Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20170129.tiff
RESOLUTION RE: APPROVE WORK ORDER FORM (FLOOD REPAIRS - EM-BR53-58A) PURSUANT TO AGREEMENT FOR FINAL DESIGN OF REPLACEMENT OF BRIDGE AND AUTHORIZE CHAIR TO SIGN - ATKINS NORTH AMERICA, INC. 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 a Work Order Form (Flood Repairs — EM-BR53-58A) Pursuant to Agreement for Final Design of Replacement of Bridge 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 Atkins North America, Inc., commencing December 28, 2017 and ending December 31, 2019, with further terms and conditions being as stated in said work order form, and WHEREAS, after review, the Board deems it advisable to approve said work order form, a copy 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 Work Order Form (Flood Repairs — EM-BR53-58A) Pursuant to Agreement for Final Design of Replacement of Bridge 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 Atkins North America, Inc., be and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said work order form. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 9th day of January, A.D., 2017. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLOI ADO ATTEST: d.atiftet) &tc Xido;&k. Weld County Clerk to the Board BY: APPR puty Clerk to the Board y Attorney Date of signature: 1/ a41 Ju ie-KCozad, Chair EXCUSED Steve Moreno, Pro-Tem Sean P. Conway ike Freeman CGt( A)CFC/CK) Li I1311 '7 arbara Kirkmeyer 2017-0129 EG0074 BC0045 49&.7t_ MEMORANDUM TO: Esther Gesick, CTB DATE: January 4, 2017 FROM: Clay Kimmi, P.E., Public Works SUBJECT: Work Order #10 — Atkins, EB-BR53-58A Final Design for Replacement of Bridge Please place the attached agreements on the BOCC Agenda. Once the agreement has been signed, please return one signed original back to me so I can provide it to Atkins. In a December 14, 2016 work session, the BOCC provided direction to proceed with final design of the Kersey Bridge (BR53/58A). The bridge was damaged during the 2013 flood. CDOT and FHWA have approved approximately $7.54 million in funds which are to be used for the replacement of the bridge. Total construction costs are expected to be approximately $10.51 million. Per the 2013 Flood Reimbursement Contract with CDOT and FHWA, FHWA's reimbursement portion $6.24 million, CDOT's reimbursement portion is approximately $649,000. Weld County's share of the project is approximately $2.97 million. The design engineer, Atkins, has been under contract with Weld County to perform engineering on the County's South Platte River flood repair projects. The Atkins contract was previously extended by the BOCC through 2019. Atkins has been working on this project since repairs were started in 2014 and has completed the 30% design which has been approved by CDOT. In order to complete the final design of the new bridge, Atkins provided an estimate of $770,161.00. The estimate includes all of the costs associated with providing the final design. Right of way and easement acquisitions are included as part of the fee. The design is expected to be completed by the end of November 2017 with the project going to bid in January or February 2018. Construction is anticipated to start in April 2018 and last through April 2019. I will plan on attending the BOCC hearing to answer any questions that the Board may have regarding this agreement. Page I of I M:+WeId County Flood 2013 Version 21Site Specific Projects\Bridge Nroiects153-58A\Phase 2 Wolk\F0>R\Worl: Order.NS:M-RR53-58A Final Design Memo Io O.B 1-d- 17 doex o2 0/ 7- o/en WORK ORDER FORM (FLOOD REPAIRS) PURSUANT TO AN AGREEMENT BETWEEN WELD COUNTY AND ATKINS NORTH AMERICA, INC. DATED: December 27.2016 Work Order Number: Atkins - 10 Project Title: EM-BRS3-S8A Final (100%) Design for Replacement of Bridge Commencement Date: December 28, 2017 Completion Date: December 31. 2019 Limitations on compensation: Not to exceed $770,161.00 • Professional agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Professional Services Agreement between the parties, dated January 13, 2014. In the event of a conflict between or ambiguity in the terms of the Professional Services Agreement and this work order (including the attached forms) the Professional Services Agreement shall control. The attached forms are hereby accepted and incorporated herein: Exhibit A -- Scope of Atkins By: Title: Date: °/v3/Zd i 7 . By: Work, Exhibit B — Cost/Fee Breakdown, Exhibit C — Proposed Schedule. Weld County Public Works Department By: Project a rer Date: I t By: County Engineer Date: of//i 7 • By: c Di recto of KateWorks Date: 1 / N /) 7 (2 -bit; ri ,e/s. „zee, BOCC Chair ' Julie A. Cozad `SAN 0 9 2017 ATTEST: Jth;&ke VL lerk to the Board uty Clerk t•j he Board o2A o /0296) EXHIBIT A SCOPE OF WORK FOR WCR 53 from FIR (30%) to FOR (100%) Em-Br53/58A I. GENERAL Description of the project The scope of services will include the work items necessary to complete the design of Weld County Road 53 from just North of WCR 58A to just North of WCR 388. This work will include roadway design along a new alignment, intersection improvements to WCR 388, a new bridge over the South Platte River and new access intersections. This project, which is approximately 0.6 miles of roadway, will cross regional and local irrigation ditches as well as the South Platte River floodplain. The project includes a new roadway alignment and profile that will meet current design standards, a new bridge with a larger hydraulic opening that will convey the full 100 -year peak flow, (to improve the hydraulic function and reduce flooding impacts on the surrounding communities), and a new roadway and bridge to accommodate a section that meets current design standards. This project will meet the Weld County, CDOT and AASHTO design criteria. The project is located approximately 1.2 miles north of Kersey, the south termini is located 600 feet north of WCR58A intersection and the north termini is 700 feet north of WCR 388. Assignments of responsibilities of the parts involved Weld County Project Manager: Clay Kimmi, PE Weld County Public Works 1111 H Street Greeley, CO 80632 Names of Key Personnel Responsible for Work: Atkins Project Manager: Pedro Fernandez, PE 7604 Technology Way, Ste 400 Denver, CO 80237 303.221.7275 phone 720.475.7049 direct 720-320-9673 cell 303.221.7276 fax pedra.fernantlez(u atkinsglobal.com Dan Liddle, PE, Principal in Charge Loren Lauvray, PE, Deputy Project Manager II. SCOPE OF SERVICES AND COST ESTIMATE Atkins will provide engineering design work necessary to produce the final construction documents (construction plans and specifications), the engineer's estimate of probable construction cost and engineering support services during construction for the Weld County Road 53 Roadway Improvement Project. The scope of services for the project includes project management, arterial design, structural design of a new bridge and concrete box culverts, floodplain and hydraulic analysis/modeling, revised HEC-RAS Model for the South Platte River Floodplain, CLOMR/LOMR, storm drainage design, traffic engineering, constructability review, utility and irrigation ditch coordination/design, geotechnical/pavement design, supplemental survey, topographic surveying and mapping, and potholing. Also included in this scope are, environmental assessment studies, permits, cultural resources studies, USACE 404 Permit, right-of-way ownership and plan mapping, right of -way acquisition Scope of Services WCR 53 Final Design Em-BR53/58A process support, property owner coordination and post design support. A. MONTHLY PROGRESS MEETINGS AND COORDINATION WITH FHWA Progress meetings will be held monthly between Atkins and Weld County with the purpose of tracking progress, schedule and, discussion and resolution of any critical issues. Coordination with FHWA will include preparation and submittal of backup and supporting documentation as required by FHWA. B. FIR MEETING / KICKOFF MEETING A FIR/kickoff meeting will be held between Atkins, Weld County, FHWA and CDOT Flood Recovery Staff, and additional resource agencies (e.g., US Army Corps of Engineers and US Fish & Wildlife Service), as needed. The purpose of this meeting will be to review comments to the 30% documents, confirm the requirements for environmental clearance, discuss cultural resources, utilities, and right-of-way acquisition to ensure all required documentation is obtained to continue work for final design C. HYDRAULIC DESIGN AND DRAINAGE Atkins will complete the hydraulic design of the proposed facilities, which will include hydrologic analysis, storm drain hydraulics and miscellaneous hydraulic calculations. The work includes proposed sizing for roadside ditches and any pipes and structures. The following presents the work items that will be completed under the drainage and hydraulics work: Atkins will update the Weld County Road 53 Preliminary 30% hydraulic and drainage design based on revisions to the roadway plans and bring it to 90% design level (FOR). Tasks will include: a. Onsite and offsite hydrology calculations. The rational method will used to calculate the onsite roadway hydrology. CHUP will be used to generate the hydrology for the offsite tributary area greater than 50 ac. Hydrology will be developed for the 10 -year and 100 -year events. Due to the project being located in a rural and undeveloped area offsite hydrology will only be generated for the existing land use. b. Update HEC-RAS model for the South Platte River from 30% design. c. Perform scour calculations for South Platte River Bridge. d. Perform hydraulic calculations for sizing of cross culverts using FHWA's HY8. The cross culverts will be sized to convey the 100 -year event. e. Perform hydraulic calculations for sizing of onsite drainage swales. The swales will be sized for the 10 - year event and will be sized using normal depth calculations. f. Perform water Quality analysis per MS4 requirements. g. Design of the required permanent BMPs. h. Update Weld County Road 53 preliminary 30% plans and develop 90% plans. This will include, culvert sizes based on updated hydrology and hydraulics, update culvert profiles and update the South Platte River bridge hydraulic engineering plan sheets and include all necessary design details for roadway, bridge, swales, and culverts. i. Provide onsite drainage swale design. j. Development of SWMP plans for initial, interim, and final conditions. Develop an Erosion Control plan for proposed improvements. The Erosion Control Plan will include any permanent water quality features, suggested erosion and sediment control devices for constructing the bridge and may be used by the construction contractor in developing the Storm Water Management Plan (SWMP) Permit. Atkins will update the 90% hydraulic and drainage plans based on revisions and comments during the 90% design level (FOR) meeting, and will develop final construction plans and specifications (PS&E). 2 of 13 Scope of Services WCR 53 Final Design Em-BR53/58A D. CLOMR/LOMR Atkins will prepare hydraulic models for South Platte River and provide the necessary floodplain permitting documents for the roadway encroachment and bridge construction. The following presents the work items that will be completed: Atkins will prepare a Conditional Letter of Map Removal (CLOMR) for improvements to the South Platte River bridge and will submit fees to FEMA for processing. This will include: a. Prepare CLOMR application b. Submit CLOMR application for approval, including fees c. Develop a work map d. Respond to comments Atkins will prepare a final Letter of Map Removal (LOMR) for improvements to the South Platte River bridge and will submit fees to FEMA for processing. This will include: a. Prepare LOMR application b. Provide As -built survey for the LOMR application c. Submit LOMR application for approval, including fees d. Respond to comments E. ENVIRONMENTAL Noise Atkins will prepare a noise analysis report to analyze expected traffic noise impacts following 23 CFR 772, Procedures for Abatement of Highway Traffic Noise and Construction Noise, and the latest CDOT Noise Analysis and Abatement Guidelines. The analysis will use FHWA Traffic Noise Model (TNM) 2.5 to model the roadway and noise sensitive areas, determine noise impacts, and analyze abatement measures. The noise analysis report will contain the following information: • A description of noise sensitive areas which may be affected • Predict existing and design year traffic noise impacts, giving primary consideration to exterior areas where frequent human use occurs • The extent of impact at each sensitive site • Practicality of noise abatement measures when criteria are exceeded Air Quality According to 40 CFR 93.126, the project is exempt from conformity analysis because it is a bridge reconstruction project and no additional travel lanes will be added to the new bridge, Atkins will prepare a memorandum for the project file demonstrating why this project is exempt and does not require an air quality monitoring study. Walcrs al -the U.S. and Section 404/401 Permitting Atkins will conduct a delineation of waters of the U.S. within the project limits of disturbance according to the 1987 USACE Wetland Delineation Manual and Great Plains Regional Supplement. Permanent impacts greater than 1/10 of an acre to waters of the U.S. will be documented in a pre -construction notification to the USACE in order to request authorization to complete the project under Nationwide Permit No. 03. Atkins will perform the following tasks: a. Conduct a field determination for the presence of wetlands and other waters of the U.S. b. Delineate boundaries in the field, GPS locate the boundaries, and collect ancillary data including USAGE wetland determination forms c. Prepare mapping that identifies wetland boundaries 3 of 13 Scope of Services WCR 53 Final Design Em-BR53/58A d. Prepare a Wetland Finding Report including a detailed mitigation plan for permanent impacts of 500 square feet or temporary impacts of 1000 square feet or more, including wetlands not regulated by the USACE (one draft report followed by a final report that addresses minor revisions from comments). e. For permanent impacts of 1/10 of an acre or more, a FacWet, functional assessment will also be conducted and results included in the Wetland Finding Report. f. Determine project impacts and complete Section 404/Section 401 permitting for jurisdictional waters of the U.S. Any mitigation needed, will be at a 1:1 ratio g. Consult with the USACE to complete permitting h. Incorporate permit stipulations into the final design. Archeologv/Palcon tology/l listory Atkins will evaluate the project area for impacts to archeological, paleontological, and historical resources. Only four historic resources are known to be located in the planned corridor (consisting of the approach road and bridge): a. The existing WCR 53 bridge. A review of the online cultural resource database COMPASS indicates that WCR 53 was recommended as Not Eligible for the National Register of Historic Places (NRHP). The Colorado State Historic Preservation Officer will likely require that a reevaluation be performed. b. A small structure likely related to agriculture. It does not appear that this structure has been previously recorded or evaluated. c. The Plumb Ditch (5WL.5217). The segment of the ditch that crosses the project area does not appear to have been recorded or evaluated. Other sections of the ditch have been recommended as Needs Data, which indicates that the potential for NRHP eligibility exists. No other resources were identified in the immediate project corridor in the COMPASS database, but there are other cultural resource sites adjacent to this corridor. Based on preliminary consultations with the State Historic Preservation Officer (SHPO), it appears that a pedestrian survey would be required. With regard to paleontological resources, a prior survey performed by Atkins North America, Inc., in the area of the project indicates that bedrock of the Laramie formation (a well-known dinosaur -bearing formation) is approximately 200 feet to 500 feet in depth and negates the possibility of locating important paleontological finds. CDOT's environmental staff will confirm that no further evaluation for paleontological resources is required during the scoping meeting. Fossil locality requests will be made at the Denver Museum of Science and Nature and the University of Colorado, Boulder. For archaeological and historical clearance Atkins would also perform a Class III cultural resource survey for the project site. The Class III survey will consist of the following: a. Pedestrian surveys in the location of the current bridge and the proposed future location of the bridge and the new route of the road (just upstream of the existing bridge). b. Re -visitation of 5WL.53 within the proposed right of way or APE. No subsurface testing to define the eastern boundary of the site is proposed unless SHPO requests it. c. A re-evaluation of the current WCR 53 bridge to confirm the recommendation of Not Eligible for the NRHP. d. Recordation and evaluation of the agricultural structures and the segment of the Plumb Ditch in the project area. e. Evaluation of the WCR 53 roadway as a historic resource f. Tribal consultation letters will be prepared on behalf of FHWA/CDOT. No tribal coordination is assumed. g. Preparation of a report that includes the initial site assessment and recommendations. h. Coordination with SHPO and CDOT. 4 of 13 Scope of Services WCR 53 Final Design Em-BR53/58A Archaeological and historical clearance will require two steps. The first is the identification of significant sites, and assessing the project's effects to them. If sites would be adversely affected, the second step is to provide mitigation. The Class III inventory and consultation will complete the first step. Section 4(1)/Section 6(f) The project area also will be evaluated for any non -historic Section 4(f) and 6(f) resources. We anticipate no Section 4(f) uses will be determined. The evaluation will include the following: a. Review desktop data for any Section 4(f) and Section 6(1) resources potentially located within or near the project. b. Prepare applications for any Section 4(1) clearance and Section 6(f) concurrence and coordinate with agencies. c. Document results of findings in a report (mentioned above). d. Prepare a mitigation report for any Section 4(f)/Section 6(f) resources. e. Coordination with FHWA. Ecological Assessment / Threatened and Endangered Species Atkins will perform an ecological assessment to evaluate the project area for potential habitat to support federal - listed species, to identify vegetation communities and wildlife, and to document any raptor and other migratory bird nests or use areas. Atkins will conduct informal Section 7 consultation with the USFWS. A consultation letter directed to the USFWS will be prepared documenting findings and making effects determinations based on project location, design, observed habitat, and spatial desktop data. Atkins will perform the following tasks: a. Request an official USFWS species list from the Information Planning and Conservation system. b. Review spatial desktop data for federal -listed species occurrences and critical habitat. c. Conduct an onsite evaluation of vegetation communities and federal -listed species habitat and potential for occurrence. d. Complete a noxious weed survey and weed management plan (as needed). e. Document wildlife, raptor nests, and other migratory bird nests and use areas that could potentially be affected by the project. This can include removal of trees, work on bridges or other structures, clearing and grubbing of vegetation, etc. f. Prepare a Biological Resources Report documenting ecological assessment findings (one draft report followed by a final report that addresses minor revisions from comments). g. Prepare an informal Section 7 Consultation Letter to the USFWS h. Complete USFWS consultation and incorporate results into the PCN for USACE permitting. i. Prepare a mitigation table for federal -listed species, wildlife, and vegetation including CPW Recommended Buffers Zones and Seasonal Restrictions for Colorado Raptors Senate Bill 40 Wildlife Certification Atkins will consult with the Colorado Parks and Wildlife (CPW) regarding project impacts to streams or surrounding riparian/wetland areas to obtain Senate Bill 40 (SB40) Wildlife Certification. On -site data utilized for SB40 certification will be obtained during the ecological assessment described above. Atkins will perform the following tasks: a. Consult with CPW and assess SB40 requirement resulting from the project design b. Prepare an SB40 application c. Integrate SB40 CPW comments/mitigation measures into project design and construction. Hazardous Materials Atkins will evaluate the project area for the presence of hazardous materials and prepare an Initial Site Assessment (ISA). The ISA will document the findings of both a desktop review and field evaluation using CDOT Form 881, 5 of 13 Scope of Services WCR 53 Final Design Em-BR53/58A and will provide guidance on whether any additional assessments, monitoring, or remediation actions are needed. Atkins will submit one draft ISA followed by a final ISA that addresses minor revisions from comments. An environmental records review will be obtained from Environmental Data Resources (EDR) to locate records of possible hazardous material sites, which may use any or all of the following data sources: a. Lists compiled by the U.S. Environmental Protection Agency (EPA) or Colorado Department of Public Health and Environment (CDPHE) that identify: i. Hazardous waste generators ii. Hazardous water treatment/storage/disposal facilities (current or closed) iii. Hazardous waste transporters iv. Locations of underground storage tanks v. Known or suspected or abandoned hazardous waste sites b. Records kept by EPA or CDPHE on violations or citations. c. Lists kept by the appropriate fire department on: i. Underground storage tank locations ii. HAZMAT incidents/accidents d. Local emergency planning/hazardous materials use reporting e. Available historic tax records that indicate past land use (coordinate with property ownership and land use data research) f. Available historic aerial photos of the corridor g. Any pertinent CDOT records NEPA Com fiance Atkins will prepare a Categorical Exclusion (CE) for the project using CDOT's Categorical Exclusion Determination Form 128. Resources will be analyzed as described above, and in accordance with the CDOT NEPA Manual and FHWA Technical Advisory 6640.8A. Atkins will submit one draft CE followed by a final CE that addresses minor revisions from comments. F. GEOTECHNICAL A preliminary geotechnical study was developed during 30% design and the structure selection process. For the final geotechnical design recommendations additional subsurface explorations will be necessary, this is to develop recommendations and parameters for foundation design of the proposed bridge and walls. The data from the previous preliminary geotechnical study will be incorporated into this scope of work. As part of the final design services, the geotechnical scope of work will include an additional subsurface exploration program, bridge foundation recommendation, global stability analyses of proposed embankments and retaining walls (if required), and pavement design for the realigned segment of WCR 53. The subsurface exploration program will include geotechnical borings at each of the proposed bridge bent and abutments as well as pavement borings on each approach to the bridge. A total of six borings will be completed along the proposed bridge (one located at each abutment and four located along the interior bents of the bridge). Where possible, borings will be located within the river channel where right -of -entry is available and if low-water conditions within the South Platte River channel allow for access. If not, borings for the interior bents will be drilled through the existing bridge deck and will be offset approximately 50 feet from the proposed bridge. Borings will be completed with a track -mounted drill rig to a maximum depth of about 100 feet using mud rotary drilling techniques. Four additional borings are planned for pavement design considerations at the proposed embankment tie-in locations to the existing WCR 53 roadway embankment. These borings will be advanced to a maximum depth of about five feet. A geologist or geotechnical engineer from our staff will log the borings and collect samples for classification and laboratory testing. 6of13 Scope of Services WCR 53 Final Design Em-BR53/58A Data generated during the subsurface exploration and laboratory testing programs will be analyzed by a geotechnical engineer and summarized in a geotechnical design report. The geotechnical design report will provide a summary of the engineering analysis, recommendations, and conclusions and will be signed and sealed by a professional engineer registered in the state of Colorado. The work will also include the following: a. Coordinate drilling and traffic control subcontractors for drilling borings. b. Obtain necessary permits for the field exploration program. c. Stake the boring locations and contact the Utility Notification Center of Colorado (UNCC) and other necessary utilities for a utility locate meet to mark underground utilities prior to drilling. Boring locations may require adjustment due to buried utilities. d. Procure subcontracted repair services for boring locations that require drilling through the existing bridge deck. e. Laboratory testing shall include natural water content, grain size distribution, Atterberg limits, swell, R - value, and corrosion testing. f. Prepare a draft and final geotechnical report summarizing the field exploration program, groundwater observations, and geotechnical analyses and recommendations. g. Prepare a Geology Sheet for the Project plan -set summarizing boring locations and laboratory test results. G. ROADWAY DESIGN The Roadway Design task will include the complete redesign of the project to a design speed of 60 MPH. This consists of adjusting the alignment/superelevation to match the proposed corridor and increasing the vertical curves to meet the 60 MPH stopping distance. The roadway model will also be adjusted to account for wider 6 foot shoulders (1 ft paved and 5 ft gravel). All access roads and drainage structures will also be remodeled to meet the revised design and a single proposed surface will be created. Additional items will also be added to bring the content up to a biddable set of plans including Fences & Gates, Signing and Striping, SWMP, Erosion Control plans and Cross Sections. Drainage ditch and structure information will be finalized including box culvert and wing wall designs. Quantity tabulations, Summary of Approximate Quantities and Construction Estimates will be updated with the new design information and additional pay items will be completed for each deliverable. Construction documents will be completed from the "FOR" comments and review meeting. Quality Checks and Quality Assurance will be completed throughout the entire process. H. UTILITIES Detailed utility locating will include contacting the known providers and having the facilities field verified. This information will be included in the project topographic file for the project. Coordination with impacted utility and irrigation ditch companies will be accomplished. Utility designs and plans will be completed with agreed upon solutions from the utility coordination meetings. Potholing will occur for all existing utilities following location and based on anticipated conflicts. A total of 16 potholes is anticipated. I. STRUCTURAL DESIGN Atkins will revise the bridge plans in accordance with comments received from the stakeholders during the FIR meeting. Atkins structures staff will coordinate with roadway to incorporate changes that may have affected the roadway alignment and profile. All major structures will be designed with the latest AASHTO LRFD Bridge Design Specifications. The new bridge will be designed for HL -93 vehicular loading. Bridge rails will be CDOT Type 10M, which meet the criteria for TL -4 loading. Scope of tasks for structural design includes, but are not limited to: 90% Structural Plan Set (FOR) 7 of 13 Scope of Services WCR 53 Final Design Em-BR53/58A a. Complete final structure design including, superstructure design, substructure design, details, structural notes and quantities. b. Prepare 90 % structure plans. c. Prepare 90% structural specifications. d. Final design check from design, details and notes. e. Independent design, detail and quantity check. f. Revise and prepare the final structural plans and specifications, including any revisions identified during the independent check. 100% Structural Plan Set (PS&E) a. Revise structural plan set in accordance with comments and revisions from the FOR meeting. b. Prepare construction documents including, structural plan set, quantities and specifications. c. Prepare and provide bridge rating and field packages. J. SURVEY Limited preliminary survey, along with LiDAR topography, was prepared by Atkins and was used during the development of the 30% plans. Additional survey will be required to complete 100% design and ROW plans, ROW process and develop final survey control plan. Additional survey tasks will include: Coordination a. Attend two (2) project coordination meetings including a right-of-way plan review (ROWPR) meeting with CDOT R-4. b. Prepare "Permission to Enter Property" forms for the purpose of surveying within private ownership parcels. Approximately seven (7) properties will require permission to enter. Survey Control, Land Survey Control Diagram, Research & Fxistin_n Right-of-Wav Model a. Horizontal survey control for the surveying tasks described herein will be based on National Geodetic Survey (NGS) control monuments and the Colorado High Accuracy Reference Network (HARN) NAD83/2011 realization. Four (4) project control points are anticipated, two on each side of the bridge over the South Platte River. b. Vertical survey control will be based on the North American Vertical Datum of 1988 (NAVD88). c. Differential level loops will be run through the four (4) newly established control points. d. Locate and survey appropriate Public Land Survey System (PLSS) aliquot land corners, right-of-way monuments and property evidence. e. Prepare a land survey control diagram in CDOT format indicating the project control points and found monuments (aliquot corners and property corner evidence) that will be included as part of the right-of- way plans. f. Obtain existing subdivision plats, land survey plats, right-of-way plans, assessor's maps and monument records necessary to evaluate existing right-of-way and property lines within the project limits. g. Based on the above described land survey control diagram and record research, prepare a right-of-way model indicating the existing right-of-way lines and property lines as established and calculated from a combination of record documents and field evidence. 8 of 13 Scope of Services WCR 53 Final Design Em-BR53/58A Topographic Survey (CI round) a. Obtain, by field methods, existing, visible planimetric features and topography at one foot (1') contour interval along Weld County Road 53 of the area as indicated on the preliminary right-of-way exhibits. The survey is approximately 4000 feet long. The width of the survey varies due to the proposed driveway tie in points but the overall general width of the survey is approximately 150 feet wide. b. Assist with the re -projection of the existing river survey to the newly established ground project coordinate system. River cross sections and hydraulic survey of the South Platte River have already been completed by Atkins and therefore surveying within the water or river bottom of the South Platte River is not a part of this scope of services. c. Engage a utility locating service to mark the underground utilities within the topographic survey limits. Once the utilities have been marked, will survey the paint mark locations. d. Field data collection will be done in a TMOSS Microstation InRoads format. The results of the field survey will be delivered in the latest CDOT configuration Microstation InRoads format. Right -of -Way Plans a. Based on current title commitments and the geometry of the proposed parcels, flood plain delineation or note and the horizontal control line, prepare right-of-way plans in CDOT LPA format for CDOT authorization. Based on the 30% plans, it is assumed that six (6) private properties will be impacted with a total of two (2) proposed right-of-way acquisition parcels and nine (9) temporary easement parcels for a total of eleven (11) legal descriptions. b. Stake the proposed parcels and easements for appraisal purposes. c. Once the proposed parcels have been acquired and the recorded deeds have been provided, monument the existing and new right-of-way lines within the project limits and deposit the final right-of-way plans in Weld County Clerk and Recorders Office. K. RIGHT-OF-WAY (ROW) Atkins will complete all work required for ROW plans as required by Public Law 91-646, the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended, commonly called the Uniform Act. Rights -Of -Way. Atkins will provide the following ROW management services: a. Atkins will adhere to the Uniform Act, a federal regulation, CDOT ROW procedures as set forth in their ROW Manual and will serve as the coordination and communication liaison for ROW issues with: i. CDOT R4 ROW Staff as well as Weld County Staff ii. Engineering staff within Atkins, and Weld County and CDOT R4 iii. Third party appraisers preparing appraisals for Weld County and review appraisers (upon request) iv. Surveyors responsible for preparation of ROW mapping and ROW plans b. Attend WCR 53 status meetings as necessary. c. Schedule and lead ROW coordination meetings, including preparation and distribution of meeting summaries to the project team. d. Assist in scoping and review of ROW mapping prepared by surveyor sub -consultants and conduct a ROW plan review meeting prior to ROW plan Authorization. 9 of 13 Scope of Services WCR 53 Final Design Em-BR53/58A e. Prior to their formal submittal to CDOT R4 for approval, perform QA/QC on ROW plans prepared by survey sub -consultants to ensure compliance with CDOT standards and facilitate CDOT's review f. Where needed, order title commitments and updates to help expedite preparation of ownership maps and ROW plans g. Periodically prepare or review ROW budgets as needed h. Prepare Chief Engineer's Cost Estimate for ROW acquisition (a ROW budget that is required as part of the submittal to obtain CDOT approval of ROW plans) i. Prepare documents that require obtaining approval of CDOT's Chief Engineer and/or CDOT's Statewide ROW Program Manager j. Assist with support and guidance for either especially complex acquisitions or those requiring condemnation k. Assist in preparation of Conditional Clearance requests 1. Submit payment of fees for a. Appraisal b. Appraisal Review c. Title Commitments Funds for ROW property acquisition will come from Weld County funds and no Federal or State funds will be used. L. 90% DESIGN (FOR) Atkins will submit a set of documents at approximately 90% of design completion for a full review by all stakeholders. These will include details, typical road cross -sections, road cross -sections at 25 foot intervals, plan and profile sheets, project extents, drainage plans and proposed pipe/culvert profiles, utility plans, bridge plans, CDOT special standard construction specifications and project special specifications (in addition to those included in the CDOT Standard Specifications for Road and Bridge Construction 2012), revised general notes, engineer's estimate of probable construction costs and an estimate of earthwork quantities. The Plans will be developed per CDOT's formatting guidelines. And will include, but not limited to: Cover Sheet Standard Plans List Typical Sections and Pavement Sections General Notes and Abbreviations Summary of Approximate Quantities Tabulation Sheet Survey Tabulation Sheet Survey Control Diagram Removal/Demolition Sheets Plan and Profile Sheets Grading and Drainage Sheets Bridge Sheets Detail Sheets Signing and Striping Plan Construction Traffic Control/Phasing Plan Erosion Control Plan & Details Cross Sections ROW Plans 10 of 13 Scope of Services WCR 53 Final Design Em-BR5 3/5 8A The plan will include detailed construction phasing and associated traffic control plans. Traffic control plans shall be in accordance with the Manual on Uniform Traffic Control Devices (MUTCD). M. 100% DESIGN (PS&E) Atkins will update and prepare 100% construction documents based on comments provided by the stakeholders from the 90% (FOR) submittal. Final design will address previous review comments from Weld County, CDOT and applicable stakeholders. Final construction documents will include: all final for construction plans, tabulation sheets of all construction quantities and traffic control devices for the project, details, CDOT special standard construction specifications, project special specifications, and the engineer's estimate of probable construction costs for a final review. The 100% plans will contain the finalized sheets described in item L "FINAL DESIGN (FOR)" and may include additional sheets needed to construct the project. N. CONSTRUCTION DOCUMENTS Atkins will prepare and provide the following: a. Project contract documents and specifications using the CDOT standards and specifications. The County will provide a boiler plate that includes the General Conditions. b. Complete the permitting necessary for construction of the project. This anticipates the preparation of a Conditional Letter of Map Revision. c. Make corrections to plans and contract documents after the final design review meeting and prepare the project advertisement package. O. POST -DESIGN SERVICES Atkins will provide Weld County with the following assistance with the Bidding Phase: a. Attendance at the Pre -Bid Meeting. b. Assistance with addressing design related questions and addendum preparation. Atkins will provide Weld County with the following assistance and deliverables with the Construction Phase. a. Atkins will prepare a set of conformed contract documents including: construction plans and project special specification. Conformed contract documents will incorporate all revisions made through addendum during the bidding phase. Conformed documents will be signed and sealed by a Licensed Professional Engineer registered in the State of Colorado and will become the Contract Documents. b. Attendance at the Pre -Construction Meeting. c. Review of submittals and shop drawings. d. Assistance with addressing contractor request for information (RFIs). e. Assistance with evaluating change orders (COs). f. Periodic site observation during construction. g. Structural inspections by an Engineer of key structural elements during construction. h. Attendance at construction progress meetings (as needed) i. The Consultant shall assist in the Final Completion inspection and report at the completion of the Project. P. DESIGN SCHEDULE Notice to Proceed Environmental Documentation FIR 60% plans and documents development From To 12/03/2016 01/23/2017 06/30/2017 01/23/2017 04/28/2017 11 of 13 Scope of Services WCR 53 Final Design Em-BR53/58A FIR meeting and comments review ROW Process FOR 90% plans and documents development FOR meeting and comments review PS&E 100% bid documents development Project Advertisement Construction III. DESIGN CRITERIA 05/19/2017 02/13/2017 01/19/2018 05/29/2017 09/08/2017 09/29/2017 10/02/2017 11/17/2017 02/02/2018 02/23/2018 04/02/2018 04/19/2019 The following is a list of technical references that may be applicable to this work and will be used as a basis for design criteria, details and specifications for this project. a. Weld County Design Standards b. CDOT Standard Specifications for Road and Bridge Construction c. CDOT Standard Drawings d. CDOT Roadway Design Drafting Manual e. CDOT Drainage Design Manual f. CDOT Bridge Design Manual g. CDOT Survey Manual h. CDOT Right -of -Way Manual i. CDOT M & S Standards j. CDOT Procedural Directives k. AASHTO Roadside Design Guide 1. AASHTO A Policy on the Geometric Design of Highways and Streets m. FHWA, Manual on Uniform Traffic Control Devices (MUTCD) D. Urban Storm Drainage Criteria Manual, Volume 3 IV. DELIVERABLES - The following is an estimate of the deliverables required for this project. 90% Design (FQR) • 90% Plan Set • 90% Project Specifications • 90% Engineer's estimate of probable costs • Storm Drainage Study and Report • Geotechnical Report and with bridge foundation recommendations and pavement design recommendations 10(% Design (PS&E) • Final Plan Package: Plans, Specifications and Construction Cost Estimate • Final Storm Drainage Report • CLOMR Construction Documents • For Construction Plan Package: Plans, Specifications and Construction Cost Estimate (stamped and signed) • Structure Field Package and Rating 12 of 13 Scope of Services WCR 53 Final Design Em-BR53/58A • LOMR (as -built survey to be provided by Weld County) • Final Geotechnical Report with bridge foundation design recommendations and final pavement design recommendations V. LIST OF ASSUMPTIONS 1. Project will be designed for 60 MPH speed with two 12 -foot lanes and two 6 -foot shoulders. 2. WCR 53 will remain open during construction of the bridge and the portion of the roadway on new alignment. Limited closures will occur during construction of the tie-ins 3. The construction Contractor will be required to be responsible for the Stormwater Discharge Permit associated with Construction Activity. 4. Atkins will be provided a digital file (CAD or GIS) containing the limits of waters of the U.S. approved by the USACE in October 2013, as well as the corresponding USACE wetland determination data forms. 5. Under the Colorado 401 Certification Regulation, all nationwide permits are certified by statute and do not require certification by the Colorado Water Quality Control Division. Therefore, no certification request will be submitted for the project. 6. USACE consultation will occur remotely with the exception of 1 in -person meeting, as needed 7. All borings for geotechnical investigations will be completed on Weld County property or within the right- of-way. Shannon & Wilson will obtain a right-of-way use permit from Weld County, If right -of -entry is needed, Weld County will coordinate the right -to -enter with landowners. S. All borings for geotechnical investigations will be replaced with the same soils, it is assume that the soils are not contaminated. At the completion of drilling borings will be backfilled with drill cuttings. There will be no analytical (chemical) testing of subgrade soils and no groundwater monitoring wells will be installed. 9. Based on the 30% plans, it is assumed that six (6) private properties will be impacted with a total of two (2) proposed right-of-way acquisition parcels and nine (9) temporary easement parcels for a total of eleven (11) legal descriptions. Staking the proposed parcels and easements for appraisal purposes, are assumed to be a onetime staking. 10. Weld County will be responsible for the following fees during the ROW process: a. Direct Cost — Property Acquisition b. Cost at Closing 11. ROW property acquisition will be made using Weld County money and no Federal or Estate funds will be used. 12. There are no aesthetics elements and/or improvements beyond basic infrastructure in the project. 13 of 13 r• a) fB 0- X X CD N N N C7 0 ce 0 O I J F ga •,4:4 r r r..- CO r Lri CO iLi $ 79.473.00 $ 28,727.00 $ 200.00 $ 8,250.00 $ 300.00 Inre OO Z 526 634 N lq.r• Off _ 717 N 1 I PROJECT COSTS DESIGN TASK ELEMENTS IProject Management and Coordination _ I 'Roadway Engineering 'Structures Engineering GI .` W G 'Er, C W N 0 'Environmental Documentation _ 'Right of Way Process 'Post Design Services ATKINS TASK TOTALS REIMBURSABLE EXPENSES: Reproduction (including mylars) Meeting Exhibits/Displays for Public Meetings 1 Milage (20 trips x 150 miles) fca $0.54/mile Deliveries SUBCONSULTANTS: I Survey (Lund) IAJ Ventures (Utility location/potholing) assumesl6 Shannon & Wilson - Geotechnical Investigation y a) LL As -Built survey for LOMR application CLOMR Costs and Fees 1 LOMR Costs and Fees $ 770,161.00 a D Additional unit cost items (if needed) EXHIBIT C —SCHEDULE Start End Notice to Proceed 12/03/2016 Environmental Documentation 01/23/2017 06/30/2017 FIR 60% plans and documents development 01/23/2017 04/28/2017 FIR meeting and comments review 05/19/2017 ROW Process 02/13/2017 01/19/2018 FOR 90% plans and documents development 05/29/2017 09/08/2017 FOR meeting and comments review 09/29/2017 PS&E 100% bid documents development 10/02/2017 11/17/2017 Project Advertisement 02/02/2018 02/23/2018 Construction 04/02/2018 04/19/2019 Project Closeout 04/19/2018 12/31/2019 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & ATKINS NORTH AMERICA, INC FOR (SEPTEMBER 20I3 FLOOD RECOVERY PROJECTS) (WORK ORDER TYPE) THIS AGREEMENT is made and entered into this 13 day of 2014, by and between the County of Weld, a body corporate and politic of the State of Colo a 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. ar 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, . aW. PROFESSIONAL ENGINEERING SERVICES AGREEMENT -- FLOOD RELATED Page 1 om)4- 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 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 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 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. S. 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 Countys 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 "AVIV 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 Employe's Liability Insurance covering all of ContractoesContract 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.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 Count/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.I.S. §§24-I8-201 et sect. 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. 1Z8-17.5-101. 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 Paee 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-I01 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) (Name and Title) FEIN: 390 j'" PROFESSIONAL ENGINEERING SERVICES AGREEMENT -- FLOOD RELATED Page 10 The foregoing instrument was acknowledged before me this i j` day of V,.,,t, Cu -3c- -C‘�� ��11m (name), as P` -`Ps tc �--\ f c4 e k r �� r� cr 1�C , (Company name) My commission expires on: C15-1/6, HEATHER L BROWNING NOTARY PUBLIC, STATE OF COLORADO My Comm. Expires Jun. 5, 2016 ATTEST: Weld County Clerk to the Bo BY. Deputy Cler to the Board Notary Public , 20I4, by le) of BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO qy:7 WP oughts Rademacher, hair JAN 1 3 2014 PROFESSIONAL ENGINEERING SERVICES AGREEMENT — FLOOD RELATED Page 11 /9 e7/J7 EXHIBIT A RFQ #B13OO2O1 Request for Qualifications Engineering Services related to the 2013 Flood Recovery 1. 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 #BI300201 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 "O" Street Greeley, Colorado 80632 Atkins North America, Inc. 4601 DTC Boulevard, Suite 704 Denver, Colorado 80237 Telephone: +1.303.221.7275 Fax: +1.303.221.7276 www.atkinsgiobal.com/northarnerica 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 fucusiiiy um 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 (CWCR) to develop digital flood insurance rate maps (DFIRM) in Weld County, giving us an in-depth understanding of the hydraulic 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 2 ATKINS 1 • 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 Holion, 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 720475.7051. Thank you for your consideration and we look forward to working with you. Sincerely, Dan Liddle, PE Josh Hollon, PE Principal -in -Charge Project Manager Engineering Services Related to the 20,13 Flood Recovery l 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 Hollon, 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 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 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 Emergency management 9 5 GIS 2 Environmental science _ 3 Roadway 48 Structures 10 Other Total 29 148 �-.^- Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery J 4 Proposed team organization Principal -in -Charge Dan Liddle, PE Weld County Project Manager Josh •Hollon, PE, CFM Deputy Project Manager Andrew Hofton, PE QA/QC Jerry Waterman, PE Structures Chengyu Li, PE, Ph.D., Task Lead Pedro Fernandez, PE Allison Young, El Wilson May, PE 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 Construction Management/ Inspection/Oversight Derek Lindvall, PE, Task Lead Jim Zufall, PE Brian Johni Roadway Andrew Holton, PE, Task Lead Loren Lauvray, PE Jon Gellner Frank Schultz, PE, LEED AP (Utilities) Environmental Amy Kennedy', Task Lead Amy Kennedy3 - NEPA Specialist Brian Partington3- Water resources Tim DeMasters3 - Scientist Emergency Management Wayne Floyd, Task Lead John Webster Michael Healy, PE Andrew Healy, PE Geotechnical Mark Vessely, PE, PG', Task Lead Daniel Bolda' Fredrick Lindner' Subconsultant Key 'Shannon & Wilson, Inc. 2Woolpert, Inc. 3Pinyon Environmental, Inc. Surveying/ROW Christopher Ram], PLS3 Task Lead Michael Heimbuck, PLS2 GIS Jarod Skrivanek, CFM, LISP 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 15 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 excPptinnai 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 fora wide variety of COOT 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. G 3.12j3 Atkins I Proposal for Weld County Engineering Services Re/ated to the 2013 Flood Recovery 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 FEMMIA, 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, GISP 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 0403 121.3: Atkins I Proposal for Weld County Engineering_ Services Related to the 2013 Flood Recovery 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 interrriediate 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. 18 183 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 Weld County post -flood LiDAR 0403.12,13, Atkins I Proposal for Weld County Engineering Services Related to the 2013 FIood Recovery l 8 and efficiently identify changes in flooding risks caused by channel migrations during the September floods. This automated mapping can provide quick identification of new.flo.od 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. Firm Flood recovery 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 COOT Region 1 General Engineering NPS 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 COOT Region 1 City of Longmont City of Fort Collins Atkins Atkins Atkins Atkins City and County of Denver Atkins COOT Region 1 Atkins Atkins Pinyon ✓ CDOT Region 2 Boulder County ✓ ✓ ✓ ✓ ✓ ,/ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Larimer County Pinyon ✓ V ✓ City of Longmont Pinyon ✓ / USACE Woolpert ✓ ✓ P403:1Z13: . Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery f 9'. Figure is Atkins roadway and floodplain delineation projects in Weld County Critical issues: • Spring runoff/thaw • Feasibility of inspection (channel, rip rap, scour) • Eaton 382 Windsor • Roudre River Big Thompson River Johnstown *Fart Lupton • Hudson Weld County Riverside Reservoir ZVimm South Platte River Hydraulic Study Mapping of 100- and 500 -year fioodplain 3 Weld County Map Modernization DFIRM production 4 WCR 2 improvements 0 Design of 3.1 -mile roadway segment Roadway and bridge design -04fl31213- Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery { 10"*. 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 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. 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. 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 Atkins I Proposal for Weld County Engineering Services Related to the 2013" Flood Recovery 1 1'[ 2013 Colorado Floods — Longmont Structure Assessments 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 dosed. 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, induding 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 hicihliohts • 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 04.03:1313,:. Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery 12 CDOT Region 1 General Engineering NPS Contract 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: • f-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 testingservices 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 O -19-i and P -19 -AD, SH 350 Bridge Design, Federal Boulevard -IBS 287 over BSNF and CDOT R2 Bridge Rehabilitation. Pinyn. runalental 2013 Colorado Floods — Boulder County Flood Recovery In responseto 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(1). 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: COOT Region 2 Karen Rowe, 1719546.5430 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: lnterwest 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.. J 13 SH 66 and County Line Road Pinyon was a subconsultant on this to complete design services for the Intersection Improvements CE project for the City of Longmont 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 COOT 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. 11AI • WOOLPEPT 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 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 • Environmental • Intersection project Client contact: Short Elliott Hendrickson, Inc. Philip T. Weisback, P: 303.441.5411 Value: $14,500 Status: Completed 2012 Project highlights • Emergency response (flood recovery) Client ..._.....--- __ _ __. _.._ ...... _ ....... ........... contact: USACE Roger Kay, P: 402.995.2342 Value: $152,000 Status: Completed 2013 Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery 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 Colorado since the devastating storm event in September. We understand 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 (ARCS) requirements; managing construction; preparing plans; and/or providing specific areas of expertise such as traffic engineering, surveying, hydrologic/hydraulic 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. • Spring runoff/thaw • Feasibility of inspection (channel, rip rap, scour) 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 teary► 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 COOT 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 Re#ated to the 2013 Flood Recovery l : 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 casein -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 rrtust 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 Qur.management 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 Hofion (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 lead 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 individualtasks 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 l Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery l 96.E • 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 Gl5 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/commubication 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. These, processes 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 respect. to communication. For example, while emails are used primarily for distributinginformation, true communication and coordination must be verbal — including one-on-one meetings, telephone Calls, and/or team meetings: Project progress meetings will 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. Atkins -1 Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery i 17,; Josh Hollon, PE, CFM - Project Manager Education B.S., Civil Engineering, University of Texas at Arlington, 1997 Registrations Professional Engineer .,..cororado42573 'Washington 45132 North Dakota 641:1 - ldaho 14122 • Minnesota 48253, Utah.8208649-2.202 '' Montana: 29214. - Texas 114903 Certifications: - Certified Floodplain:Manager'. (CFM): Colorado Us -09- 04246 ' Professional affiliations Association .State .:. - - Floodplain Managers ATKINS Josh Hollon'has 16 years of experience in stormvvater 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 withother affected communities and state agencies to fully support the needs of Weld County. Josh's project experience at Atkins includes: . 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 (ISDN) 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 (FIS) documentation including profiles; floodwaydata 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 Mad 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.tor 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 (CIP) 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 Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery 18 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 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 1-25), 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 3 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 Related to the 2013 Flood Recovery 119. Andrew Holton, PE - Deputy Project Manager, Roadway. Lead ATKINS Education E.S:, Civil Engineering, University of Cincinnati, 1991 Registrations Professional Engineer Colorado 33942, 1999 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 EIS for Region 1. As a result of his diverse experience, he has a full understanding of the FHWAfCDOT 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 segrnent 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: U5 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 Pane, 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. 1-70 at Burlington, CDOT Region 1, Burlington, CO. As the project manager, coordinated and fed a team through the design of more than 2 miles of 170, 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. 0403.1213. Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery: I 20 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 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 2OO2 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 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 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, storrnwater, facilities management, and streets department SOPs addressing pre -event, post -event response, and recovery operations plans. 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 fin lids desurried their uueihuds ul uu[lirullllly. Ui ii 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, axpress or implied, to hind 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 I I 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 nrnvirdp tha fnllnwinn: 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. 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. I. 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 nr condition of this Agreement shall be hold to be invalid, illegal, nr 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 shaft 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. U24-18-201 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 Weld County Proposal t RFP #B1300201 December 27, 2013 Man es gn Enab Atkins North America, Inc. 4601 DTC Boulevard, Suite 700 Denver, Colorado 80237 Telephone: +1.303,221.7275 Fax: +1303.221.7276 www atkinsglobal.com/northamerica 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 #B1300201 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 Holton 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 Holton, 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, tea.., tiat,ytic�— Dan Liddle, PE Jdsh Holton, PE Principal -in -Charge Project Manager ucEsurue 2:19 " 1 Engineering Services Related to the 2013 Flood Recovery l :2' Evaluation criteria and submittal requirements cross-reference Qualification and standard Scope of proposal Project understanding Project methodology (approach): for,sample site Final results (on. -time delivery/maximum reimbursement) Critical issues Major issues Solutions Project control Cost and schedule control Schedule control Compliance with state and federal procedures and ability to help maximize FEMA reimbursement Quality control Work location/familiarity Work location relative to project site""" Familiarity with Weld County UDBE goal Ability to meetUDBE goal Qualifications,of UDBE subconsultant Page 10-13 10—13 10-13' 0-13 2 2 10 3 3 10 1,5 6 1m Overall fircapabilities 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 Submittal requirements Staff qualifications Critical issues Suggestions on how to meet accelerated schedules' Scopeof work for sample site References Sample plan: and: profile sheet Standard Contract Agreement acceptance Sample site estimate of hours Proposed. schedule 10-13 15-17 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 [-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 Related to the 2013 Flood Recovery :I 3 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. ork b®cat,.• nil : f k Ilia raga 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. Pr•sject 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 to the 2013 Flood Recovery Proposed team organization Principal-i n -Charge Dan Liddle, PE Structures Chengyu Li, PE,Ph D:, Task Lead Pedro Fernandez, Allison Young, El Wilson Moy, PE John Migliaccio, PE, LEED AP4, Loren Lauvray, PE Jon Gellner Frank Schultz, PE, LEED AP (Utilities) Eduardo San, PE4 Geotechnical Mark Vessely, PE, PG', Task Lead .'. Daniel Bolda' Fredrick Lindner' Subconsultant Key 'Shannon & Wilson, Inc. 2Woolpert, Inc. 'Pinyon Environmental, Inc. 4San Engineering, LLC Project Manager Josh Hollon, RE, CFM Deputy Project Manager Andrew Holton. 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 Kennedy3, Task' Lead Amy; Kennedy3 - NEPA "Specialist Brian Partington3 - Water resources..: Tim DeMasters3 - Scientist Surveying/ROW Christopher Raml PLS2 Task Lead Michael Heimbuck PLS2 Jay Kramer QA/QC Jerry Waterman, PE Construction Management/ Inspection/Oversight Derek Lindvall, PE, Task Lead Jim Zufall PE Brian Jorini 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 37831.1213, Atkins I Proposal for Weld County Engineering: Services Related to the 2013 Flood Recovery 1. 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 =ai 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 surfcial 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 WOOL p F R r 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. 0403.37831.1213 Atkins I Proposal for Weld County Engineering'Services Related to the 2013 Flood Recovery Pinyon Environmental, Inc. (DBE) Environmental Pinyon 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. �. Perf:_ nF !nce on similar projectsThis 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: 303.9161051 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 onSH72from SH93toSH 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 l 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. 2013 Colorado Floods — Longmont Structure Assessrr ien Ls 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 St. Vrain River, which received These bridges are undersized f made evident. 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 extensive flood damage. or a large flood event, as was 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 oy the flooding and made recommendations for temporary erosion pro₹ection, 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 0403.3783'.1213 Atkins I Proposal for Weld County Engineering Services Related to the 2013 Hood 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:' 720.8652676 Value $2.5 million Status Ongoing 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 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 Dejiac©mo" T:-303:36 7211-": P:`>303.757 9169 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: • 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 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-J 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 L 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 Latimer County Ron Winne T. 970.498.5713 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. 0403 37831.:1213 Atkins I Proposal for Weld County Engineering Services Related to the 2013 Hood Recovery I North Shields Street Reconstruction Project highlights • Environmental • Road construction and bridge replacement Client contact:' Interwest Consultant Group Michael Oberlander T 970.674.3300, x102 Value $57,000 Status Ongoing 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: • `intersection project Client contact:.:. Short Elliott Hendrickson, Inc. Philip T Weisback T 303.441 5411' Value $14,500 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 0403 37831.1213 Atkins I Proposal for Weid County Engineering Services Related to: the 2013 Flood Recovery. 110 cl 5. Project underrstanth for samlpkt„ site Project delivery organization Plan Delivery D -sign Program Management Josh Hollon, PE, CFM an approach Pldn 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 Holton, 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 alrParly knn v that 111/PIrl rni inty i iicac Ai itnrAI ri',ril 3r1 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 19 ?: Critical issues Issue ROW impacts Potential need for easements or additional ROW Solution 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. Access for inspection Water levels and traffic could hinder inspections 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. Construction schedule Construction for critical infrastructure complete before spring runoff 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. Permitting Environmental permitting clearance could delay construction 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. Federal reimbursement Federal procedures and requirements can create complexities in project controls 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. 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 0403.37831.12 3 Atkins I Proposal for Weld County Engineering Services Related to the 2013 Flood Recovery112 • 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 avaiiab[e 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 Holton 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 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 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 Holton 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. 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, Rsf3220R 0psCO IMNIdU OCcningl �s- 4801 4515 4�� dq 9.0 4595 LT [Ill II - 9.0 4625, 4QSx .15 4525 4.0 I'iUi11J1L 4505 _ 1032 2200 .N1 1,5,12,23g Bream Iwal Pia Opening. ,p>o K2 '2 _ ACM 2200 savo, {n1 Shp Lim, 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 0403.: 3783.1.1213. 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 Proposal for Weld County Engineering -Services Related to the 2013 Flood Recovery. 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 m O • • • • O 'u E ms , • ar 1.a ;CFI O c . 413 E.) E u :E (13 CAD techn • • Final design • • • • Plan preparation • • • • Construction documents • • • • • Construction inspection • • • • • Estimated hours 140-180 40-,100 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 6-12 13-19 20-26 27-31 1-2 Contract award Site assessments and design preparation 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 QC Plan production Construction document delivery February 10-16 17-23 Atkins I Proposal for Weld County .0403:378311213 I p Z Q U w w Li d CE cE 1+ -I —w O LL, O Li I— EL Z H Z QM EL p O ❑ u D3 r 7 Q p U U � � Z D U1 Z Z M d E— - (_ N ❑ ti ZNN) L'" h U w� f dam© i E- u L. a L. O w awe 00a �z 0 U in c L_41 U) m I Y El - 7 Q 2 d U U w� D (./1 Z Z W J171H Z N M) 4601 DTC Boulevard Suite 700 Denver, CO 80237 Tel: 303.221.7275 Fax: 303.221.7276 wwwatkinsglobal.com/northamerica © 2013 Atkins North America, Inc. 12026155113 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 Office Engineering Hourly Rates Project Director Chengyu Li Daniel Liddle Derek Lindvall Stephen Sandvik Sr. Project Manager Josh HoIlon 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 $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 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 $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 Office Engineering Hourly Rates Office Engineering Hourly Rates Sr. Scientist I Beck Rude Scientist II Robert Rowe Sr. GIS Analyst I Jarod Skrivanek GIS Analyst II Trevor Rappleye Sr. Landscape Architect Geoffrey Schaller Landscape Architect II Lindsay Green $105.00 $33.65 $85.00 $28.26 $95.00 $30.80 $75.00 $25.00 $170.00 $59.50 $93.00 $31.50 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 $88.00 $30.39 $90.00 $31.19 $29.18 $58.00 $20.16 $52.00 $ I7.50 $47.00 $15.48 Construction Services Hourly Rates Construction Services Hourly Rates 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 $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 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 $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 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 II 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 III $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 A ce_ 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(i)(4)) 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. ef'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, 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)(I I). 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, 1336(i)(8)-(9). n 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 §13.360)(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 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 '.U11 Li t1L LUi 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: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: BY: Weld County Clerk to the /1 / ipa-2I- eputy Cl k to the Board Dough Rademacher, Chair JAN 1 3 2014 ATKINS 2016 HOURLY RATE SCHEDULE Weld Coun/y Post Flood Engineering Service? Office Engineering Hourly Rates Office Fngin€€ring Hourly Rates Project Director Sr. Project J\lanager Project Manager Sr. t'n ineer la Sr. Engineer III Sr. Engineer It Sr. Engineer Engineer III Engineer II Engineer Sr. Designer II Sr. Designer 1 (:All Designer Sr. ('AD Technician 11 CAI) Design Teehlitctian 5211.00 5190.00 5165.00 S185,00 S165.00 5124.110 5113.00 593.0{1 588.1111 577.011 S149.00 5113.10 S 105.00 593.011 S82.00 Sr. Scientist Scientist II Scientist Sr. ROW Agent Ill Sr. ROW Agent II Sr. ROW Agent I ROW Agent Project Surveyor Sr. (?IS Analyst CIS Analyst II Sr. Landscape Architect Landscape Architect II Technical Coordinator II Operations Coordinator II Sr. Program Assiitant I Administrative Clerk SE 05.00 588.00 570.00 5175.00 S125.00 S1U5.00 `85.110 5133.00 593.00 577.00 5175.00 596.00 $91.00 593.00 555.00 547.00 Construction Services Hourly Rates Construction Services Hourly Rates Sr. Resident Engineer Sr. Project Engineer II Sr. Project Engineer I Sr. Construction 1lonager Construction Manager Associate Construction Manager 5146.01) 5124.00 5103.00 5124.00 5108.00 593.1.3) Construction Mngt. Rep. ll Construction 111ngt. Rep. Sr. Field Representative II Sr. Field Representative Jr. Field Representative Engineer 576.0U 567.04 582.00 562.01} 541.00 577.01} Other Direct Cost Item Unit Rates Mileage Other 1'liscellaneous Expenses Standard federal rate At actual invoice cost, as approved in advanced by the owner's 1',M 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 / day of 2016, by and between the Board of Weld County Commission ors, on behalf of the Weld County Department of Public W ks, 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 parties agree to extend the Original Agreement for an additional 2 -year period, which wiII begin January 13, 2016, and will end on January 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: .fI t t1to �~ tC(d ! C. Printed Name D -„J Signature ATTEST: Weld .0 tv Jerk to the R BY. Deputy Clerk to j e Bo ddrAet) Je144;t1 APPROVED AS TO FUNDING; Controller APPRO lit AS TO ORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair FEB 0 1 ZE15 APPROVED AS 'O SUB TANCE; Electe l or rtm nt ad Ir: Df 7vt Director of General Services
Hello