similar services for multiple sites within the affected project areas and reduce the overall hours per site by providing similar services for multiple sites within our project area. Task Site assessment Preliminary design Final design Plan preparation • • • • O V d C ro E ti E C V C V u ,...,wpavaTnamanurrams • • • • • • • • • • • • • • • Construction documents :=;"r.':.: ; • • • • • • • • • Estimated hours 60=80 ;" 40-60 80-120 ' 140-180 40-100 : 20-80 20-100 300-360 4-16 180-2.40 The Atkins team will leverage the full range of staff from senior engineers and discipline experts to junior staff and EITs to provide efficient and cost-effective design and construction document preparation. Proposed schedule January February Tasks 6-12 13-19 20-26 27-31; 1-2 3-9 10-16 17-23 24-28 Data review and team scheduling Contract award • Site assessments and design preparation iME Critical path identification • Design and permitting Interdiscipline design review • Client review/progress update • Design/plan preparation Development of quantities Permitting Client review • Internal plan delivery Client review/progress update • Final constructability review I♦ QC Plan production Construction document delivery ILVC6=iLTRE 4 0403:37831.1,213, Atkins I Proposal for Weld County - a N Z Z CV V) 4601 DTC Boulevard Suite 700 Denver, CO 80237 Tel: 303.221.7275 Fax: 303.221.7276 www.atkinsglobal.com/northamerica © 2013 Atkins North America, Inc. 12026( 55113 EXHIBIT C WORK ORDER FORM PURSUANT TO AN AGREEMENT BETWEEN WELD COUNTY AND DATED: Work Order Number: Project Title: Commencement Date: + Completion Date: Limitations on compensation: Not to exceed Professional agrees to perform the services The attached forms are hereby accepted and identified above and on the attached forms in incorporated herein, by this reference, and accordance with the terms and conditions Notice to Proceed is hereby given. contained herein and in the Professional Services Agreement between the parties. In the event of a conflict between or ambiguity in the Weld County terms of the Professional Services Agreement and this work order (including the attached By: forms) the Professional Services Agreement Project Manager shall control. Date: Professional Services Company By: County Engineer By: Date: Title: By: Director of Public Works Date: Date: -1- ATKINS HOURLY RATE SCHEDULE Weld County Post Flood Engineering Office Engineering Hourly Rates $205.00 $72.03 $69.49 $74.55 $63.66 $185.00 $61.79 $155.00 $51.44 $185.00 $60.11 $60.78 $160.00 $53.85 $53.00 $53.85 $47.50 $47.58 $55.36 $120.00 $40.91 $38.88 $110.00 $32.34 $36.06 $35.96 $31.75 $31.92 $33.38 $37.16 Hourly Rates $105.00 $33.65 $85.00 $28.26 $95.00 $30.80 $75.00 $25.00 $170.00 $59.50 $93.00 $31.50 Office Engineering Hourly Rates $90.00 $30.06 $30.82 $34.00 $85.00 $28.91 $27.88 $29.25 $75.00 $25.72 $25.00 $145.00 $49.12 $110.00 $36.41 $105.00 $36.05 $90.00 $30.31 $80.00 $16.00 $28.90 $21.50 Project Director Chengyu Li Daniel Liddle Derek Lindvall Stephen Sandvik Sr. Project Manager Josh Hollon Project Manager I Drew Holton Sr. Engineer IV Kenneth Saindon Walter Goff Sr. Engineer III Pedro Fernandez Michael McMullen Wilson Moy Mike Healy Jerry Waterman Tom Cotton Sr. Engineer II Frank Schultz Jacob Beedle Sr. Engineer I Lisa Biggs Steve Howard KC Robinson Loren Lauvray Karol Miodonski Bianca Smith Heather Thomas Engineer III Matthew Aguirre Amy Finseth Allison Schaefer Engineer II Stephen Harris Michael Keen Justin Withee Engineer I Michael Tanner Kristine Wilson Sr. Designer II Dean Friesen Sr. Designer I Jon Gellner CAD Designer Brian Gaines Sr. CAD Technician II Blake Riley CAD Design Technician Ben Klassen Elisabeth Schawo David Savage Office Engineering Office Engineering Hourly Rates $88.00 $30.39 $90.00 $31.19 $29.18 $58.00 $20.16 $52.00 $17.50 $47.00 $15.48 Sr. Scientist I Beck Rude Scientist II Robert Rowe Sr. GIS Analyst I Jarod Skrivanek GIS Analyst II Trevor Rappleye Sr. Landscape Architect Geoffrey Schafler Landscape Architect II Lindsay Green Technical Coordinator II Christina Brand Operations Coordinator II Heather Browning Jenn Charvat Sr. Program Assistant I Cynthia Forsythe Program Assistant II Krista Galhouse Administrative Clerk Devon Bunton Construction Services Hourly Rates $142.00 $59.23 $120.00 $48.25 $51.90 $100.00 $42.05 $115.00 $46.90 $45.85 $59.02 $105.00 $42.23 $46.06 $42.85 $45.00 $41.00 $43.92 $90.00 $36.00 $40.00 $35.00 Construction Services Hourly Rates $74.00 $28.00 $31.50 $28.13 $34.37 $29.93 $35.00 $26.44 $65.00 $24.96 $80.00 $35.09 $39.49 $32.58 $40.00 $60.00 $25.00 $27.81 $25.00 $40.00 $15.90 $15.00 $75.00 $24.76 $23.50 Sr. Resident Engineer Dennis Largent Sr. Project Engineer II Michael Command Douglas Smith Sr. Project Engineer I Richard Weihing Sr. Construction Manager Michael Brenner Jeffrey Klimek Jim Zufall Construction Manager Stephen Bignall William Cumings Brian Johni Devin Ray Ella Reichley Jeffrey Server Associate Construction Manager Mai Nguyen Dale Olson Cary Sarlo Construction Mngt. Rep. II Alan Boyles Clarence Groves Jeff McCarty Scott Miller Alfred Ravgiala Daniel Sundvick Becky Ware Construction Mngt. Rep. I Fred Johnson Sr. Field Representative II Gary Burns Roger Corkill Denny Davalt Tommy Webster Sr. Field Representative I Kenneth Mann Ron Reyes Chris Cordaro Jr. Field Representative Travis Stoneman Aaron Westhoff Engineer I Amanda Gamboa Tim Halper Sub Services Pinyon Hourly Sub Services Rates Shannon & Wilson, Inc. Hourly Rates Expert Witness $215.00 Officer $225.00 Principal Engineer/Scientist $178.00 Sr. Associate $160.00 Sr. Engineer/Scientist $158.00 Associate $140.00 Project Manager $141.00 Sr. Principal $130.00 Project Specialist $104.00 Principal $115.00 Project Engineer/Scientist $100.00 Senior $105.00 Staff H Engineer/Scientist $91.00 Category IV $95.00 Staff I Technician $80.00 Category III $88.00 Field Technician/Project Assistant $67.00 Category III $80.00 Drafting (Graphics) $73.00 Category I $72.00 Word Processing, Clerical $52.00 Staff Consultant $145.00 Sr. Technician/Drafter $92.00 Technician/Drafter IV $79.00 Technician/Drafter HI $69.00 Technician/Drafter II $64.00 Technician/Drafter I $54.00 Administrative $75.00 Sub Services Woolpert Hourly Sub Services Rates San Engineering, LLC Hourly Rates Group Manager $190.00 Principal/Civil $122.00 Project Manager $150.00 Principal/Structural $122.00 Project Surveyor $130.00 Sr. Structural Engineer $116.00 Survey Technician $105.00 Structural Engineer $112.00 CADD Technician $90.00 Inspector/Designer $82.00 2 -man Crew $165.00 CAD Technician $78.00 3 -man Crew $230.00 1 -man Crew $110.00 Clerical $65.00 Exhibit D ADDENDUM TO CONTRACT FEDERAL EMERGENCY MANAGEMENT AGENCY'S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS This is an addendum to the 'Emergency Transportation Civil/Structural Engineering Services Related to the 2013 Flood' Contract between `\ r-rs kl-y'A c ; «:, Inc. (the "Contractor"), and Weld County, (the "County"). The parties acknowledge that the above -referenced contract is subject to the provisions of 44 CFR § 13.36 and the Robert T: Stafford Disaster Relief and Emergency Assistance Act (42 U.S.C. 5121 et seq.). This addendum is hereby expressly incorporated into the Agreement between County and the Contractor. To the extent that the terms of the Agreement and this Addendum conflict, the terms of this Addendum shall control. Nothing in this Addendum shall be construed as making this Agreement contingent upon a Presidential disaster declaration or FEMA§ approval or obligation of funds. The following provisions are hereby added and incorporated into the above -referenced Agreement: 1. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE (applicable to all construction contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees; 44 CFR§ 13.36(iX3)) Contractor agrees to comply with Executive Order 11246 of September 24, 1965, entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR Part 60). 2. ANTI -KICKBACK ACT COMPLIANCE (applicable to all contracts and subgrants for construction or repair; 44 CFR§ 13.36(iX4)) Contractor agrees to comply with the Copeland "Anti -Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3). 3. ACCESS TO RECORDS A) Contract Professional agrees to provide County, FEMA, the Comptroller General of the United States or any their authorized representatives access to any books, documents, papers, and records of Contract Professional which are directly pertinent to this Agreement for the purposes of making audits, examinations, excerpts and transcriptions. 44 CFR§ 13.36(i)(10). B) Contract Professional agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. oie/ -e /17 C) Contract Professional agrees to maintain all books, records, accounts and reports required under this Agreement for a period of not less than three years after the later of: (a) the date of termination or expiration of this Agreement or (b) the date County makes final payment tinder this Agreement, except in the event of litigation or settlement of claims arising from the performance of this Agreement, in which case, Contractor agrees to maintain same until the County, FEMA, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. 44CFR §13.36(i)(11). 4. CONTRACT WORK HOURS AND SAFETY STANDARDS (applicable to construction contracts awarded by grantees and subgrantees in excess of $2,000, and in excess of $2500 for other contracts which involve the employment of mechanics or laborers; 44 CFR § 13.36(i)(6)) Contract Professional agrees that it shall comply with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by Department of Labor regulations (29 CFR Part 5), which are incorporated herein. 5, NOTICE OF REPORTING REQUIREMENTS A) Contract Professional acknowledges that it has read and understands the reporting requirements of FEMA stated in 44CFR§ 13.40 et seq., 13.50-13.52 and Part III of Chapter 11 of the United States Department of Justice's Office of Justice Programs Financial Guide, and agrees to comply with any such applicable requirements. B) Contract Professional agrees to include the above clause in each third party subcontract financed in whole or in part with Federal assistance provided by FEMA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions 6. PATENT RIGHTS (applicable to contracts for experimental, research, or development projects financed by FEMA; 44 CFR § 13.36(i) (8)) A) General. If any invention, improvement, or discovery is conceived or first actually reduced to practice in the course of or under this Agreement, and that invention, improvement, or discovery is patentable under the laws of the United States of America or any foreign country, County and Contract Professional agree to take actions necessary to provide immediate notice and a detailed report to FEMA. B) Unless the Government later makes a contrary determination in writing, irrespective of Contractor's status (a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual), County and Contract Professional agree to take the necessary actions to provide, through FEMA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 CFR, Part 401. C) Contract Professional agrees .to include paragraphs A and B above in each third party subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FEMA. 7. NOTICE OF REQUIREMENTS PERTAINING TO COPYRIGHTS A) Contract Professional agrees that FEMA shall have a royalty -free, nonexclusive, and irrevocable license to reproduce, publish or otherwise use, and to authorize others to use, for government purposes: (1) The copyright in any work developed with the assistance of funds provided under this Agreement; (2) Any rights of copyright to which Contract Professional purchases ownership with the assistance of funds provided under this Agreement. q4 CFR § 13.34, 13.36(i)(8)-(9). B) Contract Professional agrees to include paragraph A above in each third party subcontract financed in whole or in part with Federal assistance provided by FEMA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 8. ENERGY CONSERVATION REQUIREMENTS A) Contract Professional agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 44 CFR § 13.36(i)(13). B) Contract Professional agrees to include paragraph A above in each third party subcontract financed in whole or in part with Federal assistance provided by FEMA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 9. CLEAN AIR AND WATER REQUIREMENTS (applicable to all contracts and subcontracts in excess $100,000, including indefinite quantities where the amount is expected to exceed $100,000 in any year; 44CFR§ 13 .36(i)(12)) A) Contract Professional agrees to comply with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations.(40 CFR Part 15). B) Contract Professional agrees to report each violation of these requirements to County and understands and agrees that County will, in turn, report each violation as required to assure notification to FEMA and the appropriate EPA regional office. C) Contract Professional agrees to include paragraph A and B above in each third party subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FEMA. 10. TERMINATION FOR CONVENIENCE OF COUNTY (applicable to all contracts • in excess of $10,000; 44 CFR §13.36(iX2)) A) County shall have the option, in its sole discretion, to terminate this Agreement, at any time during the term hereof, for convenience and without cause. County shall exercise this option by giving Contract Professional written notice of termination_ The notice shall specify the date on which termination shall become effective. B) Upon receipt of the notice, Contract Professional shall commence and perform, with diligence, all actions necessary on the part of Contract Professional to effect the termination of this Agreement on the date specified by County and to minimize the liability of Contract Professional and County to third parties as a result of termination. All such actions shall be subject to the prior approval of County. Such actions shall include, without limitation: (1) Halting the performance of all services and other work under this Agreement on the date(s)and in the manner specified by County. (2) Placing no further orders or subcontracts for materials, services, equipment or other items. (3) Terminating all existing orders and subcontracts. (4) At County's direction, assigning - to County any or all of Professional Contractor's right, title, and interest under the orders and subcontracts terminated. Upon such assignment, County shall have the right, in its sole discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts. (5) Subject to County's approval, settling all outstanding liabilities and all claims arising out of the termination of orders and. subcontracts. (6) Completing performance of any services or work that County designates to be completed prior to the date of termination specified by County. (7) Taking such action as may be necessary, or as County may direct, for the protection and preservation of any property related to this Agreement which is in the possession of Contract Professional and in which County has or may acquire an interest. C) Within 30 days after the specified termination date, Contract Professional shall submit to County an invoice, which shall set forth each of the following as a separate line item: (1) The reasonable cost to Contract Professional, without profit, for all services and other work County directed Contract Professional to perform prior to the specified termination date, for which services or work County has not already tendered payment. Reasonable costs may include a reasonable allowance for actual overhead, not to exceed a total of 10%, of Contract Professional's direct costs for services or other work. Any overhead allowance shall be separately itemized. Contract Professional may also recover the reasonable cost of preparing the invoice. Taking such action as may be necessary, or as County may direct, for the protection and preservation of any property related to this Agreement which is in the possession of Contract Professional and in which County has or may acquire an interest. (2) A reasonable allowance for profit on the cost of the services and other work described in the immediately preceding subsection (1), provided that Professional Contractor can establish, to the satisfaction of County, that Contract Professional would have made a profit had all services and other work under this Agreement been completed, and provided further, that the profit allowed shall in no event exceed 5% of such cost. (3) The reasonable cost to Contract Professional of handling material or equipment returned to vendor, delivered to the County or otherwise disposed of as directed by the County. D) In no event shall County be liable for costs incurred by Contract Professional or any of its subcontractors after the termination date specified by County, except for those costs specifically enumerated and described in the immediately preceding subsection (c). Such non- recoverable costs include, but are not limited to, anticipated profits on this Agreement, post -termination employee salaries, post -termination administrative expenses, post -termination overhead or unabsorbed overhead, attorneys' fees or other costs related to the prosecution of a claim or lawsuit, prejudgment interest, or any other expense which is not reasonable or authorized under such subsection (c). E) In arriving at the amount due to Contract Professional under this Section, County may deduct: (1) All payments previously made by County for work or other services covered by Contract Professional's final invoice; (2) Any claim which County may have against Contract Professional in connection with this Agreement; (3). Any invoiced costs or expenses excluded pursuant to the immediately preceding subsection (d); and (4) In instances in which, in the opinion of the County, the cost of any service or other work performed under this Agreement is excessively high due to costs incurred to remedy or replace defective or rejected services or other work, the difference between the invoiced amount and County's estimate of the reasonable cost of performing the invoiced services or other work in compliance with Lhe requirements of this Agreement. F) County's payment obligation under this Section shall survive termination of this Agreement. 11. TERMINATION FOR DEFAULT Contract Professional's failure to perform or observe any term, covenant or condition of this document (Federal Emergency Management Agency's Emergency Management Performance Grant Program Requirements for Procurement Contracts) shall constitute an event of default under this Agreement. A) Each of the following shall also constitute an event of default ("Event of Default") under this Agreement: (1) Contract Professional fails or refuses to perform or observe any other term, covenant or condition contained in this Agreement, and such default continues for a period of ten days after written notice thereof from County to Contract Professional. (2) Contract Professional (a) is generally not paying its debts as they become due, (b) files, or consents by answer or otherwise to the filing against it of a petition for relief or reorganization or arrangement or any other petition in bankruptcy or for liquidation or to take advantage of any bankruptcy, insolvency or other debtors' relief law of any jurisdiction, (c) makes an assignment for the benefit of its creditors. (d) consents to the appointment of a custodian, receiver, trustee or other officer with similar powers of Contract Professional or of any substantial part of Contract Professional's property or (e) takes action for the purpose of any of the foregoing. (3) A court or government authority enters an order (a) appointing a custodian, receiver, trustee or other officer with similar powers with respect to Contract Professional or with respect to any substantial part of Professional Contractor's property, (b) constituting an order for relief or approving a petition for relief or reorganization or arrangement or any other petition in bankruptcy or for liquidation or to take advantage of any bankruptcy, insolvency or other debtors' relief law of any jurisdiction or (c) ordering the dissolution, winding -up or liquidation of Professional Contractor. B) On and after any Event of Default, County shall have the right to exercise its legal and equitable remedies, including, without limitation, the right to terminate this Agreement or to seek specific performance of all or any part of this Agreement. In addition, County shall have the right (but no obligation) to cure (or cause to be cured) on behalf of Contract Professional any Event of Default; Contract Professional shall pay to County on demand all costs and expenses incurred by County in effecting such cure, with interest thereon from the date of incurrence at the maximum rate then permitted by law. County shall have the right to offset from any amounts due to Contract Professional under this Agreement or any other agreement between County and Contract Professional all damages, losses, costs or expense incurred by County as a result of such Event of Default and any liquidated damages due from Contract Professional pursuant to the terms of this Agreement or any other agreement. C) All remedies provided for in this Agreement may be exercised individually or in combination with any other remedy available hereunder or under applicable laws, rules and regulations. The exercise of any remedy shall not preclude or in any way be deemed to waive any other remedy. Except as modified herein, all terms and conditions of the existing contract between the parties remain in full force and effect. CONTRACT PROFESSIONAL: BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: Weld County Clerk to the J� eputy Cl- k to the Board Dough Rademac er, Chair JAN 1 3 2014 "v 0 CERTIFICATE OF LIABILITY INSURANCE Page 1 of 2 01/07/2014 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 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 Willis of New York, Inc. C/o 26 Century Blvd. P. 0. Box 305191 Nashville, TN 37230-5191 CONTACT NAME' PHONE FAX (Nn N 877-945-7378 I INC NOt 888-467-2378 _Fro' An RIpss. certificates@willis.cOm INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Greenwich Insurance Company 22322-001 INSURED Atkins North America, Inc. 2001 NW 107th Avenue Miami, FL 33172-2507 I INSURER B: Underwriter's at Lloyds 15792-001 INSURER C: INSURER D: INSURER E: INSURER F: NUMBER. VISION NUMBER: V 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 ITR TYPE OFINSURANCE Nge�NNn POLICY NUMBER POLICYPP l (MMLnn ICY EXP LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY Y y CGG740901602 4/1/2013 4/1/2014 EACH OCCURRENCE $ 1,000,000 $ 300, 000 PREMISES (Ea RENTED X CLAIMS -MADE X OCCUR MED EXP (Anyone person) $ 10,000 X Contractual Liability PERSONAL&ADV INJURY $ 1,000,000 $ 2,000,000 $ 2,000,000 $ GENERAL AGGREGATE GEN'L AGGREGATE LIMIT APPLIES - PER: X LOC PRODUCTS -COMP/OP AGG POLICY X PRO POLICY A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS O0 -OWNED AUT Y CAH740901702 4/1/2013 4/1/2014 COMBINEDSINGLE LIMIT (Eaaccident) $ 2,000,000 BODILYINJURY(Per person) $ X BODILYINJURY(Per accident) $ X PROPERTY DAMAGE (Per accident) X X UMBRELLA LIAB EXCESS LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ CLAIMS -MADE $ DED (RETENTIONS A WORKERS COMPENSATION ANYPROPRI EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/E%ECUTIVE N OFFICER/MEMBEREXCLUDED? Mandatory,in NH) Dyes, describe under DESCRIPTION OF OPERATIONS below N /A Y CWG740901502 4/1/2013 4/1/2014 X W(.S [ATU-I lOTH- TORVIIMITR FR E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE -EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000, 000 a Professional Liability -Claims Made B080111209P13 4/1/2013 4/1/2014 $1,000,000 Each Claim & $1,000,000 Annual Aggregate 11/11/1961 Retrodate DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (Attach Acord 101, Addilonal Remarks Schedule, If more space is required) Post Flood Engineering Services Greenwich Insurance Companies Best Rating A XV Underwriters at Lloyd's London AM Best Rating: A XV. Professional Liability policy written on claims -made basis. There are no Deductibles or Self -Insured Retentions on the General Liability, Automobile Liability CERTIFICATE HOLDER CANCEL County of Weld, State of Colorado Public Works Department Attn: Richard White, Project Manager 1111 H Street, PO Box 758 Greeley, CO 80632 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 Al hi, Coll :4303531 Tp1:1610618 Cert:21040560 ©1988-2010 ACORD CORPORATION.All rights reserved The ACORD name and logo are registered marks of ACORD ACORD 25 (2010/05) AGENCY CUSTOMER ID: 33004588 LOC#: ACORO® ADDITIONAL REMARKS SCHEDULE Page._2_of _2_ AGENCYNAMED Willis of New York, Inc. INSURED Atkins North America, Inc. 2001 NW 107th Avenue Miami, FL 33172-2507 POLICY NUMBER See First Page CARRIER See First Page NAIC CODE EFFECTIVE DATE: See First Page ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE and Workers Compensation coverages. County of Weld, State of Colorado is included as an Additional Insured as respects General Liability. General Liability policy shall be Primary and Non -Contributory with any other insurance in force for or which may be purchased by County of Weld, State of Colorado. Waiver of Subrogation applies in favor of County of Weld, State of Colorado with respects to Automobile, General Liability and Workers' Compensation, as permitted by law. ACORD 101 (2008/01) Coll:4303531 Tp1:1610618 Cert:21040560©2008ACORDCORPORATION.Allrightsreserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: CGG740901602 COMMERCIAL GENERAL LIABILITY CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organlzationts): Location(s) Of Covered Operations ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED, THROUGH WRITTEN CONTRACT, AGREEMENT OR PERMIT, EXECUTED PRIOR TO THE LOSS, TO PROVIDE ADDITIONAL INSURED COVERAGE. VARIOUS AS REQUIRED PER WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 © ISO Properties, Inc., 2004 Page 1of1 O POLICY NUMBER:CGG740901602 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED, THROUGH WRITTEN CONTRACT, AGREEMENT OR PERMIT, EXECUTED PRIOR TO THE LOSS, TO PROVIDE ADDITIONAL INSURED COVERAGE. VARIOUS AS REQUIRED PER WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the location designated and described In the sche- dule of this endorsement performed for that addi- tional insured and included in the "products - completed operations hazard". CO 20 37 07 04 C. ISO Properties, Inc., 2004 Page 1 of 1 CI WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name of Persons or Organization: Any person or organization with whom you have agreed in writing to waive any right of recovery prior to a loss. Information required to complete this Schedule, if not shown in the Declarations. The following is added to Paragraph 8. Transfer of Rights of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. This endorsement is executed by the Greenwich Insurance Company Premium $ Effective Date 4/1/2013 Expiration Date 4/1/2014 For attachment to Policy No. CGG740901602 Issued To Atkins North America, Inc. Issued Countersigned by Authorized Representative Sales Office and No. Rnd. Serial No. 17 CG 24 04 05 09 ©ISO Properties, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: Business Auto Coverage Form Garage Coverage Form Truckers Coverage Form Motor Carrier Coverage form SCHEDULE Premium: INCL Name of Persons or Organization: Any person or organization for whom you perform work under a written contract if the contract requires you to obtain this agreement from us, but only if the contract is executed prior to the injury or damage occurring. The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your operations of a covered auto done under contract with that person or organization. This waiver applies only to the person or organization shown in the Schedule above. Policy No. CAH740901702 Effective Date 4/1/2013 Expiration Date 4/1/2014 Sales Office: 0001 Issued By: Greenwich Insurance Company Endt. Serial No.35 AX12100205B Page 1of1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule As required by written contract This endorsement changes the policy to which it is attached effective on the date issued unless otherwise stated. (The information below Is required only when this endorsement Is issued subsequent to preps atim of the pellcy) Endorsement No. Insured Atkins North America, Inc. Effective PolicyNo. CWG740901502 Endorsement Insurance Company Greenwich Insurance Company WC 00 03 13 (Ed. 4(84) 1983 National Council on Compensation Insurance Premium POLICY NUMBER: CGG740901602 COMMERCIAL GENERAL LIABILITY CG 02241093 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Number of Days' Notice 90 (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than Policy Condition or as amended by an applicable nonpayment of premium, the number of days state cancellation endorsement, is increased to the required for notice of cancellation, as provided in number of days shown In the Schedule above. paragraph 2. of either the CANCELLATION Common CO 02 2410 93 Copyright, Insurance Services Office, Inc., 1992 POLICY NUMBER: CAH740901702 XIC 405 1007 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION BY US This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. Changes In Conditions The number of days required for notice of cancellation by us for any reason other than nonpayment of premium, as provided in either paragraph 2. of the CANCELLATION Common Policy condition or as amended by an applicable state cancellation endorsement, is extended to the number of days shown In the Schedule below: SCHEDULE Number of Days' Notice: 90 All other terms and conditions of this policy remain unchanged. XlC 405 1007 (Authorized Representative) ©2007, XL America, Inc. Page 1 of 1 Includes copyrighted material of Insurance Office, Inc., with its pennisslon. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 01 10 (Ed. 1/08) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY_ EARLIER NOTICE OF CANCELLATION PROVIDED BY US ENDORSEMENT This endorsement modifies insurance provided under the following: WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY Number of Days Notice: 90 (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement) For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in PART SIX -6 CONDITIONS, D. Canceladon of the Workers' Compensation and Employers' Liability Insurance Policy or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above. All other terms and conditions remain the same. This endorsement changes the policy to which it Is attached and is effective on the date Issued unless otherwise stated. (The information below Is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective April 1, 2013 Policy No. CWG740901502 Endorsement No. Insured ATKINS US HOLDINGS INC. Insurance Company Greenwich Insurance Company Countersigned by WC 99 01 10 Ed. 1/08 cacig a 2007XLAmctiw,tee. . Willis Limited FINEX Global INSURED: CON l'RACT ENDORSEMENT WS Atkins Plc and as more fully defined in the contact PERIOD: I April 2013 to 31 March 2014 TYPE: Insurance of UK PI Generic Primary UNIQUE MARICET REFERENCE: B080111209P13 ENDORSEMENT REFERENCE: 0062 ENN'ECTIVE DATE: 1 April 2013 local standard time at the address of the Insured. It is hereby noted and agreed that with effect from the effective date above the following General Condition is added to the policy: "If INSURERS cancel this policy prior to its expiry date by notice to the INSURED for any reason, INSURERS will send written notice of cancellation to the persons or organisations listed in the schedule to be created and maintained by the INSURED (the "Cancellation Notice Schedule") at least 30 days prior to the cancellation date applicable to the policy. This notice will be in addition to any notice to the INSURED. The INSURED will provide an updated copy of the Cancellation Notice Schedule to Insurers on a monthly basis. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organisation(s) named in the Cancellation Notice Schedule in the event of a pending cancellation of coverage. INSURERS have no legal obligation of any kind to any such person(s) or organisation(s). Any failure to provide advance notice of cancellation to theperson(s) or organisation(s) named in the Cancellation Notice Schedule will impose no obligation or liability of any Idnd uponINSURERS, will not extend any policy cancellation date and will not negate any cancellation of the policy. INSURERS are not responsible for verifying any information in any Cancellation Notice Schedule, nor are INSURERS responsible for any incorrect information that the INSURED may All other terms and conditions remain unaltered. Willis Limfed WLni g01 win initm&l err IIO@ Willis Limited FINEX Global INSURED: CONTRACT ENDORSEMENT WS Atkhs Plc and as more fully defined in the contract PERIOD: 1 April 2013 to 31 March 2014 TYPE: Insurance of UK PI Generic Primary UNIQUE MARKET REFERENCE: B080111209P13 ENDORSEMENT REFERENCE: 0004 Willis EFFECTIVE DATE: 1 April 2013 local standard time at the address of the Insured It is hereby understood and agreed that with effect from the Effective Date above the INSURED is amended to read as follows: "INSURED Willis Limited WLM OSOI Willis Infernal Ref 0004 A) W S Atkins plc formerly W S Atkins Ltd and/or Associated and/or Subsidiary Companies and Partnerships including but not limited to Faithful+Gould (formerly I;anscomb Faithful & Gould) and the Houston, Texas office of MSL Engineering Ltd and as more fully defined her ein but excluding the entities listed as INSURED B). B) The Atkins North America Holdings Corporation which is comprised of the following entities: Atkins North America Inc; Atkins Michigan Inc; Atkins, PA.; Peter R Brown Construction, hlc; Atkins Caribe, LLP; and the entities formerly known as: The PB SJ Corporation Post, Buckley, Schuh & Jernigan, Inc. doing business as PBS&J, PBS&J, P,A. PBS&J Caribe Engineering, C.S.P. PBS&J Constructors, Inc. PBS&J International, Inc. PBS&J Construction Services, Inc. Willis Limited FLNEX Global CONTRACT ENDORSEMENT UNIQUE MARKET REFERENCE: B080111209PI3 ENDORSEM ENT REFERENCE: 0004 Willis Seminole Development Corporation Post Buckley de Argentina S.A. John Powell & Associates, Inc John Powell & Associates John Powell & Associates, a Sole Proprietor Durham Technologies, Inc. Welker & Associates Tri-Line Associates, Inc. W. Koo & Associates, Inc. Croslin & Associates, Inc. Land & Water Consulting EIP Associates Eco Science Corporation Peter Brown Construction, Inc, PBS&J Caribe, LLP and/or Associated and/or Subsidiary Companies and Partnerships and as more fully defined herein." All other terms and conditions remain unaltered. Willis LirnheJ W LM (S01 Will is Jntenal Ref 0554 2 ENDORSEMENT #001 This endorsement, effective 1201 a.m., April 1, 2013 forms a part of Policy No. CGG740901602 issued to ATKINS US HOLDINGS INC. by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NAMED INSURED ENDORSEMENT This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM RAILROAD PROTECTIVE LIABILITY COVERAGE FORM It is agreed That NAMED INSURED of the policy declarations page, is amended to Include the following: Faithful & Gould, Inc. Atkins, Inc. WS Atkins Inc. Anthony Acquisition Corp. Hanscomb Inc. The Atkins North America Holdings Corporation PBS&J Construction Services, Inc. PBS&J International, Inc. Seminole Development Corp. EIP Associates P13S&J Constructors, Inc. Peter R. Brown Construction, Inc. Atkins Michigan, Inc. PBS&J, PA. d/b/a PBS&J Architecture and Engineering Atkins North America Inc. PBS&J Caribe Engineering, C.S.P. Atkins Ca ri be, LLP Eco Science Corporation XIL 404 0605 a, 2005, XL America, Inc. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 00 07 (Ed. 1/08) SCHEDULE OF THE NAME OF INSURED INSURED NAME PBS&J Construction Services, Inc. Peter R. Brown Construction, Inc. WS Atkins Inc. PBS&I Constructors, Inc. Faithful & Gould Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Faithful & Gould Inc, Page 1 of 7 FEIN ADDRESS 1400 Urban Center Drive, 4th Pt 650357416 Vestavia Hills, AL 35242 1400 Urban Center Drive, 4th Fl 592627942 Vestavia Hills, AL 35242 1400 Urban Center Drive, 4th Fl 980180721 Vestavia Hills, AL 35242 No fixed address 650766639 Little Rock, AR 72201 3 800 North Central Avenue 1600 411797617 Phoenix, AZ 85012 60 South Acoma Blvd. C104/106 590896138 Lake Havasu, AZ 86403 20860 North Tatum Boulevard 590896138 Phoenix, AZ 85050 3191 Stillwater Suite C 590896138 Prescott, AZ 86305 12301 Wilshire Boulevard 590896138 Los Angeles, CA 90025 625 The City Drive Suite 200 590896138 Orange, CA 92868 1410 Rocky Ridge Drive 590896138 Roseville, CA 95661 1200 Second Street Suite 200 590896138 Sacramento, CA 95814 650 Fast Hospitality Lane 590896138 San Bernardino, CA 92408 1250 San Carlos Avenue #102 590896138 San Carlos, CA 94070 9275 Skypark Court Suite 200 590896138 San Diego, CA 92123 3570 Carmel Mountain Road 590396138 San Diego, CA 92130 475 Sansome Street Suite 2000 590896138 San Francisco, CA 94111 5930 Cornerstone Court West 411797617 San Diego, CA 92121 Faithful & Gould Inc. Faithful & Gould Inc. BIP Associates WS Atkins Inc. Atkins North America, Inc. Atkins North America, Inc. WS Atkins Inc. Atkins US Holdings, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North. America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Page 2 of 7 655 Montgomery Street 411797617 San Francisco, CA 94111 3020 Old Ranch Parkway 411797617 Seal Beach, CA 90740 9275 Skypark Court Suite 200 941710558 San Diego, CA 92123 12301 Wilshire Boulevard 980180721 Los Angeles, CA 90025 5475 Tech Center Drive Suite 100 590896138 Colorado Springs, CO 80919 4601 DTC Boulevard Suite 700 590896138 Denver, CO 80237 No fixed address 980180721 Dover, DE 19901 No fixed address 522218784 Dover, DE 19901 600 N. Broadway Avenue Suite 3 590896138 Bartow, FL 33830 1141 Jackson Avenue 590896138 Chipley, FL 32428 3230 West Commercial Boulevard 590896138 Fort Lauderdale, FL 33309 1514 Broadway Suite 200 590896138 Fort Myers, FL 33901 7463 Commercial Circle Units 1 590896138 Fort Pierce, FL 34951 7406 Fullerton. Street Suite 35 590896138 Jacksonville, FL 32256 701 San Marco Boulevard 12th Fl 590896138 Jacksonville, FL 32207 840 Southwest Main Boulevard 590896138 Lake City, FL 32025 7175 Murrell Road 590896138 Melbourne, FL 32940 2001 North West 107th Avenue 590896138 Mane, FL 33172 482 S Keller Rd 590896138 Orlando, FL 32810 120 Richard Jackson Blvd 590896138 Panama City Beach, FL 32407 2114 Airport Boulevard 590896138 Pensacola, FL 32504 101 Arthur Anderson Blvd 590896138 Sarasota, FL 34232 Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Faithful & Gould Inc. Atkins Michigan, Inc. Atkins US Holdings, Inc. PBS&J Construction Services, Inc. PBS&J Constructors, Inc. PBS&J International, Inc. Seminole Development Corporation The Atkins North America Holdings Corporation Peter R. Brown Construction, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Faithful & Gould Inc. PBS&J Construction Services, Inc. PBS&J Constructors, Inc. Peter R. Brown Construction, Inc. PBS&J Construction Services, Inc. Atkins North America, Inc. Page 3 of 7 12180 28th Street N 590896138 St Petersburg, FL 33716 Cedar Executive Center, 2639 N 590896138 Tallahassee, FL 32303 4030 Boy Scout Boulevard Suite 590896138 Tampa, FL 33607 2056 Vista Parkway Suite 100 590896138 West Palm Beach, FL 33411 482 S. Keller Road 411797617 Orlando, FL 32810 4030 West Boy Scout Blvd. 272413465 Tampa, FL 33607 4030 West Boy Scout Blvd, 522218784 Tampa, FL 33607 13830-58 Street North Suite 401 650357416 Clearwater, FL 33760 4030 West Boy Scout Blvd, 650766639 Tampa,FL33607 4030 West Boy Scout Blvd. .541548173 Tampa, FL 33607 13830-58 Street North Suite 401 591162206 Clearwater, FL 33760 4030 West Boy Scout Blvd. 591494168 Tampa, FL 33607 13830-58 Street North Suite 401 592627942 Clearwater, FL 33760 1500 & 1600 RiverEdge Parkway 590896138 Atlanta, GA 30328 192 Anderson Street Suite 150 590896138 Marietta, GA 30060 1835 Shackleford Court Suite 140 590896138 Norcross, GA 30093 817 West Peachtree Street 411797617 Atlanta, GA 30308 1500 & 1600 RiverEdge Parkway 650357416 Atlanta, OA 30328 1500 & 1600 RiverEdge Parkway 650766639 Atlanta, GA 30328 1500 & 1600 RiverEdge Parkway 592627942 Atlanta, GA 30328 No fixed address 650357416 Des Moines, IA 50301 125 Wacker Drive 590896138 Chicago, IL 60606 Atkins North America, Inc. Faithful & Gould Inc. Atkins North America, Inc. Peter R. Brown Construction, Inc. Atkins North America, Inc. Faithful & Gould Inc. Peter R. Brown Construction, Inc. WS Atkins Inc. Atkins North America, Inc. Faithful & Gould Inc. Atkins North America, Inc. Atkins North America, Inc. Faithful & Gould Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins, P.A. PBS&J Constructors, Inc. Peter IL Brown Construction, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Page 4 of 7 33 West Monroe Street Suite 1825 590896138 Chicago, IL 60603 230 West Monroe Street 411797617 Chicago, IL 60606 7300 Turfway Road Suite 400 590896138 Florence, KY 41042 7300 Turfway Road Suite 400 592627942 Florence, KY 41042 One Galleria Blvd. Suite 1516 590896138 Metairie, LA 70001 1100 Poydras St Suite 1045 411797617 New Orleans, LA 70163 1100 Poydras St Suite 1045 592627942 New Orleans, LA 70163 One Galleria Blvd. Suite 1516 980180721 Metairie, LA 70001 99 High Street 3rd Floor 590896138 Boston, MA 02110 55 Summer Street 3rd Floor 411797617 Boston, MA 02110 3901 Calvet -ton Blvd 4th Floor 590896138 Beltsville, MD 20705 1250 Northland Drive 1st Floor 590896138 Mendota Heights, MN 55120 900 Second Avenue South 500 411797617 Minneapolis, MN 55402 No fixed address 590896138 Jefferson City, MO 65101 Four River Bend Place Suite 21 590896138 Flowood, MS 39232 Four River Bend Place Suite 21 26063822A Flowood, MS 39232 Four River Bend Place Suite 21 650766639 Flowood, MS 39232 Four River Bend Place Suite 21 592627942 Flowood, MS 39232 115 North Broadway Suite 202 590896138 Billings, MT 59101 3810 Valley Commons Drive 590896138 Bozeman, MT 59718 820 North Montana Avenue 590896138 Helena, MT 59601 1120 Cedar Street 590896138 Missoula, MT 59802 Atkins North America, Inc. Atkins North America, Inc. Atkins, P.A. PBS&J Constructors, Inc. Peter R. Brown Construction, Inc. Atkins North America, Inc. Faithful & Gould Inc. Atkins North America, Inc. Peter R. Brown Construction, Inc. Atkins, P.A. PBS&J Constructors, Inc. WS Atkins Inc. Atkins North America, Inc. Faithful & Gould Inc. Atkins North America, Inc. Atkins North America, Inc, Atkins, P.A. WS Atkins Inc. PBS&J Construction Services, Inc. PBS&J Constructors, Inc, Peter R. Brown Construction, Inc. Faithful & Gould Inc, Page 5 of 7 5200 77 Center Drive 590896138 Charlotte, NC 28217 734 Harrisburg Drive 590896138 Lenoir, NC 28645 1616 Ivlillbrook Road Suite 130 260638224 Raleigh, NC 27609 1616 Millbrook Road Suite 130 650766639 Raleigh, NC 27609 1616 IvIlllbrook Road Suite 130 592627942 Raleigh, NC 27609 105 Fieldcrest Avenue Suite 204 590896138 Edison, NJ 08817 200 Princeton South Corporate 411797617 Ewing Township, NJ 08628 555 Double Eagle Court 590896138 Reno, NV 89521 2270 Corporate Circle Suite 10 592627942 Henderson, NV 89074 1143 East 26th Street 18th Fl 260638224 New York, NY 10010 11-13 East 26th Street 18th Fl 650766639 New York, NY 10010 11-13 East 26th Street 18th Fl 980180721 New York, NY 10010 350 David L. Boren Blvd. 590896138 Norman, OK 73072 12725 SW Milliken Way Suite 42 411797617 Beaverton, OR 97005 400 Technology Drive Suite 100 590896138 Canonsburg, PA 15317 410 Rouser Road 5th Floor 590896138 Coraopolis, PA 15108 410 Rouser Road 5th Floor 260638224 Coraopolis, PA 15108 410 Rouser Road 5th Floor 980180721 Coraopolis, PA 15108 810 Dutch Square Boulevard 650357416 Columbia, SC 292I0 810 Dutch Square Boulevard 650766639 Columbia, SC 29210 810 Dutch Square Boulevard 592627942 Columbia, SC 29210 414 Union Street Suite 1710 411797617 Nashville, TN 37219 Peter R. Brown Construction, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North. America, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Faithful & Gould Inc. Faithful & Gould Inc. PBS&I Construction Services, Inc. PBS&J Constructors, Inc. Peter R. Brown Construction, Inc. WS Atkins Inc. PBS&I Constructors, Inc. Atkins North America, Inc. Atkins North America, Inc. Atkins North America, Inc. Page 6 of 7 402 BNA Drive Suite 350 592627942 Nashville, TN 37217 3301 Airport Freeway Building 590896138 Bedford, TX 76021 18383 Preston Road 590896138 Dallas, TX 75252 13739 Omega Road 590896138 Dallas, TX 75244 404 Executive Center Blvd 590896138 El Paso, TX 79902 101 Summit Ave 590896138 Fort Worth, TX 76102 1250 Woodbranch Park Drive 590896138 Houston, TX 77079 3833 North Sam Houston Parkway 590896138 Houston, TX 77032 888 Sam 1-Iouston Parkway 5 90 89613 8 Houston, TX 77042 10100 Reunion Place 590896138 San Antonio, TX 78216 1544 Sawdust Road Suite 406 590896138 The Woodlands, TX 77380 909 ESE Loop 323 590896138 Tyler, TX7570I 13333 North Central Expressway 411797617 Dallas, TX 75243 2925 Briarpark Suite 550 411797617 Houston, TX 77042 6504 Bridgepoint Parkway 650357416 Austin, TX 78730 18383 Preston Road 650766639 Dallas, TX 75252 6504 Bridgepoint Parkway 592627942 Dallas, TX 78730 920 Memorial City Way Suite 700 980180721 Houston, TX 77024 4001 South 700 East 650766639 Salt Lake City, UT 84107 3859 Centerview Drive 590896138 Chantilly, VA20151 11818 Rock Landing Drive Suite 590896138 Newport News, VA 23606 7200 Glen Forest Drive Suite 303 590896138 Richmond, VA 23226 PBS&J Caribe Engineering, C.S.P. Atkins Caribe, LLP 13co Science Corporation Faithful & Gould Inc. Peter R. Brown Construction, Inc. Peter R. Brown Construction, Inc. 660529972 4030 West Boy Scout Blvd. Tampa, FL 33607 270870236 4030 West Boy Scout Blvd. Tampa, FL 33607 562050560 4030 West Boy Scout Blvd. Tampa, FL 33607 411797617 1725 Duke Street Suite 200, 250 Alexaudtia, VA 22314 592627942 1725 Duke Street Suite 200, 250 Alexandria, VA 22314 592627942 No fixed address Charleston, WV 25301 AU other terms and conditions of this policy remain the same. This endorsement changes the policy to which It is attached and Is effective on the date issued unless otherwise stated. (The information below is required only when this endorscmentla Issued subsequent to preparation of the policy.) Endorsement Effective April 1, 2013 Insured: ATKINS US HOLDINGS INC. Pokey No. CWG74090'1502 'Endorsement N. Insurance Company Greenwich Insurance Company Countersigned by WC 99 00 07 Ed. 9/08 ©2007 XL America, Inc Page 7 of 7 CHANGE ORDER NO.1 PROJECT: B1300201 — EM -BR 54/13A (Bridge 54/13A Permanent Flood Repairs) Date: 2/11/16 PROJECT: B1300201 - EM -BR 54/13A (Bridge 54/13A Permanent Flood Repairs) described in the Invitation for Bids, Bid No. B1300201. Owner: Weld County, Colorado Contractor: BOHANNAN HUSTON, INC. The following change is hereby made to the Contract Documents: Additional Environmental Clearance Work CHANGE TO CONTRACT PRICE: Original Contract Price: $51,232.20 Current Contract Price adjusted by previous Change Order: $51.232.20 The Contract Price due to this Change Order will be increased by: $3,795.00 The new Contract Price, including this Change Order, will be: $55,027.20 CHANGE TO CONTRACT TIME: The Contract Time will be Increased as specified in the contract renewal documents. 1O2-9' The date for completion of all Work will be RECOMMENDED: Owner Representative: Engineer: APPROVALS: Contractor: Owner: f Mike Freeman, Chair, Board of County Commissioners 2016 kite, P.E. (Project Manager) Date: Date: z Date: 02-02,74- /4, Date:EEa_2 9 2016 Hello