HomeMy WebLinkAbout20153086.tiffMEMORANDUM
TO: Clerk to the Board DATE: January 5, 2016
FROM: Mike Bedell/ Don Dunker, Public Works Department
SUBJECT: Agenda Item
RE: Bid #B1500161
Doc # 2015-3086
Change Order No. 1
Parkway Master Drainage Study with Farnsworth Group in the amount of $124,741.00.
JAN 0 5 2016
WELD COUNTY
COMMISSIONERS
Attached are two duplicate, original Change Order No. 1. Please return one original to Public
Works.
Enclosures
M:\Francie\AGENDA memosWgenda-Jay.doc
C&.4)6(4.6/VW)
//1/p( -4-t4 ktou)(r)
v 1- ,/
02015-3o8i�
66 007,2
BOARD OF COUNTY COMMISSIONERS
REVIEW/WORK SESSION REQUEST
RE: Parkway Drainage Study — Farnsworth Change Order No.!
DEPARTMENT: PUBLIC WORKS DATE: 12/28/2015
PERSON(S) REQUESTING: Don Dunker (County Engineer), Michael Bedell (Senior Engineer)
Brief description of the problem/issue:
Recently the BOCC approved a design contract award to Farnsworth Group associated with the original scope
of work in the amount of $275,259. The overall budget for the project is $400,000 which includes a $200,000
cost -share grant from DOLA.
Public Works has subsequently negotiated a change order amount for an increased scope of work (larger study
area) which will utilize all of the grant funds. Staff has spoken with DOLA and they support this option as well.
The attached documents describe the additional study area proposed to be added, and a breakdown of the
associated costs from the consultant.
Recommendation to the Board:
Public Works recommends approval of the attached Change Order No.1 to increase the scope of work to better
utilize the current project budget. The completion date for this work will remain the same (June I, 2016).
Barbara Kirkmeyer, Chair
Mike Freeman, Pro -Tern
Sean P. Conway
Steve Moreno
Julie Cozad
Approve Schedule
Recommendation Work Session
Jrt
Attachments: Farnsworth Change Order No.I
Comments
CHANGE ORDER NO.1
PARKWAY MASTER DRAINAGE STUDY
Date: December 18, 2015
Project: PARKWAY MASTER DRAINAGE STUDY
Owner: Weld County, Colorado
Consultant: Farnsworth Group, 1612 Specht Point Road Suite 105, Fort Collins. CO 80525
The following change is hereby made to the Contract Documents: The original study area shall be
increased from 8.29 to 10.66 square miles, as depicted on the attached exhibit. The additional study
area will be centered on the WCR49 Corridor and will extend south to approximately WCR50.
Reimbursement for this additional work will be based upon hourly rates which are described
specifically in the attached exhibit. All conditions and requirements described in the Agreement for
Professional Services dated December 1, 2015 shall apply to the additional work described in this
Change Order No.1
CHANGE TO CONTRACT PRICE:
Original Contract Price: $275,259.00
Current Contract Price adjusted by previous Change Order: $275,259.00
The Contract Price due to this Change Order will be increased by: $124.741.00
The new Contract Price, including this Change Order, will be: $400.000.00
CHANGE TO CONTRACT COMPLETION DATE:
The Contract Completion Date will remain June 1.2016.
RECOMMENDED: SIDS
Owner Representative (Project Manager): 1 Y4�1,� IDS r•E• Date: tZ-i10(15
Consultant (Farnsworth Group): ' - Date: 12/28/2015
WELD COUNTY APPROVALS (SIGNATURE PAGE)
ATTEST: di ii BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
Weld County Clerk to the Board
BY:
APPROVED AS TO FUNDING:
Controller
APPROVED AS TO FORM:
17.1%-ounty Attorney
Mike Freeman, Chair
JAN 1'1 203
APPROVED AS TO SUBSTANCE:
Di '*''o Vii' blic Wor s Department
Director of General Services
,S00-3011O(i)
}
Farnsworth
GROUP
December 18, 2015
Weld County
Department of Public Works
Attn: Michael Bedell, Senior Engineer
1150 O Street, Room, #107
Greeley, CO 80631
1612 Specht Point Road, Suite 105
Fort Collins, CO 80525
p 970.484.7477 f 970.484.7488
www.f-w.com I www.greennavigation.com
RE: Change Order No. 1 Request — Master Drainage Master Plan
Weld County Parkway — Additional Area
Dear Mr. Bedell:
We appreciate the opportunity to work with you on this project and appreciate your confidence in
Farnsworth Group to complete this project. As we discussed during previous conversations, we have
prepared a Change Order Request per your direction, to arrive at a total Study Budget of $400,000.
This Change Order will ensure that Weld County is able to utilize the entire grant received from the
State of Colorado. We have attached a spreadsheet that shows the additional hours to be spent and
by which staff member or sub -consultant. We also have included the additional area shown on Google
Earth background as well as on quadrangle background. The study area has been increased from 8.29
square miles to 10.66. The additional area is centered on WCR 49 south to approximately WCR 50.
This additional area will provide Weld County with a more complete picture of the drainage problems
associated with this area, as well as possible solutions.
This increase will result in a total contract price of $400,000. The original contract price was $275,259
with the additional Work portion of Change Order No. 1 being $114,877 plus a line item for Other
Professional Services (OPS) of $9,864, for a total Change Order No. 1 request of $124,741.
Please review and then contact me to discuss the request. Should you have any questions, please do
not hesitate to contact me. Farnsworth Group looks forward to your response to this request.
Sincerely,
FARNSWORTH GROUP, INC.
cittAa
J.C. Cundall, PE
Engineering Manager
970.484.7477 i jcundall@f-w.com
IFarnsworth
GROUP
Engineering Services
Drainage Master Plan — Weld County Parkway
Weld County Department of Public Works
clAc
Jen
►Ssf
• I
a
h
d
an
co
O
at
0
O
12• 111
Y O o
a m r
m'
Ag
C
0Ua
• E
9 C Y
▪ U • O
era
wo
t
N
c
d
e
W
d .. 9
t
888,
Fx82
88
as
22
88
In
as
8'm
5
�a
8888
i ?n
»ax,
8888
�.
»daa
88
5{ns
cm
88
33
as
88
2a
32
88
a2
.:m
88
xa
88
f 88
xa
.
: P
B E
e
n
S
n
8
8
8
a
m
8
8
8
8
8
m
s
8
8
a:: ;
288
ga
ze
88
22
2
88
as
88
88
a�
a
8888
Nam.
8888
2.222
xaaa
88
3e
»�
80
2s
as
88
22
as
88
2s
„„
88
88
as
88
€E
x3
'¢
: s
a
• •' -' 8
m
m
-
m
m
.
•mm
is
8 6
m
,•
.
p'�j.rc
_
..
n
m885
mmnn
..
nn
nn
m.
__
__
111
m
S8
88
m
m
.
m
m
m
m
k4
.
0_.
m
m
e m
m _-
mm
m
a.
nn
I
.
m m.
..
.
m _.
mn
m.
__
nn
n
_.
•mn ae
m.
$ d,
rvn.
rvn
rvn
nn
nnnm
nrvnm
_.
n.
..
__
ne
n
2 -2
n _.
_.
m
n _n
..
..
..
..
..
.
a
It wan pun sum. atom,
$ E
Hi
ill
i
€
s
p-
5„
1
Y
gap
aI
'11
agg
z
8
u
ft
ri
inks.Omuta Surrey Subtotal
Taste -Duane Molding
Rains Datemtatron
Whig P EPA SWIM IU Project No
Bnenm Conditions
1
a
eg
S
gE$
II
i
1
V.
El
@@@E
�ygig
a
8
i
a
S
:
C 3•
8'
I
jo
s
1!
tl�
M
I
b
A
,
8
ass
X
s
,
-
&
a '..
3
►
6
►
►
I
�Y ` • i� ` , . -� �� � . • :� �Si � . . . ' . �
� � � ; . �ni w� "MI ' � - • V � �T�.ry(�J�y/y �. � � �' i M
I ' . . P_� 4 e 'LL�X.� � � l4 i �.i 1 n "M�ji� ♦ . . . � , . � 1 y . .
c �� C A � . � f �
n�...
` al r
r� � � ♦ y
�:3�. � � 4 . � . /1'G �� � �0 t .
� p. `� 4
,
' H v + � ' � ' ,
' . _ 7 : � . 7 , "� ' s � :. .� ..y�
r 'd" , " r t" '�
�n . Y � '. . F ��� . .� ���F � � V � .V
Y �T
� � ' I�
�. . F � �£ �
_ `{.. �it f . •:�. .l".
� .v.. . . ! _ � . ' \
w � � �- � �� � • . in s' �,y �
' '� 4�� 4I . '" . {� �YY ' � ,
1 . � � � � �; , , '.: ' .
! � .. J � .
�,. "'. � Y'41 . �t � �� '� ' �ve '
. . "'
, . �" r " ' S' ��^� � _ � . �'��..
'". ._� y . ' ` "C.. '� � � /. �`a`�, . �.� � ',
. ���� � � . ' A... ' Y . .ii ' i Y . r G� ,I1
� �rn ' uv � �3 , � . ' � ar,'�'a�v: u "Z,
u
.:�� :�- � r � „ •r� �, �!Y � . , ' i :� ;^ ' .
:
a _..... I . ..� - � g , . _ . fr . .
i u, . y" . � . � j � y a�� 'x„ y •
/ �P r A 'f � �si� • .r" � � .
I;
.5 . • � .p�. .� • .
' � � _ � f ��4b
\IY � ; .. . f •�
.� r � �-r w ,r- i
� f ` - ��K rv�l.' �� • �"
. . A . ,„ � , � K r .
�-PG ' i • �
�i+'!�i 3� f I f sy�' 1 � � /Y �y
� � �'- I ��` .ql �: ! � l�, � ���i�� � .Y . :. `*r
F' � y � � 7�,�₹j { .
. .
.. a S • ry .; ' � � 9� ' �
.
• N
! � � � � ���. ��. �. � � . ':) � � � ' Y �s
� _ � . � , ,, . ,.
� I i r . ♦ u .��Y � y � �
� �
C � � � ' -o i� -JI'.'f��P i .�' - . . � � 'l . 1 ,(y� � � �
♦
i �Y �u! w r
�' � � I r� � � . �^ � . � ti� �� . I �
L a � K , . � � .i. � Q (Y .�` � I
� �. ll
I _L �I .--t'� ra�T ��� � � � wa�� . � � �. . . •
' �'`4y s � �'.- � � � . � � � � ! .' �
. ; . . .� � � . I � M � I.
� � l I . � 4 y." 1 . � �
�—� Y f_ ` , � . �R �^ O /„ �
�. � � ' . . ' � � - �, . ��� , � � ' ;-� iRr . . '� � `II —
� C
� �, .. ? : � t �. � � .i.� - � N (�
J II ..�� ' II � � � - �6 � � '�
• /af�r�' . �•� � . � C
� I 'R .. J� ; . 1{ � r � U r' G .
` ' �d � � ��y r . .
i;i . � Y
'� � � �. �f � . . � �� : .:
4. ' a i
�
�. .. � � � y � � �
4
� � r � ' r ' ' .. •� . , . �}
c � �
�1 � . �Tl � ' � � � � '
I�i � . Ny � �. . � 1 �� �l� .♦ � '� ' �
- I - '$Ap .. � �'' FF y , � '
� , �a � � . . , � . ; � . , -
t � ! '. t:.� � ., s� f �
� %... � �.F�_ .; '��...., r �
.J � - `;
. ,;.: - �.�yj� � . � . , . r � ,
t 1 : � � :. � �!: .� �` : � ' � �N � '
r . �� d a'� y� a/y , � . 9 . �� _ . . � � .
i „' '� , , 3� � r
�'�. , ; r� �
` • , ; � t . . , , . . � � �_ '� ' . _ . .. _ � "
i � � ' . � ' . �w :.• 1 = � .,, . � , tv� ^ � +�
♦ a� �Y
�i� .nr . ` . r �1.�}S� � ' �
F, '�'' ' � ' a. � � .. �
,tz
. * . �
� � � �.��� . s r. s ,� r.: . � - .: .,
x . �, 4 ' I
■ ���` � ^ � .� • # � '� �:. � .� I�i.'� .+�' .; .
� .1 :/ y .� . . i. i. ` � .
;
dawAv,r ' . , ^ ° : .e � _.� . . �
�
d[ T� �. w ' ,' . �: R . I
� _ r '� N� � . �
� � - . • � � . . �' . .
r-• � � � ' ��
rt � � . "Y_ ' * 7 . ��
`^• � •:`� ' � � e . . .
�' � •�: ,.
� _
�r� � ti : � �: � p� �. ��� - _ . . � � �; y ,_�d
~ ' . � �� ,.. , � ' " :t - :. . �,, .-a ,sib. �`^ . a�
� . . �.
� i
� � ,. .. . � � _ �i �.' � � ��
' ���• ` r� "� �it ���'�` '�
� �
� . � ��F � . l i— , - 1 � � j � p , r _ .+ �
. , . ! .
� ; � 5
, , _ � � l . �
� - � j �
�
V. ... ' �' � . .�� � Y
--. - --� j � � , �� '� . 5 a , : i .;- �
_ , f
_ , i ' � . . - � . . - '�.\
' _
__ _ . i . � 3 � , v_ � , . �
� � � s f � � .
� ; I i ` ' �` � A � . P
�5.`l� 1�: . .. . _ _. _ � t , q � 'n � � _ ; 2 i ^ •j
I �� F'1 ` � / ' '
. • / JI' � , � � y �..�
i �' �
r� _ _ _ � — j ._� . � � � _ r C � �� � � -� .
� .;i . /' � . . �
3 � .!^� . p. { . �� �il � � , .. w
. i �
� I i �
� � �(" j � • � �'.
.. ' .. . . ' I I " ' �_ . • . %
� � � , ' ` I � f�J f . �\ � �
� � � / � ^ � N ' +� Li f � ;
'••
y . . .
. , # ri , ,_ � � . �
^" m: .
�._ — _ A � ' . .. ,;,.,- __ " . _ j� .
t � �
_ _ .�. _ '_ . ---e � � � _ -s- � i--- �i - `- ;� G�' — �—/ �� �—,'
� � . ti � � � � ;� I., j ; . ( �
. . , �
� � . � � � � �' . �� � � . � � I. � � � M1
i.
ti �� � � � ' � . � i �� � � � ' � .
J
^ � , _ _ — . — r
a _ �
� �, �
/ \ ,
, E v j� »
. •
� — •� \ • 1 S � j7�
M1 � �' � 4� � � i �� i �
1 � L_ �
I 1 L \
�- n .� n
� � . _ . �� _ � �� . ..
�j � ' � �
_ � ' 1 �� I � ' _ _ _ _ _ _ _ �
:� � ..� . !. i u I .
F� _ _ )
/ �, � 5 � . �• U - ' � �
Y � ' ' ° -f ,
��� � �. -> ��;r..` . ; � � ; . s .
x �i � i � �,-.� � . _ - �
� - , � � , � . .'�-
.i . ' - � � �
; .., I , -
, 1 ` � � ; ; _ . ti-_ �
X `. ':
• '�' �. . _ P� �� �ti' � . L , — \� _ ±�1 �^ ��l �•' -_ — • .. _ - _
� .. . , : . ' -'- �
�. .� � � • � . � , '
�. � .. . ' A � . . . . .
S
I . a �, ry
i � .._ _.J' � . -._� - . 3� � \ � "• I' '�` . � -
. k� . � l�� � '"
,
' .. - : � _ ' �'� - � � ( ' �
.
I � . ` � ; E�� � � _� a ' '
` p "� �
i� . , .. ;I:, � _ oi ., ,_ ,,.:.. _ ' a � ' Z . � �� ;T_
--' . ' : . ' \ �
s Y. ..n' . . �•— —•. � _ I �I a Y . �
f � . . ' �` \� �{�'. � 1 Y k �
W . � �/ J � A \ � i
\ .. . - /r • � 9 � i 1
Y Y' � _ . , 1 _ . ` ' �� � �'" 1 D �� .. � ..
y. . .
' I� f " \
� '; ( ' ,` � � �
f: 1 ' l / � \ �
:� . y �y e z-� -.�i-I �� � � � � - �
� a �;l. � .. �� . .� .. i "t ? a I yy, 1 �� � ' ' ]
a '
� -r ��.i _ . ' � � -i '- y'�\ � /`� �- _�'a" ` __ �.�._ ' -' - I
�d
�- � .
� (• , � � J � �� • °` I
� � � ��. � � . \ � �
n � i `l
� � � :I • .,� _ ' i .'�. • � ' � � '
. `�—_— , 4 t-
1�_ _ .l'� — �_� .. �� � I � �ip , n .
� .i � _.�." r'` � (
�,
r . -r `� �' _ . : _ i �. � � _
. . , I -�-.- w � � .,. —... �
�� v.� � 1� V '1
• ' a.�-��. � ,� i� '' � 4�,, . � � � � L ' _ �
' , � .-_ . _. _ _ _
. � , �: � � - :y
- � ' p ,� •
a�r. .- ."` , � E • i e� � �� y� � : E r . T i § , � i
� .� ', � � �,9' � '.d� � � _ " � ` . ,}`� . �3 � ( ��� , �i � ti �i
r� � J ,. � ���% ,,
., . _.. � . ��_l , T. �
_ J ,�.y , , _.E' g
A �
—" � -+!
�, { . .� _� ; Y: , ��, . . � .�� � i '+ � 1, .. � "� 'I . ',_ I �
MEMORANDUM
TO: Clerk to the Board DATE: December 1, 2015
FROM: Mike Bedell, Public Works Department
SUBJECT: Agenda Item
Agreement for Professional Services with Farnsworth Group, Inc. for the Weld County Parkway
Master Drainage Study.
Attached are two, duplicate original agreements.
Please return one signed agreement to Public Works. Thank you.
Enclosures
M:Wrancie\AGENDA memos\Agenda-Jay.doc
..0,24,01, aped,
/a- 7 acr..5-
RECEIVED
DEC 0 2 2015
COMMISSIONERS
6,8e)
&(ro)
6dcx57cZ
�� BOARD OF COUNTY COMMISSIONERS
REVIEW/WORK SESSION REQUEST
RE: Parkway Drainage Study—Consultant Contract Award
DEPARTMENT: PUBLIC WORKS DATE: 11/17/2015
PERSON(S) REQUESTING: Don Dunker(County En ig neer) Michael Bedell (Senior En i� neer)
Brief description of the problem/issue:
Three short-listed consulting firm submitted "best-value" proposals with fee estimates for the Master Drainage
Study Project, as shown on the attached map, which included the limits of WCR49 to WCR54. The County
selection committee went through a scoring process and has recommended Farnsworth Group from Fort
Collins. The base fee proposal from Farnsworth associated with the original scope of work is $275,259. The
overall budget for the project is $400,000 which includes a$200,000 cost-share grant from DOLA.
In accordance with DOLA's request and to maximize the grant funds, Public Warks would like to expand the
scope of work to include additional study area as far south of US34 as possible.
In order to accomplish this, the County Attorney's Office recommends the Board award the contract to
Farnsworth Group in the amount of $275,259 and then have PW negotiate a change order amount for the
increased scope of work. Staff has spoken with DOLA and they support this option as well.
Recommendation to the Board:
Public Works recommends awarding a contract associated with the original scope of wark since all three
consultants submitted their cost proposals based upon that work scope. Pending approval from the BOCC will
negotiate a change order with the selected consultant to increase to scope of work to better utilize the current
project budget.
Approve Schedule
Recommendation Work Session Comments
Barbara Kirkmeyer, Chair
Mike Freeman, Pro-Tem t'Y1f
Sean P. Conway _��'�
Steve Moreno
Julie Cozad
Attachments: RFP#B 1500161
i � F
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN WELD COUNTY & FARNSWORTH GROUP,INC.
WELD COUNTY PARKWAY MASTER DRAINAGE STUDY
THIS AGREEMENT is made and entered into this lst day of December ,2015, by and between the
County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County
Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as
"County," and Farnsworth Group, Inc., [an individual], [a limited liability partnership] [a limited liability
company] [a corporation who whose address is 1612 Specht Point Road, Suite 105, Fort Cotlins, Colorado
80525, hereinafter referred to as"Contract Professional".
WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to
perform services as more particularly set forth below; and
WHEREAS, Contract Professional has the ability, qttalifications, and time available to timely perform
the services, and is willing to perform the services according to the terms of this Agreement.
WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the
time,skill, expertise,and experience necessary to provide the services as set forth below;
NOW,THEREFORE,in consideration of the mutual promises and covenants contained herein,the
parties hereto agree as follows:
1. Introduction.
The terms of this Agreement are contained in the terms recited in this document and in E�►ibits A and
B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein
by this reference. County and Contract Professional acknowledge and agree that this Agreement, including
specificatly Exhibits A and B, define the performance obligations of Contract Professional and Contract
Professional's willingness and ability to meet those requirements.
Exhibit A consists of County's Request for Proposal (RFP) as set forth in "Proposal Package No.
B 1500161. The RFP contains a11 of the specific requirements of County.
E�ibit B consists of Contract Professional's Response to County's Request for Proposal. The Response
confirms Contract Professional's obligations under this Agreement.
2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products
necessary for the project and agrees to diligently provide a11 services, labor, personnel and materials necessary
to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by
reference. Contract Professional shall coordinate with Weld County to perform the services described on the
attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the
standards of professional care, skill, training, diligence and judgment provided by highly competent Contract
Professionals performing services of a similar nature to those described in this Agreement. Contract
Professional shall further be responsible for the timely completion, and acknowledges that a failure to comply
with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result
in County's decision to withhold payment or to terminate this Agreement.
3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County,
and shall continue through and until Contract Professional's completion of the responsibilities described in
020�.� �a���J
Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of
Colorado prohibit County from entering into Agreements which bind County for periods longer than one year.
Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify
Contract Professional if it wishes to renew this Contract.
4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days
written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material
breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contract
Professional the right to provide services under this Agreement beyond the time when such services become
unsatisfactory to the County.
If this Agreement is terminated by County, Contract Professional shall be compensated for, and such
compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and
which have been approved by the County; (2) the reasonable value to County of the services which Contract
Professional provided prior to the date of the termination notice, but which had not yet been approved for
payment; and (3) the cost of any work which the County approves in writing which it determines is needed to
accomplish an orderly termination of the work. County shall be entitled to the use of all material generated
pursuant to this Agreement upon termination.
Upon termination, County shall take possession of all materials, equipment, tools and facilities owned
by County which Contract Professional is using, by whatever method it deems expedient; and, Contract
Professional shall deliver to County all drawings, drafts or other documents it has completed or partially
completed under this Agreement, together with all other items, materials and documents which have been paid
for by County, and these items, materials and documents shall be the property of County. Copies of work
product incomplete at the time of termination shall be marked"DRAFT-INCOMPLETE."
Upon termination of this Agreement by County, Contract Professional shalt have no claim of any kind
whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except
for compensation for work satisfactorily performed and/or materials described herein properly delivered.
5. Extension or Modifieation. Any amendments or modifications to this agreement shall be in writing signed
by both parties. No additional services or work performed by Contract Professional shall be the basis for
additional compensation unless and until Contract Professional has obtained written authorization and
acknowledgement by County for such additional services. Accordingly, no claim that the County has been
unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be
the basis of any increase in the compensation payable hereunder. In the event that written authorization and
acknowledgment by the County for such additional services is not timely executed and issued in strict
accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be
deemed waived and such failure sha11 result in non-payment for such additional services or work performed. In
the event the County shall require changes in the scope, character, or complexity of the work to be performed,
and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for
performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and
this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract
Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the
anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement
shall be deemed covered in the compensation and time provisions of this Agreement
6. Compensation/Contract Amount. Upon Contract Professional's successful completion of the
services, and County's acceptance of the same, County agrees to pay an amount no greater than $275,259.00,
which is the bid set forth in Exhibit B. Contract Professional acknowledges no payment in excess of that
amount will be made 6y County unless a "change order" authorizing such additional payment has been
specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld
County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision
of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and
expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the
sum of the bid amount set forth in Exhibit B. Contactor Professional acknowledges that any work it performs
beyond that specifically authorized by County is performed at Contract Professional's risk and without
authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or
penalties of any nature other than the compensation stated herein.
If, at any time during the term or after termination or expiration of this Agreement, County reasonably
determines that any payment made by County to Contract Professional was improper because the service for
which payment was made did not perform as set forth in this Agreement, then upon written notice of such
determination and request for reimbursement from County, Contract Professional shall forthwith return such
payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by
County, if any, shall forthwith be retumed to County.
County will not withhold any taxes from monies paid to the Contract Professional hereunder and
Contract Professional agrees to be solely responsible for the accurate reporting and payment of any taxes related
to payments made pursuant to the terms of this Agreement.
Mileage may be reimbursed if the provisions of Exhibit B permit such payment at the rate set forth in
Exhibit B. Contract Professional shall not be paid any other expenses unless set forth in this Agreement.
Payment,to Contract Professional will be made only upon presentation of a proper claim by Contract
Professional, itecnizing services performed and, (if permitted under this Agreement), mileage expense incurred.
No�withstanding anything to the contrary contained in this Agreement, County shall have no obligations
under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period
after December 31 of any year, without an appropriation therefore by County in accordance with a budget
adopted by the Board of County Commissioners in compliance with Article 25,title 30 of the Colorado Revised
Statutes, the Local Government Budget Law(C.R.S. 29-1-101 et. seq.) and the TABOR Amendment(Colorado
Constitution, Article X, Sec. 20)
7. Independent Contract Professional. Contract Professional agrees that it is an independent Contract
Professional and that Contract Professional's officers, agents or employees will not become employees of
County, nor entitled to any employee benefits from County as a result of the execution of this Agreement.
Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract
Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed
pursuant to this Agreement. Contract Professional, its employees and agents are not entitled to unemployment
insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide
such coverage for Contract Professional or any of its agents or employees. Unemployment insurance benefits
will be available to Contract Professional and its employees and agents only if such coverage is made availahle
by Contract Professional or a third party. Conlract 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 shatl have the following
responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a)
provide and keep in force workers' compensation and unemployment compensation insurance in the amounts
required by law.
8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in
reliance upon the particular reputatian and expertise of Contract Professional. Contract Professional shall not
enter into any subcontractor agreements for the completion of this project without County's prior written
consent,which may be withheld in County's sole discretion. County shall have the right in its reasonable
discretion to approve all personnel assigned to the subject project during the performance of this Agreement and
no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project.
Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services
. �
to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and
to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, by
this Agreement, assumes toward County. County shall have the right(but not the obligation) to enforce the
provisions of this Agreement against any subcontractor hircd by Contract Professional and Contract
Professional shall cooperate in such process. The Contract Professional shall be responsible for the acis and
omissions of its agents, employees and subcontractors.
9. Ownership. All work and information obtained by Contract Professional under this Agreement or
individual work order shall become or remain (as applicable), the property of County. In addition, all reports,
documents, data, plans, drawings, records and computer files generated by Contract Professional in relation to
this Agreement and all reports, test results and all other tangible materials obtained and/or produced in
connection with the performance of this Agreement, whether or not such materials are in completed form, shall
at all times be considered the property of the County. Contract Professional shall not make use of such material
for purposes other than in connection with this Agreement without prior written approval of County.
10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted
separately from the main bid submittal, clearly denoting in red on the financial information at the top the word,
"CONFIDENTIAL." However,Contract Professional is adviscd that as a public entity, Weld County must
comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the
confidentiality of all documents. Contract Professional agrees to keep contidential all of County's confidential
information. Contract Professional agrees not to sell, assign, distribute, or disclose any such confidential
information to any other person or entity without seeking written permission from the County. Contract
Professional agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature
of this confidential information and of the restrictions imposed by this agreement.
11. Warranty. Contract Professional warrants that the services performed under this Agreement will be
performed in a manner consistent with the professional standards governing such services and the provisions of
this Agreement. Contract Professional further represents and warrants that all services shall be performed by
qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all
scrviccs will conform to applicable specifications.
In addition to the foregoing warranties, Contract Professional is aware that all work performed on this Project
pursuant to this Agreement is subject to a one year warranty period during which Contract Professional must
correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and
acceptance of the Project.
12. Acceptance of Services Not a Waiver. Upon completion of the work, Contract Professional shall submit
to County originals of all test results, reports, ete., generated during completion of this work. Acceptance by
County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve
Contract Professional of responsibility for the quality and accuracy of the project. In no event shall any action
by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or
default which may then exist on the part of Contract Professional, and County's action or inaction when any
such breach or default shall exist shall not impair or prejudice any right or remedy available to County with
respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants,
provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach.
Acceptance by the County of, or payment for, the services completed under this Agreement shall not be
construed as a waiver of any of the County's rights under this Agreement or under the law generally.
13. Insurance and Indemnification. Contract Professionals must secure, at or before the time of cxecution
of any agreement or commencement of any wark, the following insurance covering all operations,goods or
t �
services provided pursuant to this request.Contract Professionals shall keep the required insurance coverage in
force at all times during the term of the Agreement,or any extension thereof, and during any warranty period.
The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by
A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating
"Should any of the above-described policies by canceled or should any coverage be reduced before the expiration
date thereof,the issuing company shall send written notice to the Weld County Director of General Services by
certified mail, return receipt requested. Such written notice shall be sent thirty(30)days prior to such cancellation
or reduction unless due to non-payment of premiums for which notice shall be sent ten(10)days prior. If any
policy is in excess of a deductible or self-insured retention, County must be notified by the Contract
Professional. Contract Professional shall be responsible for the payment of any deductible or self-insured retention.
County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the
amount of the deductible or self-insured retention to guarantee paymentofclaims.
The insurance coverage's specified in this Agrcement are the minimum requirements, and these requirements do
not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits
contained herein are sufficient to protect them from liabilities that might arise out of the performance of the
work under this Contract by the Contract Professional, its a�ents,representatives, employees, or subcontractors.
The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher
limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations
assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient
amounts, duration, or typcs. Thc Contract Professional shall maintain, at its own expense, any additional kinds
or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement.
Any modif cation to these requirements must be made in writing by Weld County.
The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract
Professional shall be responsible for the professional quality,technical accuracy, and quantity of all services
provided, the timely delivery of said services, and the coordination of all services rendered by the Contract
Professional and shall, without additional compensation,promptly remedy and correct any errors, omissions, or
other deficiencies.
INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers,
agents, and employees, from and against injury, loss damage, liability, suits, actions,or willful acts or omissions
of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the
terms of this Contract or on account of any act, claim or amount arising or recovered under workers'
compensation law or arising out of the failure of the Contract Professional to conform to any statutes,
ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for
any and all inj uries or damage received or sustained by any person, persons, or property on account of its
performance under this Agreement or its failure to comply with the provzsions of the Agreement, or on account
of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of
the materials required herein, or from any claims or amounts arising or recovered under the Worker's
Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or
termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation,
defense and judgment costs where this contraet of indemnity applies. In consideration of the award of this
cantract, the Contract Professional agrees to waive all rights of subrogation against the County its associated
and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers
for losses arising from the work performed by the Contract Professional for the County. A failure to comply
with this provision shall result in County's right to immedzately terminate this Agreement.
Tyues of Insurance: The Contract Professional shall obtain,and maintain at all times during the term of
any Agreement,insurance in the following kinds and amounts:
, �
Workers' Compensation Insurance as required by state statute, and Employer's Liability
Insurance covering all of the Contract Professional's employees acting within the course and scope
of their employment. Policy shall contain a waiver of subrogation against the County. This
requirement shall not apply when a Contract Professional or subcontractor is exempt under
Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor
executes the appropriate sole proprietor waiver form.
Commercial General Liability Insurance shall include bodily injury,property darnage, and liability
assumed under the contract.
$1,000,000 each occurrence;
$1,000,000 general aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: Contract Professional shall maintain limits of$1,000,000 for bodily injury per
person,$i,000,000 for bodily injury for each accident,and$l,000,000 for property damage applicable to
all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non-
owned vehicles used in the performance of this Contract.
Professional Liability(Errors and Omissions Liability)
The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in
the Scope of Services of this contract. Contract Professional shall maintain limits for all claims
covering wrongful acts, errors and/or omissions, including design errors, iFapplicable, for damage
sustained by reason of or in the course of operations under this Contract resulting from professional
services. In the event that the professional liability insurance required by this Contract is written on a
claims-made basis, Contract Professional warrants that any retroactive date under the policy shall
precede the effective date of this Contract; and that either continuous coverage will be maintained or
an extended discovery period will be exercised for a period of two (2)years beginning at the time
work under this Contract is completed.
Minimum Limits:
Per Loss $ 1,000,000
Aggregate $ 2,000,000
Contract Professionals shall secure and deliver to the County at or before the time of execution of
this Agreement, and shall keep in force at a[l times during the term of the Agreement as the same
may be extended as herein provided, a commercial general liability insurance policy, including
public liability and property damage, in form and company acceptable to and approved by said
Administrator,covering all operations hereunder set forth in the related Bid or Request for Proposal.
Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate
of insurance, a policy, or other proof of insurance as required by the County's Risk
Administrator in his sole discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor
liability, and inland marine, Contract Professional's insurer shall name County as an additional
insured.
Waiver of Subro a�: For all coverages, Contract Professional's insurer shalI waive subrogation
rights against County.
Subcontractors: All subcontractors, independent Contract Professionals, sub-vendors, suppliers or other
entities providing goods or services required by this Agreement shall be subject to all of the
requirements herein and shall procure and maintain the same coverage's required of Contract
Professional. Contract Professional shall include all such subcontractors, independent Contract
Profcssionals, 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 Coniract Professionals, sub-vendors suppliers or
other entities upon request by the County.
14. Non-Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein
or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional to
assign or transfer its rights hereunder without such prior approval by County shall, at the option of County,
automatically terminate this Agreement and all rights of Contract Professional hereunder. Such consent may be
granted or denied at the sole and absolute discretion of County.
15. Examination of Records. To the extent required by law,the Contractor agrees that any duly authorized
representative of County, including the County Auditor, shalI have access to and the right to examine and audit
any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this
Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment
received.
16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure
to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause
beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, tlood, earthquakes or
Governmental actions.
17. Notices. County may designate, prior to commencement of work, its project representative ("County
Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions
with reference to thc project. All requests for contract interpretations, change orders, and other clarification or
instruction shall be directed to County Representative. The County Representative for purposes of this
Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. All
notices or other communications (including annual maintenance made by one party to the other coneerning the
terms and conditions of this contract shall be deemed delivered under the following circumstances:
(a) personal service by a reputable courier service requiring signature for receipt; or
(b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a
party at the address set forth in this contract; or
(c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment
is required by the sending party; or
(d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is
required by the sending party.
Either party may change its notice address by written notice to the other.
, �
Notification Information:
Contract Professional: Farnsworth Group, Inc.
Attn.: J.C. Cundall, P.E., Engineering Manager
Address: 1612 Specht Point Road, Suite 105
Address: Fort Collins, CO 80525
E-mail: icundall c(r�,f-w_com
Phone: (970)-484-7477
Facsimile: (970)-484-7488
County:
Name: Michael Bedell, P.E.
Position: Senior Engineer
Address: P.O. Box 758
Address: Greeley, CO 80632
E-mail: mbedell e,co.weld.co.us
Phone: (970)-304-6496 EXT. 3706
Facsimile: (970)-304-6497
18. Compliance with Law. Contract Professional shall strictly comply with all applicable federal and State
laws, rules and regulations in effect or hereaCter established, including without limitation, laws applicable to
discrimination and unfair employment practices.
19. Non-Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other
Contract Professionals or persons to perform services of the same or similar nature.
20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and
incorporated herein, contains the entire agreement between the parties with respect to the subject matter
contained in this Agreement. This instrument supersedes all prior negotiations, representations, and
understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement
may be changed or supplemented only by a written instrument signed by both parties.
21. Fund Availability. Financial obligations of the County payable after the current fiscal year are
contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution
of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise
appropriated in each succeeding year.
22. Employee Financial Interest/Conflict of Interest—C.R.S. §§24-18-201 et seq. and §24-50-507. The
signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or
beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County
has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere
with the performance of Contract Professional's services and Contract Professional shall not employ any person
having such known interests. During the term of this Agreement, Contract Professional shall not engage in any
in any business or personal activities or practices or maintain any relationships which actually conflicts with or
in any way appear to conflict with the full performance of its obligations under ihis ngreement. Failure by
Contract Professional to ensure compiiance 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 fundrng
to Contract Professional.
23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or
unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without
such provision, to the extent that this Agreement is then capable of execution within the original intent of the
parties.
24. Governmenta[ Immunity. No term or condition of this contract shall be construed or interpreted as a
waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the
Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended.
25. No Third Party Bene�ciary. 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 ngreement 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 benef ciary only.
26. Board of County Commissioners of Weld County Approval. This Agreement shall nol 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 establishcd pursuant thereto, shall be
applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or
incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void.
In the event of a legal dispute between the parties, Contract Professional agrees that the Weld County District
Court shall have exclusive jurisdiction to resolve said dispute.
28. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees
that it does not knowingly employ or contract with an illegal alien who will perform work under this contract.
Contract ProfessionaI will confirm the employment eligibility of all employees who are newly hired for
employment in the United States to perform work under this Agreement, through participation in the E-Verify
program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contract
Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement
or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor
shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract
Professional shall not use E-Verify Program or State of Colorado program procedures to undertake pre-
employment screening or job applicants while this Agreement is being performed. If Contract Professional
obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly
employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County
within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or
contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing
or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not
terminate the contract if within three days the subcontractor provides information to establish that the
subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall
comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-
17.5-102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the
State of Colorado program, Contract Professional shall, within twenty days after hiring an new employee to
perform work under the contract, affirm that Contract Professional has examined the legal work status of such
employee, retained file copies of the documents, and not altered or falsified the identification documents for
such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has
examined the legal work status of such employee, and shall comply with all of the other requirements of the
State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of
C.R.S. §8-]7.5-l0l et seq., County, may terminate this Agreement for breach, and if so terminated, Contract
Professional shall be liable for actual and consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract
Professional receives federal or state funds under the contract, Contract Professional must confirm that any
individual natural person eighteen(18) years of age or older is lawfully present in the United States pursuant to
C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract
Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a
citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b)
shall produce one of the forms of identification required by C.R.S. § 24-76.5-101,et seq., and (c) shall produce
one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract.
29. Compliance with Davis-Bacon Wage Rates. Not Applicable.
30. Attorneys Fees/Legal Costs. ln the event of a dispute between County and Contract Professional,
concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney
fees and/or legal costs incurred by or on its own behalf.
31. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial
body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be
null and void.
32. Offieial Engineering Publications. Contract Professional acknowledges and agrees that the Colorado
Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado
Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work
performed by Contract Professional under this Agreement, and that a failure to meet the standards set by these
publications may result in withholding by County of some or all of the Compensation.
33. Compliance with Colorado Department of Transportation Regulations and Standards. Not
Applicable.
Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement,
understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the
attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and
supersedes all proposals or prior agreements, oral or written, and any other communications between the parties
relating to the subject matter of this Agreement.
SIGNATURE PAGE
IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 1st day of
December , 2015.
CONTRACT PROFESSIONAL:
Farnsworth Groups Inc.
By:
Name: J.C. Cundall
Title: Engineering Manager
Date: December 1, 2015
Gary Davis, Principal
WELD CO
ATTEST: „irdliA)
Weld Canty Clerk to the B. : d WELD COUNTY, COL
BY:
Deputy Clem: to e
APPRO D AS TO
Controller
APPRO D AS T ORM:
County Attorney
BOARD OF COUNTY COMMISSIONERS
arrbara Kirkmeyer, Chair
Itetfrt
Director of General S ices
OVED AS T ' UB ' ANCE:
El 'al or Department Head
oezo- .50,10
'4��, � CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY)
� ii/za/2ois
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER 1-800-527-9049 CONTACT
NAME:
Holmes Murphy and Associates PHONE FAX
- Peoria AIC No Ext: AIC No:
E-MAIL
311 S.W. Water StiEEt ADDRESS:
Sui.te 211 INSURER S AFFORDING COVERAGE NAIC#
Peoria, IL 61602-4108 INSURERA: $MCASCO INS CO 21407
INSURED INSURERB: $MPLOYERS MIIT CAS CO 21415
Farnsworth Group, Inc. INSURERC: XL SPSCIALTY INS CO 37885
2709 McGraw Drive INSURERD:
INSURER E:
Bloomington, IL 61704 INSURERF:
COVERAGES CERTIFICATE NUMBER:45486��8 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH PO�ICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR 7ypE OF INSURANCE ADDL SUBR ppLICY NUMBER MOL pY EFF MMIDD/YYYY LIMITS
LTR
A X COMMERCIALGENERALLIABILITY SD31283-16 06/15/15 06/15/16 EACHOCCURRENCE $ 1,000,000
CLAIMS-MADE �OCCUR PREM SESOEaEoccu ence $ 1,000,000
MED EXP(My one person) $ 10,000
PERSONAL&ADVINJURY $ 1,000,000
GEN'LAGGREGATELIMITAPPLIESPER: GENERALAGGREGATE $ Z.000,000
POLICY� PR� � LOC PRODUCTS-COMP/OPAGG $ Z.000,000
JECT
OTHER: $
A AUTOMOBILELIABILITY 5831283-16 06/15/15 06/15/16 COMBINEDSINGLELIMIT $ 1,000,000
Eaacadent
X ANY AUTO BODILY INJURY(Per person) $
ALL OWNED SCHEDULED BODILY INJURY(Per accident) $
AUTOS NON-OWNED PROPERTY DAMAGE
X HIRED AUTOS X AUTOS Per accidenl $
$
g g UMBRELLALIAB X pCCUR SJ31283-16 06/15/15 06/15/16 EACHOCCURRENCE $ 6,000,000
EXCESS LIAB CLAIMS-MADE AGGREGATE $ 6,000,000
DED X RETENTION$� $
B WORKERSCOMPENSATION SH31283-16 06/15/15 06/15/16 X STATUTE ERH
AND EMPLOYERS'LIABILITY �,�N
ANY PROPRIETOR/PARTNER/EXECUT�VE ❑ E.L.EACH ACCIDENT $ 1,000,000
OFFICER/MEMBER EXCLUDED? N N I A
(Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ 1,000,000
If yes,describe under 1,000,000
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $
C Profesaional Liability DPR9723869 06/15/15 06/15/16 Each Claim 2,000,000
(Claims Made) Aggregate 2,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
FTC County of Weld ia an additional on the General, Auto and umbrella liability per written contract with the insured.
FTaiver of Subrogation applies to all policea. There is a 30 day notice of cancellation.
Farnsworth Group, Inc. Project P0151255.00 Weld County, Master Drainage Study
Farnsworth Group Project Manager James Cundall
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
COUNTY OF WELD THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
1150 "O" Street AUTHORIZED REPRESENTATIVE
Greeley, CO 80631 �n,i-. -p 1 •
USA rr a�l s7 0..;i f.'��
O 1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD
ar131001
45486778
Attachment to Certificate of Insurance for Farnsworth Group, Inc.
The following Named Insured Entities apply to all policies:
Farnsworth Group, Inc. Farnsworth Engineering Group, Inc.
FGI Farnsworth Group, Inc. FGI Group, PC.
FGI Architect, PC Farnsworth, Inc.
FGI Pipeline Services, LLC Green Navigation Solutions, LLC
Policies listed apply to all locations:
ILLINOIS
2709 McGraw Drive 2211 W. Bradley Avenue 7707 N. Knoxville Avenue
Bloomington, IL 61704 Champaign, IL 61821 Suites 100 & 200
Peoria lL 61614
400 W. Jefferson Avenue 132 S. Water Street 301 W. Washington Street
Suite A Suite 447 Pontiac, IL 61764
Effin ham IL 62401 Decatur, IL 62523
1144 W. Jefferson Street 200 W. College Avenue 120 S. McLean Street
Suite 300 Suite 301 Lincoln, IL 62656
Shorewood IL 60404 Normal IL 61761
COLORADO
4755 Forge Road 5613 DTC Parkway 1612 Specht Point Road
Suite 150 Suite 1100 Suite 105
Colorado S rin s CO 80907 Greenwood Villa e CO 80111 Fort Collins CO 80525
1099 Main Street
Unit 302
Duran o, CO 81301
MISSOURI CALIFORNIA GEORGIA
20 Allen Avenue 201 N. Indian Hill Boulevard 3175 Satellite Boulevard
Suite 200 Suite A-200 Bldg 600 Suite 105
St. Louis, MO 63119 Claremont, CA 91711 Duluth, GA 30096
WISCONSIN TEXAS MINNESOTA
1108 Stephenson Lane 2595 Dallas Parkway 6012 Military Road
Suite 115 Suite 102 Woodbury, MN 55129
Waunakee WI 53597 Frisco TX 75034
INDIANA
8770 Commerce Park Place 198 Appaloosa Lane
Suite E Valparaiso, IN 46383
Indiana olis, IN 46268
� � DATE(MMIDDIYYYY)
A��� CERTIFICATE OF LIABILITY INSURANCE
�/e/2ois
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION iS WAIVED,subject to
the terms and conditions of the policy,ceRain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT D2bTd Abele
NAME:
Assurance Risk Managers, Inc. a�N o E�: (303)454-9562 pJC No:�303)a54-9564
10651 East Bethany Drive AooR�ess:debbie.abele@arm-i.com
SU1te 300 INSURE S AFFORDING COVERAGE NAIC#
Aurora CO 80014-2688 INSURERARLI Insurance Co 13056
INSURED INSURER B HdIIOV2S Insurance COm an 22292
Bd1 Engineers, LLC INSURER C:
11936 E Lake Court INSURER D:
INSURER E:
Greenwood Village CO 80111 INSURER F:
COVERAGES CERTIFICATE NUMBER:15-16 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADDL SUBR POLICY EFF POLICY EXP ��MITS
L7R TYPE OF INSURANCE POLICY NUMBER MM/DDIYYYY MMIDO/YYYY
X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2�000,000
A CLAIMS-MADE �X OCCUR DAMAGE TO RENTED 1,000,000
PREMISES Ea occurtence $
PSB0003604 7/9/2015 7/9/2016 MED EXP(Any one person) $ 10,000
PERSONAL 8 ADV INJURY $ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000
x POLICY� PR� � LOC PRODUCTS-COMP/OP AGG $ 4,000,000
JECT _
OTHER:
Hired 8 Nonowned $ 2,000,000
AUTOMOBILE LIABILITY COMBINED SIN LE LIMIT $ 2�000,000
Ea accident
A ANY AUTO BODILY INJURY(Perperson) $
ALLOWNED SCHEDULED pSB0003604 7/9/2015 7/9/2016 BODILYINJURY(Peraccident) $
AUTOS NON�-OWNED PROPERTY DAMAGE $
x HIREDAUTOS X AUTOS Peracddent
$
X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1 000 000
A EXCESS LIAB CLAIMS-MADE AGGREGATE $
DED RETENTION$ PSE0002060 7/9/2015 7/9/2016 PROFESSIONALLIABILITY g EXCLUDED
WORKERS COMPENSATION PER OTH-
AND EMPLOYERS'LIABILITY �,�N STATUTE ER
ANYPROPRIETOR/PARTNER/EXECUTIVE ❑ N/A E.LEACHACCIDENT $
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH) E.L.DISEASE-EA EMPLOYE $
If yes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $
B Professional Liability LH4 P358641 O1 7/9/2015 7/9/2016 EachClaim 1,000,000
Claims-made policy Aggregate 1,000,000
DESCRIPTION OF OPERATIONS/LOCATIONS 1 VEHICLES (ACORD 707,Additional Remarks Schedule,may be aNached if more space ia required)
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Farnsworth Group, Inc. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
2709 McGraw DTiv@ ACCORDANCE WITH THE POLICY PROVISIONS.
Bloomington, IL 61704
AUTHORIZED REPRESENTATIVE
Debbie Abele/DEBBIE ��� '��-�-�"�
O 1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD
INS025 r�o�am�
Request for Proposals i ti�,�a�� :
Engineering Services for Weld County Parkway Drainage Study
_
_ �;
� _ �'iCES FOR A MASTER DRAINAGE STUDY OF THE AREA Sl1RROUNDING
WELD COUNTY PARKWAY
� RFP #61500161
I. Purpose
Weld County is requesting a proposal and fee estimate for a master drainage plan for this area . (See map. )
II . General Project Description
Weld County has received DOLA funds to develop a master drainage study for the area in the vicinity of the
new Weld County Parkway. As described in the Request for Qualifications, the study area is approximately
seven square miles. Please note, however, the area will extend south along County Road 49 to County Road
54 . The total project budget has been estimated at approximately $400, 000. 00. The consultant shall submit a
fee estimate associated with the area shown on the map below.
� Weld County► Master Drainage Plan Study Area
. - w � - ; _ . �
�� � � , � ���
F : �
- ,_.� , , „
, �:
� dJCRn: � �- : 1 �'� Pri.: �#*t�.:�,` �; ' . Z�V ""�I
� � � • ...�'5" � � i"" _ � ' l
'.� _ . . ` e �� 1�° :: l 'i n c� <�� - ��.
: ' , •� ■ � � . . � .
} � �6 . �y — 1
M. � � t� � y n - - c ' 1
++m ! �Il � � �� I ^� � . l ` � � �� � I _. I
.y� :" � � , i' � � t � � � �. j� � ' �
� � 5
f
� � , , �-_ „� tv • �� � � 3 � ... �
' �
}� ; . "a
, � . ,
� '� ��4 ..�-.i z' t .u'a .i ..4 �a A' P ' I
`� � E � �{ �
> �
.iL � � < �:. � , ' } < � � ��
, _ .. �� a ' . ► 3
""° , _ . � '
:; y � , , t . . '` "' - `,:a� -.+R+ . 4 . � w i'..Y 5
,�
,
!'e • � � ti � .. {� \ � ` .. - ` + � '
.��' 1 � � ' k� . 1J . ' � ' . ,� ' _ ' �• � R .:� ' '; ♦
�[ n "S � �I � n�e g . sD'���..r. - ✓ • � � � � � �
:f. • � z y�,�� .�� �
� ` , '�y�� ' t .f a;� `y` � .R. � , � � � � � . . . . y,
. . �
'te> ' - AR T r, . � . � . - , � -".4. � � ^h `
� .w
. r� ^�' ' �� � � � 6'� - t .� � �.{�' '
� . � 1 . . � ; �.., �...» } ` �`"'j'� , ' s .,-'_ f� .. �y� r � � .
j+ ^' + '1i '�
��...;�,^��+^ry� � _ '�, � �y� � y], ,.• 'F , .. „��{ ��]+ j, � - � % t
iN"�1 x ''� '�4 y Y^ Q1A"�$ ♦ 1! '1 �� " '� ' �? � ✓ l ` , �,`pr � _ � � � .,'�YC,_� ..
� . G .�t�tl � ? � � rt^'� j�yY a � ''i����� - ti � '.. :a � RJi �J
Y G '.ir�� . F � J �. . t L �. tr _ ' : e � '°r/ ". . �� ..4� � ' � �Y � �� � � r
• . � �r µ mi `'� � ♦ Ml�..M , Rt �y� r .. . ..
. n
� ��n I- L� ' - . i� i . � y '
� J
4 . N r� a�� . ♦ .• �j ,. • _ � . . k � .. .
v p ' ' ' � � - p ' . � ��� . • � j^;
.
i, "' 1 . "i � _ x
�. . . . . � . , . "�_ __ .
y � li .' � 5' :� � . . i .� '�s ! �
� .
I . 4 � r
x� � 1S0 � � � �~ �R ����Vii�A �Y ^. � rY�. � �.u' � - �1.t
_ Y �
� T } }�Y �' � � •
♦
+ � ` A -.� (.� � . � � .. • .. .�. `
1 r
, a ..�
r +
. 1 � � � �i'f� � � � �y' �
( ., L. - �- ��`i,
� ?� - � I � II � r wT• � I � . � �
♦ r
P a
. h flj1 ��f � S d �y�M1i � ) � �'l � . 4\ � .
� 1 /�
. x! ����' � ` � J1.� p 1° � • �r �� �ltiry� A!'•
� T�,I��� . . , T Y
{� � . • �
\
-'Y --��". ..e, ss'a � r, re � a �' . � ` ! ,v .. a
� � Y � . . .� � �y .:. _ .
� " �' 4 t ''ai � � , . x�• '
.
�W �
. . i+,�, � w&,r �"+G, 1�•� , ''}� . �i � ' V ? : "^w-- � -
. .. .. ue JY �. Mr F . JYV' iis ��� WP.:
:
,,,,��. � � � % .. 4 ..a. J 1
¢ � �� 1 + �
' .I;r r � ..t • • _ .r � • .
i( G t. ��{( ' � .,� 4
I � � � r = ; �
. 1'� � , _ . � ' } 1 e. . �' p .C.
a � � _
q
. . . . . I .. i . l �
7
. � � ��".1 � .� s �� Ja � " � :'! � •
�
n .TV d � � u +r4 A . F : 1� '. , ..
v � Y } �� '� �'� 1• y� � ' e } " .� .� �
� � � v d 4 . � � . . .. p .y e ! �
� � xi �e . �.A � '& ( � � � ! w � �� � /
.{^ ri �� � � ) �l . } � � �
i � Y
1 . _ � �_ _
* . , .
g � , � �, � R �
� . �
. �)(� � . t r 1
° � •• . w Jy ^v '� . � Yy� l q � � � v p '� � {
� d
.. :�qv �f1 � • �. � � � � IZ� 3 ��M' : - � } .. " � � I $ } �� � , . .i �. �2 �
� �l _ • k . �wr � .. l � � � �
� . QY �,�► � � � r ' � � t � � �. 4 sP ; ..
. .
. , a ,. w . . e , � . . � a.
.
� ..-ri*.. � , �� r ..
.
,. .� _ . , , � � .
, . . ..-
! " , . . w:: ' , ^, . � '�' "wig � � —� � 'qli a �
� � m
� .:+y .: � . � V ' � � � ... � . �
�—L_�Z— t�1 d es N
0 0. 78 15 3 4. 5 6
1
III . Scope of Services
The consulting firm chosen will be tasked with the development of a master storm drainage plan that will
provide a list of storm water management and drainage improvements to reduce peak flows, mitigate flooding ,
and protect people and property. The area of study is in an area of unincorporated Weld County , at the
confluence of the South Platte and Cache la Poudre Rivers (as well as Lone Tree Creek) , where growth is
expected .
Work is to be conducted in close coordination with Weld County Public Works staff and will include , but is not
limited to, the foilowing tasks :
1 . Identify all existing irrigation and drainage facilities , and their associated flows within the subject
area ;
2 . Review existing information such as floodplain studies , interviews with iandowners regarding
anecdotal information , and identification of structures within floodplains , if any, including information
on type , size , age , lowest floor elevations , and an inventory of existing estimated replacement value
of structures ;
3 . Analyze existing survey and topographic information ;
4 . Conduct ground surveys to obtain information about existing structures and conveyance facilities ;
5 . Determine baseline hydrology with the best available data for the study area using Weld County
accepted hydrologic and hydraulic models ;
6 . Identify locations in the project area that are or could be prone to local flooding and drainage
issues ;
7 . Create a project list of stormwater management alternatives that will improve problem areas .
Incorporate existing condition (undeveloped) and developed condition (60% ) alternatives.
8 . Using the project list, develop an itemized cost for each project and perForm a Cost-Benefit Analysis
for each alternative, which may include but is not limited to , any required land acquisition and
estimated acreage of land , as welt as the number of buildings that will need to be removed in order
to implement improvements ;
9 . Identify and map areas in the study area which present opportunities for the installation of water
quality facilities ;
10 . Perform hydraulic analysis and conceptual designs for implementation of the project list in
compliance with the Weld County Engineering & Construction Guidelines and County Code ;
11 . Provide a written report (5 paper copies plus pdf, GIS , and AutoCAD files) , stamped , dated , and
signed by the consultant, who shall be a professional engineer licensed in Colorado ;
12 . Present a summary of the work, and answer questions at an estimated one public open house
meeting and one Board of County Commissioner work session .
IV. Anticipated Project Schedule
• RFP Issued and Mandatory Pre-Proposal Meeting October 16 , 2015 (8 : 00 AM)
• Proposal Package Due November 6 , 2015 ( 10 : 00 AM)
• Consultant Selection November 20, 2015 (3 : 00 PM)
A Mandatory pre-proposal meeting will be held on October 16, 2015 ( 8 : 00 AM ) at the Weld County
Public Works Conference Room , located at 1111 H Street , Greeley, Colorado .
The project schedule currently anticipates that the drainage study will be complete and presented to the
Board of County Commissioners by June 1 , 2016.
2
V. Instructions to Consultants
A. Submittal Requirements
Shortlisted consultants interested in performing the work described in this request for proposals shall
submit the following information to the County.
1 . Scope of proposal : Describe your understanding of the study's final products that will be provided to
the County.
2 . Critical issues : Describe your understanding of the major issues associated with the study and your
proposed solutions to those issues .
3 . Project control: Describe the project team 's methods and processes for controlling costs .
4 . Work location/familiarity : Describe the project team 's work location relative to the project site
location and the team members' familiarity with Weld County and the goals of the Public Works
Department.
5 . Provide detailed scope of work items and fee estimates, including all proposed team members and
their estimated work hours and hourly rates .
6 . Include a statement of the consultanYs willingness to enter into the Weld County standard
Professional Services Agreement included as Part 3 of this RFP , below.
7 . Limit the total length of your proposal to a maximum of 15 pages (excluding covers) . The County
will reject proposals received that are longer than 15 pages in length .
8 . Submit a total of five hard copies and one ( 1 ) electronic pdf copy of your proposal .
Proposals must be delivered to the Weld County Purchasing Department, P.O. Box 758, 1150
" O" St. , Greeley, CO 80632 by November 6 , 2015 ( 10 : 00 AM ).
Weld County reserves the right to reject any and/or alf 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. Contact
Questions related to the submittal requirements and procedures should be directed to : ,
Michael Bedell , P . E . — Senior Engineer
Weld County Public Works
970-356-4000 , ext. 3706
mbedellCc�co . weld . co . us
3
� PART 2 - SELECTI4N PRUCESS
VI . Selection Criteria and Method
The Weld County Purchasing Professional Services Selection process describes the consultant selection criteria and best
value 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 representatives from Public Works, Purchasing , and
County Attorney.
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 shali be from 1 to 5 , with 1 being a poor rating , 3 being an average rating, and 5 being an outstanding
rating .
WEIGHTING QUALIFICATION STANDARD
FACTOR
The proposal clearly shows an understanding of the project
5. 0 Scape of Proposal objectives, methodology to be used , and final results that are
desired b the De artment.
The proposal demonstrates the firm clea�ly understands the
5 .0 Critical Issues major issues associated with the project, and offers realistic
solutions to those issues.
The firm has described their methods of controlling their cost.
The firm has demonstrated an ability to insure State or Fede�al
4 . 0 Project Control procedures are used where appropriate. Does the firm have a
Quality Control process in-place to manage the quality of their
roduct?
Work P�oject team's work location rela6ve to the project site location .
4 . 0 Location/Familiarity Key team members' familiariry with Weld County and the goals
of the De rtment.
Is the cost, work hours, and tasks presented reasonable and
15 . 0 Cost and Work Fiours consistent with the project goals? The lowest cost that
includes all tasks necessary to successfully complete the
ro'ect scores the hi hest.
Final selection will also consider verification of references.
4
� �
. � .
� x� � „ � � �� � �
i e py �
� ry
e 4^A �'Ai .i `x • p6�"�,,�.�Fq�R":: }r .. ♦ �Y"G.t�#�ti.: "n..n" w.C y: .
..+� . k5&. nx'd�. Y�u S � ^M� N l � $ a�� -J._ mw'•� �• w •
{!h �.`+ > �( � .� . P$L t
q � / m � k�� �F '� 4n y «C . fl � �'�. � � �'
� ' h � l � � ( ., ° 1 � "4 4�'. y��"� *"y , ^�� � ^v � 7� ���' 9r -taaeSl :
��� . � qp� y �.
�^ L . I "1 �' ' � 4�Ya $��tFYi' �ubv Y �' F -4 Q�F Y 1 „�y .p `
� � ) v �-r �� X , x � � tiry r �a � � r.�l ��k
� .. }�� � � � � � i q�� . MSv �y� �! °kl t $ X } �,� _ %� Y tM� � a"i �: ' „ i� i .
¢ i : y.°�s; re� 1� � . � . k njjp ! _• , tt 8 4^� � 'I' "`
� , f ` A. �y � Y . n '� ��.. 9 �� � � aaY i 1" ,$ �i'.
' c ' "� � . y^qxu . . �LY ` a ^x , x � �� �` � �; +Wu .. ,? �.a"� 4� yti �" i � t
.
. � � . .: , ` , � .: � .. � _ ..��E - � � r: �A . • .. ( {i
_r,_ , � ( g�y ��yI,q� ,w� am t�
�
( . , * g �� , "F , _�
�e �x K� �' . . �.„ � f D� pe r . ♦ Y �t � * ,��� �. _ . e ."�tirvbV" "r ��. y g4�.w
I �F '. , � �» - � il � I \ ] $ A}P � {� . .�tIR>`�'6i .. F A � � • ! "�v �f ��$a.`
}e w �
n I
� i� e { . N o- ( I . i 1 � �#w�.. � ��
tP � .. LL A � � � r .. 3y
p"{ • '-�vaa$. � � 3� p'� . � J . � nJl i' �" : y�� v. .��� I
wft µ� i w �v�9'�i� . { � fSv . � I '� p� � � . �i� .
�p . . � �b�M1l Y� WI . � 1� �v ��{ � . � � � ��y� . .
✓ M1 , 4
_ . . I
n ' � '. a ��vF'nD
� � Q . px n u rv .
Y � �9 Y
___ — � e grvry tl <� }
, ° en � " `Tieid au v `�) � kµ 1 . �yrtp��<. Ma»�p �_� . � a�a�4
� �.. �
�� �
.r � ..' . �h OI nA u . _ .. S!{' f$, Y • µ • `ka � i N . f r�` - �:.e . .
� � un,s x � k 9 y � r ���� � .
r.irpr�rtV ;�' rrN�l�� , � , .
.
, _ - " ' Wa li.e �". � , i '. �'S , . ��-�,,,{ � Ir��r's` �, .,,.t .Y n
� ^�y ; 3 . ' . _ . . . _ — r. .
q ,}� y . �\IP ° > .�.� �bxY $y � �t.: . ' ,.,.
•}� S" 'm � .�'� 1 � . . 1�^�y�:,, nh. � ��"« °t � m � . .. � f , . � � � , ��
' ... �g�j _� ' � � .. _
i t . . . y !� i . . i
� � . �.. .._ .r iry S "+ " '�_..-.... � �e 3 � . � ' �. f '"
W fi . . 44 '� 4�".° y. Y � ..
C. . : kl a,1:� � ± . ����'�d . ' r ., s � . . � , i
Y, . � ` Yrv. .y . � ' � . . � .rv+„y'�@I� nY � . �y . . . . .. .
vt r� � � ;Y , $�pg 1^ ti �,p 4�� " p. e ' m � r j.+x.. _
Y Q . 1� - � .l,
r 4
.i �Y'
�.�`-�, _ .� u 5 � [ W a .$t�; '�lC� ( �� � p� . . � '�4'.�F �.�SLOIJ[ 4Y� � ���ye `�rk 1
' • . '-�'� � _ a I � �r • � s . � � wL^'y��' �� e � '"..� rv: A ��� ' tT$ �1 �� � �Sfd))C� �. � �G� ��� .�' __ .
�i
k Y , . .... a .. v�, i�K W � ; '�C � ' ..o- Fe.3n �' .. �ir`e� � �
�
;�' � .i ` `' - � ° I' :- � 'F'' ,s� r 'r r - � ��%° � ��i -++... , - ".. . , I� . _ ..
T Y + } � t
Y �Yv^'. .�-., �� ��'� . g �.. t Y f 1 n n 1 " �yp J"� r n
-n
iMb �• r � i kq t'"{Ga ��. " 'L�-F � � d , .,
e
M{ - � �1 (.& -0 � � r � 1 � � � T�p�� ¢ v
2.
"^. } ?v p a � y j
� � Y a � � Y$ .s �Y T7 e . r ,
. `�n �� �' ' � �'4 � � � � r'af: � yS � «, � O /
� �� „ ' x , �. j� : Master Draina e Stud
�Vi� .._ . . � � _ 4 � � � � Y :.. � � �� �� 4. � a � �fa ��1 ��� �� flqli�+l n'1r` � •
a R$
� � P i y1�p Y Y V Y"� �4 J
Y� M.�T n rTP '
�' `" � � � �� � � Area S
-�-�� "��� - � ..,���„� � *� G� &1�= �;��- urround � ng Weld
� ��s��
x �.. y^ nm.�t �� a F rJC'" :n5«
�� t�'
Y"' . �tti w' _ t . : .'y ` .
$� n m.rvri �i #'� ` 1 .�1 � � � y � � .
� �.°� ,� 4. �r � � � � �� . � . � r,k ��,,.> � m �.������ � ,_ , ,,�� �� County Parkway
,� , � �
amve i�.`t'.a���� '. U� `sS•ev°: , .r� '� .dd , r'. i �yrY � �x � � P � a�`�`'tisr: �..�'.4:�6$ �Y.. ' ^r
�d� .
. + B S r �4in . �j .a. � i
m� �-r ,� �: � �= r� � � ,{��, � .��� �y� � , � � � � RFP # B1500161
��+ � .a . 1 � .� P � Y N Rp � ° ( .
�`{ rvT � I re t y+�L tYY � I.. P
�C i Y
�Y• y�eS =' hA .. . � . .. . . X � y . � �/
+yH d.'"�T.3 M "n � ♦. . � pa _ . C � y _ � � � �� r
� "�O � � t F � . . ♦. 4 d l q� d^ � � Sm� �R � FS �
� W 1]X � � �y yY W�e tl: a . 5 X
� � v � . � �, vrt fi` ` . . , l 'u� '.u"v r4( & i ��� r "d. .e�,°^cM1�� As`� �
���� � mq . 1 , . � .. "3 it.r�'�� t ` � d"�""' v . �� �. n� .
�
, ,� esen e to:
� �, �� ,,'�<r= � ��, �t'
�_ �: :. - . ... � : .� , . d
, .y� �.
�
$ y�( � .
f . / Y+"� � A ' n �r �'�.y � q y5 - �"
.s '�,�, <' �. , ' U y � We d Caunty
; � � . ,_x�.�' „ ^-�'," `nC.v „ , �,. � t � .. �. . �
. . . � �. , •' . -- � , ., .
� aE ' g�
� ^ r
, "�"" . +"'�� •
d I �
; . ._ . . . . . . . � Y .
�� o�
j w �° ' "_�-� Navember 6 , 2Q I 5
yc' . . �a.�� � ����� , �> ,.
r� i � . . . � .��� �� ��� � . . . . . .
• . . Y n g���.�"y'`�$J„ry y�� , J •�f • ��( � p'puvk4ioh �Tk9
�� � �. ✓ � �Nv �'� 4iy � ��M` � C {�b �� E
Yw � £ '.. { 8'�K�`s ¢ . FY,Wy`y ' p ... � ry ` I '.
�� 'a!h'k9 �"'i , t .' ( . P.��nr. e 3 r� �`«w .. . �R � �
y ���1 r � Y ✓n i i „2T � � �
^�J v� aFP . m n :"� r � t ' ` r . �.f � �4' 6e" r �•
tlY` '4A� ir� V � � �1�� f iY � S1"� �� Y �
J
.£. ,�¢*' � 4,..� o.;,a 4 . , . .d � , �� ,„,n y�$'�.
� p „w ��� f� yu rvn.� r. rva ta �. ' y�.�. � . . M. � .de o YmA a �%
rvN l�: r. � '.
ii W e�i
� t n t
� i�" s �2 . � . e� . . � . � . . . .
� 1/ m _'.Y i ' �q � �.✓Y J
� / w�
� ' ° -d Y4 W- -. ^y�'a � . ..
� ° �. �k . rY� . .. ' . 4� ' -. �d �� I � ('. � N1
�s���� ...F, .K '..h
fl x�j� " T { . � F 1 i�� it � � � .
v �
c Y % ( . 4: nn . . ! .tM1� e{ lr l r n
��r�b �
g _
6 � rv+„ .. _ .« . r •. . • � _• �'Y� ^ ' t�
_ . . t . � /� . � . . � . _ . .r . }C!. i'te :C Y�. . � li"� .1m
�q� �,�y � , , w ,,. , , . ,. > �� . . K F ..
Y �yyn, a.:., y„ Ylitbxwda�,r. m Y�.+' ..�TM . . , . . . . . . V�em {�'n�. ' IY��t �ky�^� . t i41 �1. e • C!`TSl!V . .
x
Y' A " S � � ' �' .
� `t ��..A @ . . ` � ; �nI n A m 'k �, � 4 ^a �k�
L. L� t '?R� ..� � ♦ I T .'. a A 1 ) G � � � 3l ry d�.
. � d« ", '�} � .. . - � ' � �a r �
5 .Py,...'�'!�
��ix�F� T{ � � r { . . . � �P�� �..�s .w.. l� n tr o- .KA" '
.� � , d �.:: . ' :;d . � _ � . �q.�!�� y, i , i� y� �� . � .
M1} � �}/�;. Y" 1 4 . . . � N' �J(1.. � la � � \ .+r
Y� v ��l/ { 1 �5 . . .. . . .^ v . � . f.
v
.l A �Q . P . sr . 'r-. y �
4 ..-.'.g+�'� . . ':2�.P " . . , .
P I . mx. ' . . . �.
� � 1 � � � . . — I..� "� .
V � {
a� ! � �lr..'$
� .r
` �A� p 4� Y^m � ! E , . EI V _ . . ,. — . ♦
✓ � � �
�Y/ W 1 � }G�rviS � I � �i �� � . .
�
:, . , �� E �;� � .��
, w
� -�
� °''I „ s , . .� .� , k .
k.�e . <1 � � LA .$ A . ..
. . . .. ..f. 1
' ' .� � u x . . .�_._ � `I"'� . . . . . . .
� � P /" .-. �Al� n ' �" hk"�v v( p . .
\ �"
f' �� �
�. . , •sx • , s �,"::.>
• � 1 � I ♦ � � , �
Fa rn swo rt h 1612 Specht Point Road, Suite 105
Fort Collins, CO 80525
p 970.484.7477 f 970.484.7488
GROUP
www.f-w.com � www.greennavigation.com
November 6, 2015
Mr. Michael Bedell,
$enior Engineer
Weld County Purchasing Department
I I 50 O Street, Room # 107
Greeley, CO 80631
Subject: Master Drainage Study � Proposal & Fee Estimate
Dear Mr. Bedell and other members of the selection committee:
We are pleased to submit herein our proposal for the Weld County Parkway Drainage Study. Our submittal includes
information about our firm , team and other materials as requested in the RFP, dated October 2015.
Throughout our proposal , we have outlined a thorough and thoughtful approach to the completion of the Scope of Work
Farnsworth Group's Fort Collins office is comprised of project team members that have been involved in similar past
projects in Weld County. Due to our past relationships and experience, we are well- positioned to produce a high quality
study. To further bolster our experience, we will be drawing on the strengths of Bai Engineers , experts in floodplain
studies and hydraulic modeling. All of our team members are committed to quality and to perform our various tasks with
an eye towards the greater project success and achieving your objectives. The project team has a strong record of ineeting
deadlines and can meet the established June I , 2016 deadline required by the DOLA Grant Weld County received .
I will serve as the primary point of contact and project manager and will direct the work in hydraulic modeling, survey and
drainage design.
We hope that you will give our assembled team strong consideration as we have the combined experience and engineering
knowledge to surpass your expectations and guide you toward project success. We believe this team is second -to- none in
our ability to accomplish your project goals. Should you have any questions , please do not hesitate to contact me. We look
forward to working with you on this exciting project.
Respectfully submitted ,
FARNSWORTH GROUP, INC.
� • C - �,�_._'�
J .C . Cundall , PE, Project Manager/Engineering Manager
jcundall@f-w.com � 970.484. 7477
ENGINEERS � ARCHITECTS � SURVEYORS � SCIENTISTS
, ,
) r—� � ��. 1•. � . / :
! + . J
�.
� �i � _
` � � s �� �
• �
.. .. � � ��� ��) �� �• • 1 , /
. \ A
� K
r . i �� m
K %'� ,. �
.� 3��s+�a � ���i,� �
,��� ' . d �� ( :
� � ,
� •.: j�� � �
� y � . 4�. � y �
� � • ' ��. e
, �j' • . �_ , � . ,
3 � � �
. ,..
. . . ,
� : � . . ,. � : � � ;;� �, ;
. M � ' > Table of Contents
� ( s . e , �
, � � ,i , �.
� 1 � ,� � �
. . : �i • � . �..
. .�L�! . . , �i �,r ' - � �
. . ,�� . �.i �� � �
.::.^.�. ,..a, . o �
? .�r3 �, ��. , � � _ � . ' 1 • �' � � � �
� !.° ^ ' .` ' .? . \!� � ��*vaa �
. � , � - , ,S � = . � , _ � _
; . ,. 1 ` I ( �• ■ � r� � ■
� 1 , �" _ .
�_ , , ; . ,
�� ��� ,� . �
; . .
�,� , . :
\ ��< < � �,
. � , � ,
� •¢ � .. e 1 . . �
� �I . `
„\ —�� ' ' � , . y�y r n . , O •
� \�\. n � - � 1 � �� ... � � �Y
�����^` , . . � •
� i ' ��. ,�". ��" ,, . _„� Section 1 : Scope of Proposal pages 3 - 7
.i � �1 <� . :. �` l
, �. .� � � �� . , � : o
.� , � � � ; r , , .,:
„ _, , ��
� ., � � �f'��., Section 2: Critical Issues page 8
.tl .w - .. t- � � � i ..� ',
1 � _� ,
�� ''�, , � '� ,
- � ��.:� � ' � - ' ;' s �� ;`� Section 3: Project Control page 9
, . � � ; ;
ia ��� ` '- "� ; ��,
,
� ; �� �+ �e � ` ; _ , � �= Section 4: Work Location / Familiarity pages 10- I I
.:V � :
� � .
� � � � , � _ _ . .
'' � '° p . = �� 4 s ' xa. A Section 5: Cost and Work Hours page 13
'P � •�� � '� ! � f ) e� f �
;; � ' - . , � �: . , `", ., -' Section 6: Professional Services Agreement Statement page 14
., � , - r , • . �.
, , .
, e �
J ' . � —,.��, � � e �`'�� ">�
\ �
�
�� � tl � � 4 ..
� f � � ��/�� ��
\3 ` � ;^�
� :_E !` � L ( i! � `.
�r � � '}q� � �
♦`^=Vf� � � / '� F �
. F � '� �
. � �
`.` . t ' ., — �L �� �
.' , � }
....' `�W v � � . S ' .P \�� ,i , n �� "�I�/ . r <
� �� / �f �� • �
� � Ty
_ � 6 \ . � . .l et,I '
' � '
, � 5�� � �
�-= r, .. , .. i
,. �
ri'- u r � „
� f � � " i� '�
i' • r - • �, ,
, ; .
' i i. � ;
. � � � � �� . t `;� ��
� . : - . � " i,
� �� " " � � : I � �� '
+ 1 — _
ay.v '' , - , � + .
a r i 1-, i �/ _i
� �� � . Y � �. � � �
l '� � � �, \ !' � I � . A °� � ( `
� � i i r , r.
� i
- � /`'.�1 �Z ''1 . '�� '�
' � � .1 � Y � ` I ��� �"i
,1� o :,. o. L
i �J�� � ��2 ;k .�
� � ` ' � ,.�';,. �
�� � � ,::�-� r-
x �! �l. `v—f,._ •e� +�� �.�� ..
w H ���� � � ' �
' v^ p J �
. A � . . 6 � ' , � � � —
�� .
• � A.
( �,
,� n ! ('E, .. '� �'`�. �
/ ) .: � ...� .. .. 1 - ..
' ri � i� A.� .� . �
' � . .
� � . 1 �1. - _� '
� C � .
.:
� <1
> _
, � .!
a ���� ,� � . ` , �: �' , ./
.<., '� .. � , . 1 �/
• (
. . . . � � � �-. .:i� .
' � y
� � �� i
� � � `
♦ �� .C I
; .
. P
t.�..^� , . !�'- .
. .
� Farnsworth Engineering Services Page 2
GROUP Weld County - Master Drainage Study :.
, ,
Scope of Proposal
Task I : Identify Existing Irrigation Facilities
Farnsworth Group will begin this task by reviewing any GIS files, drainage plans, master plans, and drawings
available from the County to identify irrigation and drainage facilities. We have already prepared a list of the
Irrigation Ditches and their respective Ditch Companies, they are as follows:
• Ogilvy Ditch • Godding Dailey and Plumb Ditch
Ogilvy Irrigation Plumb and Dailey Ditch Company
822 7th Street, Suite 760 606 Pratt Street, #51 I
Greeley, Colorado 80631 Longmont, CO 80501
• Lower Latham Ditch • Patterson Ditch
8209 W. 20th St. , Ste A, c/o Delta Irrigation
Greeley, CO 80634 2170 Hemlock Ave
Greeley, CO 80631
• Canal No. 3 or Greeley No. 3 Ditch
910 9th Ave • Hoover Ditch
Greeley, Colorado 80631 PO Box
Kersey, Colorado 80644
Once the project has begun, we will contact all of the aforementioned companies to obtain their flow records that they have
on their ditches in the project area. We will also discuss with them any structures they may have in our project area.
Task 2 : Review of Existing Data/ Previous Studies
We will collect and review all available background information made available to us by the County as well as material we
currently have on hand from previous projects, studies and consultations completed by Farnsworth Group. All information
in possession of Farnsworth Group as well as the information provided by the County will be summarized in a memo. This
information will help direct project work and provide a record of the documents used in preparing the drainage master plan.
Property owners will be contacted, if deemed necessary, to obtain information regarding structures within their property.
Interviews with property owners will also include discussing any impacts Weld County Parkway has had concerning drainage,
currently, and prior to the construction on any of their properties , for better or worse. This discussion will also include any
anecdotal information that the property owners can provide concerning the 2013 floods. These interviews will be key in
providing our team with the identification of problem areas . No one knows the location of problem areas better than the
people that are on that property daily.
Our team will also identify and inventory structures that are within the floodplain of either the Poudre River or the South
Platte River, but will also collect the same information for structures that reside in documented problem areas or potential
problem areas.
The Colorado Department of Transportation (CDOT) has recently updated a HEC- RAS hydraulic model of the South Platte
River. This model will be obtained from CDOT, as well as any models available for the Poudre River. County floodplain
and FEMA FIRM studies will be reviewed for current floodplain boundaries . Additionally, the Weld County Online Property
Information Map provides an effective tool for locating structures within floodplains, as well as the extent of flooding that
occurred in 2013 .
Task 3 : Review of Existing Survey and Topography
Farnsworth Group will utilize existing topographic data. Sources will include drawings or GIS files from the County, surveys
completed within the project limits (some previously performed by Farnsworth Group), LiDAR topography, and parcel
surveys.
There is currently LiDAR data for the project area that was completed in the fall of 2013 following the flood . We will
process the existing data (collected by others) to create a Civi13D surface model . The data will be provided in the
coordinate system in which it was collected (DRCOG).
� Fa rn swo rt h Engineering Services ; page 3
GROUP Weld County - Master Drainage Study ;
Task 4: Ground Survey
$ite Control :
Farnsworth Group's in -house surveying crew will perform area surveys in the project area to collect surface features ad spot
elevation of important structures and areas. All survey will be based upon Colorado State Plane North , NAD 83, and the
vertical control will be referenced to NAVD 88. We will use published information from existing National Geodetic Survey
Control Monuments as a basis for our site control .
Access Permissions:
We will complete a letter requesting access to each property for the purpose of this project and send it by certified mail
to 169 separate property owners. The estimated number of owners is based upon Weld County, Colorado property
ownership data obtained from http://www.co.weld .co.us/maps/propertyviewer/
In the event we are not able to obtain permissions to enter a property, we will not be able to complete survey on that
property. Farnsworth Group will not be responsible for additional contact or negotiation for property access.
_ _,
Field Data Collection: • �."�`� i �," $ � "�"� '� ` ��'� � � „ ;� &� F�, �°
� .�
We will locate visible structures including bridges, culverts and � ` � `?��'ra � `��" ` , w, � , a� , ��
irrigation structures that are determined to affect drainage " "��" y .� , ��_3,�. � °�,� . ,;: pk„
within the project area. By visual inspection of the site using .g� � . �,��, �: '��+'` _;, ° � ' ,,y�t�r ,;�'�� �„ ° :�y�� � „ � ,� "�`s�
"; : , i:' a,;4 �, � ,.� ''� ,: , , .
Google Earth software (image date: 6/ 19/2014) , we have � r � � ,� ,'� ���;� "� � , ;,� � �
`..' ' ` A�L'JeA���"w w�. ...:..w�� N;, . -: � r `°nG,�,a'<� i '. .�,
identified and based our fee on the following: , _�� , p}yy °°' { • �, � �t
� �� .�� Ivl� �M �� �4� . : .♦
/ L4 ��.
• Bridges: I I = ' ; . �-,�. �,•�, ,
, , .
� �
,. _ , � _.
• Box Culverts: 44 I � �'` w
I� ;, � . " �i � < ° ; �
� �
• Irrigation Structures: 8 " r , ; . , � ` � ' " Mt�a " �'
° �
Additional visible structures will be located on or adjacent to ` " � � "r � � �� � � �` M � °� " " � �
existing traveled roadways as visually identified by the land � � � I - �` �^}x�. �-�_# °*°�� �� _ � .��� . . � . m�. ���
survey field crew or as defined by the Engineer. We have � ' �'$? m���'� � , �
� ,.� a* ���i %r� ' � &3�.
p`Y�.a«�' Y . d fi. ' �Ts3'Po X y�A ���
allowed 160 hours to locate additional visible structures. � > �� , " � ` s � '��',�
� , W.T M
vm. . "v b�a� a r , � W N -x . � '�v wbCTK» x
Our deliverable for this Task will be an ACAD 2015 drawing ' �� } ', ;. �;; ; ` � ' � f ; °�� � ` � � �" t
, ., ; �� ` i� ��r ,,, w�;r . � �;
) t � �}$Pn W . � .. J " ". ♦ i �
containing the field data collected . = � �_ . � � „ s • � ;
"' '�. _ . a >''.+ ;k'.:�. > ..
y� c p�, + �
�"�� � . Y wt�"WiAA� « r w ` x �i+
Assumptions:
Projea Area
• We will have permission to access each property within
the study area.
• Farnsworth Group land survey standards and feature codes will be used
• The survey data will be collected and delivered as State Plane Coordinates
• The delivery of irrigation water will be complete for the season
• River, creek, and stream water levels will not be at flood stage
• We will use a two (2) man crew for the duration of this project
• Weld County will provide access to work along County Right-of-Ways
• The Colorado Department of Transportation will provide access to work along State Right-of-Ways
• Our estimate does not include any identification or detailing of structure condition .
Task 5: Baseline Modeling
After initial topographic survey collectio�, hydrologic modeling will be performed utilizing Innovyze° InfoSWMM . This
software utilizes the same computational engine as EPA $WMM , but provides more tools and efficiencies for improved
model accuracy. Weld County informed us during the pre-proposal meeting that they do not have experience with
InfoSWMM , therefore, the InfoSWMM model will be exported to EPA SWMM .
� Fa rn swo rt h Engineering Services i Page 4
GROUP Weld County - Master Drainage Study a
Task 5A: Building and Calibrating the Existing Condition Model Using Info5WMM
We will utilize the GIS tool to incorporate the survey data, type of soil , and drainage sub- catchments and develop a GIS -
based storm water input database. Based on the GIS - based storm water input database, a brand new hydrological model will
be developed .
Our team has located three stream gauges near the project area that will be used as historical flow data for the existing
condition hydrologic model calibration . These three gauges are good tools for extracting the real flow data from the South
Platte and Cache La Poudre Rivers, as well as Lone Tree Creek. The storm events used for the existing condition model
calibration include:
• 10-Year
• 50 -Year
• 100 -Year
• 500 -Year
Along with the gauge information , we will be interviewing property owners and County staff concerning the water levels
experienced during flooding events in the Rivers , Creeks, irrigation ditches , and properties . We will calibrate the existing
condition model so that it reflects the " real world " flooding experienced by the people that saw it first- hand . The calibrated
existing InfoSWMM model will be exported into EPASWMM 5 as the final deliverable format.
Task 56 • Buildin�the Developed Condition Model (60% Imperviousness) using InfoSWMM
We will prepare a Developed Condition Hydrological model that will be based on the calibrated existing condition model
developed in Task 4. The area is limited to the approximately seven square miles of the project area. The storm events used
for the Developed Condition Model calibration include:
• 10 -Year
• 50-Year
• 100-Year
• 500 -Year
The Developed Condition Model will be exported into EPASWMM 5 as the final deliverable format.
Task 5C : HEC - RAS Model usinQ Existing Condition Hydrologic Flows
Our Project Team has extensive knowledge to collect the HEC- RAS data from other sources. In short, our understanding
of the available HEC- RAS model data are presented as:
• HEC-2 and HEC- RAS model of Cache La Poudre River from City of Greeley.
o We have previously used this model and information in past projects in Weld County.
o We will interview staff from the City of Greeley to gain any knowledge that ihey may have concerning their
past experiences with this area.
• HEC- RAS model of the South Platte River.
o CDOT has an updated model of the South Platte River that we will be able to incorporate into our master
plan to provide the most up to date and accurate model we can .
• Interviews with area property owners, County staff, City staff, and Irrigation Ditch Companies' staff.
• GIS maps that show the extents of the 2013 flood event.
• Flood Insurance Studies ( FIS) for Weld County from the Federal Emergency Management Agency (FEMA) :
o A FIS is a compilation and presentation of flood risk data for specific watercourses, lakes, and coastal
flood hazard areas within a community. When a flood study is completed , the information and maps are
assembled into an FIS . The FIS report contains detailed flood elevation data in flood profiles and data
tables .
o FIS's provide a tremendous amount of information that we will be able to compare the flow information we
gather and will provide us with information to assist us in determining conclusions for the master plan as
well.
� Fa rn swo rt h Engineering Services � Page 5
GROUP Weld County - Master Drainage Study ;
. , •
The typical modeling progression will be utilized to generate the list of improvement projects. The three models are as
fol lows:
• Effective Condition Model with Existing Condition Flows ( ECM)
• Corrected Effective Model with Existing Condition Flows (CEM)
• Proposed Condition Model with Existing Condition Flows ( PCM)
The HEC- RAS model will be built using HEC- RAS 4 . 1 .0. Weld County will benefit from the Project Team's hydraulic
modeling knowledge, skills , lessons learned , and high- quality base flow elevation (BFE) mapping products .
Task 5D • HEC - RAS Model using Developed Condition (60% Imperviousness) Hydrologic Flows
The typical modeling progression will be utilized to generate the list of improvement projects. The three models are again as
fol lows:
• Effective Condition Model with Developed Condition Flows (ECM )
• Corrected Effective Model with Developed Condition Flows (CEM)
• Proposed Condition Model with Developed Condition Flows ( PCM)
The HEC- RAS model will be built using HEC- RAS 4. 1 .0. Weld County will benefit from the Project Team's hydraulic
modeling knowledge, skills, lessons learned , and high- quality base flow elevation (BFE) mapping products .
Task 6 : Identification of Flooding / Drainage Issues
After collection and evaluation of the irrigation facilities , floodplain studies, interviews with property owners, City of
Greeley staff, Weld County staff, survey information, and preparation and analyses of the baseline hydrology, we will evaluate
the results for problem areas. Problem areas will be located on drawings for visual reference. Once we have all of the
problem areas identified , Farnswor[h Group staff, along with County staff (we do not want to use County staff time and
County funds to fully evaluate "problem" areas that are in fact so small that they do not affect the overall area), if desired ,
will visit the sites to evaluate each of the areas to determine the following:
• If they present a large enough problem area to be included on the Capital Improvement Plan
• Initial thoughts and discussions on possible solutions
• Collect photographs of each of the areas
• Prepare a description as to how to access the area
Once all of the information is collected, we will list the problem areas that we believe are worthy of further evaluation and
inclusion on the Capital Improvement Plan.
Task 7: Capital Improvement Plan (CIP)/Stormwater Management Alternatives
The Project Team and Weld County staff will evaluate alternatives for solving drainage issues identified in previous tasks
and create a project list. This will include asse5sing the suitability of detention ponds , storm sewers, and flow regulators for
attenuating flows and relieving drainage issues . The initial evaluation will be made based on existing conditions .
The problem areas will then be evaluated for the "developed condition ." As described during the Pre- Proposal Meeting, the
Project Team is to assume a 60% imperviousness in the problem areas, along wich che floodplain areas. Recommendations
regarding improvements will be made for both the existing condition , as well as the developed condition , assuming the
imperviousness of 60% .
Task 8 : Cost- Benefit Analysis
A cost-benefit analysis of improvements will be completed based on the criteria determined during the process . An itemized
cost analysis based on Urban Drainage Flood Control District ( UDFCD) spreadsheets for Master Planning Cost Estimation
( UD- MP Cost) and BMP- RealCost_v1 . 21 , will be used as the main tools to produce up-to-date Cost- Benefit analyses for the
listed projects described in Task 7. This will include costs associated with permitting, engineering, construction , maintenance,
and necessary land acquisition and building demolition .
� Fa rn swo rt h Engineering Services ' Page 6
GROUP Weld County - Master Drainage Study ;
a � � •
Farnsworth Group understands the complexity and contingencies involved with proper[y or easement acquisition . We also
understand that Weld County does not envision moving buildings or purchasing large amounts of property. Therefore, it
will be a primary objective to propose drainage improvements that minimize or eliminate the need for property acquisitions .
These include public safety and property protection, peak flow attenuation , and flood mitigation . The UDFCD tools,
Colorado Department of Transportation (CDOT) Cost Data information, and Farnsworth Group's staff experience and
previous projects will be used to prepare costs for all listed projects , as well as discuss the benefit that the County will
experience from the projects recommended .
Task 9: Water Quality Facilities
Farnsworth Group will evaluate different locations for the placement of Best Management Practices (BMPs) such as, water
quality facilities, rain gardens and settling ponds. The physical characteristics of the site, including but not limited to,
topography, soil type, depth to groundwater, existing drainage ways, and tributary areas will be scrutinized to determine
optimal locations for these facilities . Mapping will be completed from either the "spot area" topographic survey or the aerial
survey depending on Weld County's choice. Using this information, we will use GIS software and/or Civi13D to present
these areas on an overall map, as well as more defined views .
Farnsworth Group staff has extensive experience in not only designing and recommending BMPs , but also is aware of the
difficulty maintaining these facilities. We will take into account whether the County has adequate access to perform the
maintenance required . Therefore, we will not just try and plug in a "one size fits all" solution to all of the projects listed .
We will utilize our experience, knowledge, and Weld County staff experience and knowledge to arrive at the solution, that
best fits the County's needs and abilities.
We will collaborate with County staff to identify viable solutions to current problems . The proposed improvements will be
prioritized based on criteria established in conjunction with County staff.
Task 10 : Hydraulic Analysis and Conceptual Designs
Following the identification of deficiencies and limitations in the system as determined by the hydraulic model and defined
in the Capital Improvement Plan, we will prepare conceptual level designs and cost estimates for future budgeting purposes
of the County. The cost estimates will include permitting costs, easement acquisition , engineering, and construction
contingencies and will be prepared using 2015 dollars.
Conceptual designs will be completed for the project list . This will entail sizing facilities for those flows deemed significant
by the County. The designs will comply with the Weld County Engineering & Construction Guidelines and County Code.
Once the designs have been completed , the hydrologic and hydraulic models will be updated to incorporate the .proposed
improvements. The model results will be reassessed to gauge the effectiveness of the improvements. Changes to the
conceptual designs will be made accordingly.
Following the completion of the conceptual designs and preliminary cost estimates, we will submit our findings to Weld
County staff for their review. After the County staff has had time to review our preliminary findings , we will hold a " Work
Session" with Farnsworth Group staff and Weld County staff to modify [he list of projects, cost estimates, or any other
items as requested by Weld County staff. Once Farnsworth Group and Weld County are in agreement, Farnsworth Group
will revise their analyses and report and hold a Public Meeting to obtain Weld County Constituent's comments . Farnsworth
Group will prepare the invitations and advertisements for the open house.
Task I I : Reports and Project Materials
After the Public Meeting, Farnsworth Group and Weld County staff will meet and finalize the Capital Improvement Project
List, along with the cost estimates. Once this is all completed , Farnsworth Group will present five stamped , dated , and
signed paper copies of the final master plan to the County. A Colorado registered professional engineer will sign and stamp
the report. A PDF copy of the report, as well as all GIS , AutoCAD, and modeling files will be provided to the County
through the electronic media preferred by the County.
Task 12 : Project Presentation
We will work with the County to schedule a public hearing and presentation to the Board of County Commissioners to
present the final results of the drainage master plan. We understand that the County expects these presentations to occur
on or before June I , 2016. A PowerPoint type presentation will be completed by the project manager and additional staff
as necessary. If required following the presentation , Farnsworth Group will revise the final report and cost estimates and
submit to Weld County.
Ponding:
� Fa rn 5�/�/� Ct � Engineering Services i page 7
GROUP Weld County - Master Drainage Study j
Critical Issues
It is understood that ponding is occurring after storms along the new Weld County Parkway. Standing water
will infiitrate and over time possibly lead to subgrade softening and eventually roadway deterioration . To alleviate
this, water must be carried away from the road effectively. A preliminary investigation of the Parkway has shown
multiple locations of culvert crossings could be added to reduce ponding issues.
Storm events that have occurred since the construction of the Weld County Parkway began, have exhibited ponding in areas
where it has not occurred previously. These new ponded area5 encroach into farm fields resul[ing in loss of farm ground for
the local farmers, thereby limiting their profit potential and causing potential mosquito habitats .
Surveying becomes critical in this instance. Due to the amount of river miles, creek miles, and irrigation ditch miles in the
project area, and the related structures, the amoun[ of survey required is rather large.
U�stream Detention/Attenuation:
Farnsworth Group will investigate areas in which stormwater runoff facilities may be constructed . Such features may be
rain gardens, bioswales, detention ponds, and check dams. The idea being that if we can limit the runoff that arrives at Weld
County Parkway by detaining it upstream of the road , we will limit the ponding areas . Also, if we attenuate the runoff, and in
conjunction with some minor grading this will reduce the peak runoff and allow the existing drainage features constructed as
part of the Weld County Parkway to function as intended .
An important aspect of upstream detention/attenuation is land area. These facilities will require potentially large areas of
land to construct. This will require the County to obtain drainage easements from the landowners for construction . The
ability to obtain these easements will be a critical issue and can affect the feasibility and timing of projects.
Teamwork/Communication:
This master plan will require effective communication between Farnsworth Group staff and Weld County staff. It will also
require effective communication with property owners and other interested parties so that the project can be completed by
June I , 2016. Farnsworth Group will document all communication on the project and copy Weld County on all emails sent
to property owners and other stake holders. We do not proceed with the project directives without any communication
and approval from Weld County. We believe that it is truly a TEAM effort. We find this to produce the best results .
Farnsworth Group provides high -quality, cost-effective, common-sense solutions through excellence in master planning,
engineering design, and construction management. Farnsworth Group employs an effective, well -informed approach to
planning, design, and construction that can make all the difference to completing a successful project on time, within budget,
and in a way that will serve the County's needs well into the future. Our proposed Project Team applies both conventional
and innovative solutions that protect and improve the health of the public and the environment while meeting or exceeding
regulatory standards.
Floodplain ModelinQ:
The floodplain modeling for this project will entail two rivers , the South Platte River and the Cache La Poudre River, and
their intersections. This will allow the Project Team to utilize their extensive hydrologic and hydraulic experience. Mr. Bai
will combine the two models and Farnsworth Group will provide any additional survey that may be required to complete the
modeling effort.
� Farnsworth �
Engineering Services ; Page 8
GROUP Weld County - Master Drainage Study �
. .
Project Control
The project control and coordination begins with a solid understanding of the project. As Farnsworth Group's
primary contact and contract administrator, J .C . Cundall , PE , will maintain project control as the designated
point of contact. J .C . will streamline the coordination with Weld County to develop a project management plan
that will address project goals, scope of work, schedule, communications , cost control and a quality control
process .
At Farnsworth Group, our approach to successful projects is to assign an experienced project manager. We ensure that the
manager will be supported by engineers who are experienced in the disciplines required by the project. Additional support
staff are assigned as needed . With this approach, we can ensure that your projects will receive the utmost attention from
the most qualified and experienced engineers. While we are a large firm , this approach to project management allows for
individualized service that is more often associated with a smaller firm . We have developed sound managerial processes to
ensure that our work meets and/or exceeds expectations.
Communication - A scoping or "kick-off" meeting will be conducted with the County to begin the project. At this meeting,
we will ensure that we have solid direction from the County staff to the scope of this Master Drainage Study. The kick-off
meeting will provide an opportunity for Farnsworth Group to obtain pertinent material to the completion of this study. This
meeting will also set expectation for schedule and interaction between Farnsworth Group and the County. Farnsworth
Group will then meet with the County's Project Manager at two-week intervals throughout the duration of the project to
discuss key activities, milestones , problems, and direction . Farnsworth Group will be responsible for recording, producing,
and distributing meeting minutes that will entail, at a minimum : attendees, project status, recently completed activities,
newly assigned activities, problems encountered , and solutions for unresolved issues and unanticipated problems. At all
meetings J .C . Cundall will be in attendance to provide project continuity.
Based on our previous projects in Weld County, and Northern Colorado, we believe we have a solid understanding of
the County's drainage system . Additional project meetings will be scheduled on a periodic and/or as needed basis. These
meetings will be held to discuss conclusions to date and foregoing direction of the team . Key discussion items will include
determination of rainfall data for storm events, basin delineation, system conditions, GIS integration and modeling criteria,
and generation of the preliminary report . Because of our close proximity to the County's offices we are readily available to
commit time for site information visits and meetings as needed or desired by the County. Meetings will be scheduled at the
County's office in the interests of economy to coincide with fieldwork when possible.
Cost Control - Cost control begins at the onset of the project. Farnsworth Group realizes controlling costs is always
a major concern . Our team uses Deltek Vision software to keep track of time spent vs. budget expended . Farnsworth
Group's team will work cohesively to instill a cost-consciousness effort among all project personnel . A specific scope of
work will be established with a collaborative approach involving key team members, including Weld County staff. The
team members will then identify and quantify any potential areas of concerns and develop initial schedules and budgets. By
defining and identifying all project requirements and developing a measurable schedule, costs can be managed and controlled .
� Fa rn swo rt h Engineering Services Page 9
GROUP Weld County - Master Drainage Study ;
Work Location / Familiarity
With an office in Fort Collins we are well- positioned to provide cost-effective and special attention to Weld
County. Our Fort Collins office is only 26 miles from the Weld County Administrative Building. In order to ensure
that this project is completed in a timely manner, we have selected members of our team that are available and
dedicated to a positive outcome. All of us are committed to quality and perform our various tasks with an eye
towards the greater project success and achieving your objectives.
As a company, and as a local office, we are technically well qualified for this project. Being a local firm , Farnsworth Group
also offers the advantage of being ready and able to easily meet with the County at a moment's notice. We have a local ,
dedicated staff that is familiar with Weld County.
Weld County Public Works Mission Statement is, " Provide a safe and economical transportation infrastructure to the
traveling public." Farnsworth Group sees this Master Drainage Study as a large piece of this mission statement for the Weld
County Parkway. Control of stormwater is of utmost importance concerning safe transportation . Moving or keeping runoff
away from the roads helps all travelers. It also will be a large portion of the economical piece of the mission statement as a
good early design is more cost effective than a fix later.
'�
;
...Fen �o�U�. ) . . . ..
t
_ •.:i =
h y,at.� � . .'�j� v � � " y
-n :...,.... . _.. . :.. ..._ .: .. '.
a�awreMY+�
MY
1
• � O. A . . •. .. .. .. ... .._.
` M1�
.� j �
A
£ i. .
(�la•
X � c FNc�„wf..� Nr .� - V
*
Q ¢
„.o.n
�
5
� .. �.� ., L � � . .
*
n 2
� hei �!'
8 �;. �
; (i �
j.. I�� � ' y.
� � ..
� �. .
� � � �-f_ . ..l .... vn• �
Map of Farnsworih Group's Fort Collins O�ce with respect to Weld CountyAdministrative
Building
Performance on Similar Projects
Projects of the magnitude described in your RFP require a commitment to schedule and quality of services . Farnsworth
Group has undertaken similar projects and acted as more than a consultant, but as a trusted advisor to ensure ihat our
clients received the technical expertise required , as well as a level of attention to detail.
The following is an abbreviated list of projects similar in nature and located in or near Weld County in which the proposed
project team has participated . See Farnsworth Group's SOQ previously submitted for further detail :
• Kodak Loop Track — Loop railroad track that services "off-track" businesses near Windsor. Service provided was
floodplain modeling.
• Brid�e 95. 64 — Railroad bridge in Weld County, just north of Greeley on 35`h Avenue. Services provided was
floodplain modeling. Through our modeling efforts , we were able to show �hat the bridge could be replaced
with culverts, which are much less maintenance for the railroad company.
• Poudre River Trail Underpass — Investigated moving the existing Poudre River Trail crossing of the railroad west
of 35`h Avenue in Weld County from an at-grade crossing to a crossing beneath the existing railroad bridge.
Service provided was floodplain modeling.
� Fa rn swo rt h Engineering Services page I 0
GROUP Weld County - Master Drainage Study �
,
� .
• Lot 18 in Weld Couniv — Designed a railroad spur track site that allows the railroad company to service train cars
that are in disrepair. Service provided was preparing and running a SWMM model , including the retention pond .
• Town of Estes Park — Dry Gulch Road — Designed the widening of the existing Dry Gulch Road in Estes Park,
which is adjacent to Dry Gulch . Dry Gulch is a delineated floodway, and therefore, no rise could occur in
the floodway due to construction . Service provided was floodplain modeling. We also completed a Drainage
Master Plan for the entire Dry Gulch Basin , which is 6.25 square miles in order to determine the flows in Dry
Gulch .
• Fort Morgan ond Berthoud — Brian Zick was project manager on these Town's Drainage Master Plans recently
with EPA SWMM .
� Fa rn swo rt h Engineering Services Page I I
GROUP Weld County - Master Drainage Study i
4
, + r
Cost and Work Hours
In fulfillment of the requirements of the RFP, we have attached a spreadsheet, which describes the major work
tasks, presents the staff categories of those who will be involved , their billing rates, anticipated hours, expenses
and sub- consultants for completion of the proposed project.
See the following page for spreadsheet documenting Scope of Work Items , which identifies all proposed team members , the
hours we anticipate them working on each individual scope item, and their hourly rate.
As discussed during the pre- proposal meeting, Weld County has a budget of $400,000 to perform this master plan . Our
proposed fee for our proposal is $275, 259.00, which leaves $ 124,741 .00 to enlarge the project area and increase the size
of the study if desired by Weld County. We are ready to sit down with Weld County staff and determine how to use the
remaining monies to provide the best product for Weld County staff and Citizens .
� Fa rn swo rt h Engineering Services ; page I 2
GROUP Weld County - Master Drainage Study ;
a * •
Cost and Work Hours
00 00 � � o0 0000 0000 00 00 00 00 00 0o e
� o 00 000 0 0 00 oa oe o0
00 00 0 0 0 00 oa �
� � N CD O C � y n A � N O VI uj N Uj 1fl �Il N N N nj � O OO aD CO p p N
� Cl !i O I� N N A t"l l'l (O CO C) l7 t0 10 N
0 p (^D N N Cl Ol � � (O �O N O� Cl b � N � N �'J N � OI � � a0 O i(l N N N
I� 17 lh P! 1� I� �D � N !� 1� b
a ~ y N ey V � � O O N N � b � � m N � � � � m � � � � � m � N
� M M N y� N � h � '9 M M � eA � H e9 N W N � � e9 M M N � M N
�+ _ _ . _ _ _ . . . . . _ _ . _ _ .
N
y V O O O O O O O O O O O O �
t O O O O O O O O O O O O
� (�,} O O O O O O O O O O O O �
O y N N N N M N M N N N N M �
�
0
O O O O � � O O O O O O � O 0 O O O O O Q 0 O O O O � � p
� O O O O O O O 0 O O O 0 O � O O O O O Q 0 O O O O O O W
O Q N � N O lh YS N �!] N tV iV O O m iC N
� � a � N aD O O m � I� h � O 1� N � N � A M vl t0 a0 � N m �'! t0 �O O G
F LL N !� n 1�! C�J t��l (O �O � b n Of aD N n N � N N N � T N y (O [O N N n ^ N
n n � � ain n � a a o 0o c� �+i oo n
J �M O N R O � e� � � N � b � � m N � � � e� m q .- � � � m � N
f9 M fA N fA N � N � F9 b) M � t9 � N f9 M f9 N � ~ t9 M lA M � M y
� _ . . _ _ _ . _ _ . .. . _ . . _ . — _ _ .
�
�
fd o 0 0 o e p O o 0 0 0 0 o p
�
N M
.`y
Q
C � - _
A y
6 Y� � p O O N O O i0 10 t0 10 �
A tO � .W O N N ifJ �O N O O O O m a0
0 m ≤ � � � aD l7 � � N N t�l [7 W N N � � � � � � � � � �
0 C M
IL W
—. _ ` _
`p �` T
QC � j � O O � m ry N p O O O O O O O p
d r L � � N
N a N M
__ .. _ _ . . _ _ _ _ _ _ _
u �
y F � o 0 o m � p o 0 o e o o e e
r
M �
N
C p
� E b tD � O O O O � Q � � � t�9 � N N � � � � '
4 N �
Q
Y q
p � ' p p N N O � N N O � � O � u� � � � m CO m OD '
� � M
N
� � � O N f0 b Cp O � O Q N Q � ip p O p O p O p O p O O O O
U � N m 17 � � GO � � f0 N Q � � ('J CJ � C'1 VI � Ml � l'f � a N N N N a
N C �
111 . . . . . . _ . _ - _ _ -
_`_ - . -- . _ . -
O�
U � A V' tV N N N � W Y'J N � fD p O p O O O �"�
' � � N N N N N V V V � V O V � W � � � � ry N N N N N '
C �
W
.. _ _ _ . — . __ . _ . _ . . . . . .. _ _
r
�
R ri �
` eD O �- � � � O � � N '- � N N N N N � � V O R O � � N
m = M
W
a � L 9 S 3 9 .� 3 « 3 � 9 __ _ 9
� = o 0 0 0 0 0 0 0 0 0 0 0
U '� a a '�a a a a a a a S �a a
. > > > > > > > > > > > >
a0 A Y7 N N N N W N Ul N N N N
a. M M OI p tll N b q N tl C
� z 9 L Z 5 � � > �, : > .9 °
r U � � � Y � r � q �. � �' �
G A C
= a y o � m � ` a LL ` f �'
� m ° g d � � � � r � u �
o w 9 Q c .: c `c m � `o o a
� � � N G yi � aP O a � t'' �
•� Q R � � ` t r ` . a ^
� > y Y m O N N � E1 S. C � O
C � � p b N O A � f..� j WC N a �
p �. f/J F w � q A m m � ¢ � N V1
O � y � � 'C �
W 3 T C F'" � � � d q Y R O N O
� a p � C P�' �+ F R C Q: F �
c � � '� a a � � ~ a ' °
'� H °y `o `o u Q `o w � e n
m � 0 3 c s « +� � � q o
= N ' af Y! � d q � m N N q s f V1
•u � w 9 � 9 ,> j o u � 1 w a ` x � C
LLOL � N ~ T � � = cn � U Y U � a •� 3
a
E o S' ~ '� °1 � 01 3 � � c m ~ m `
d :. � m m � Y � g � � a � a m `o m f q
Y � v � � d tn m m � E rd '" �" � w � u o A
� ._ w c � � a � ~ � �o m � � � c � �, « � c � N � �
3 � °- v, � y � a � to � m � m d m d ° .'-�°
o � .o c .d � n � y m ,p o m Q > m > dr' LL d� a a =' m
� o � n � a � a
a m 1° a` o w � 2 ° � � o o `�' ° m ` w � v � � � �
x w E �. �. a � f a � :r a d � � d m � � A a c
� W m m o w o a N m � c m o � C o � m .� q � « a
v1 �' � '� 3 0 3 `m 'o � ctn 4 uF 3 — � — d Q � c >. Y . u �m
� 0 o .Y �� d � � p� �m E Q a � c a r « � m d LL' �w f° a a o aci
a 9 a�i m a�i a w j ° j m � ul o 'o .� J m 3 '° ° '° m O � d' c 2 w
`m ' d � � o � � � c� m O a y ' w 3 v� V E U U 3 CJ O' m ' u�i N a
a � �' m N 3 " � p c �n ,� c c �° y m � r� 9 �. °° °� � � o � r ` u
� Y « Y � Y Q Y 7 Y � « N Y � � Y �7 Y Y Y fN, Y . Y O Y N
p C C tll S p tl! O VI . Vl tll S � N tl! a b tll YI � IA N M 2 q O
� aU r � � � � C7 h � fnm 1�' � S �n � U � � H �i � o � � � a
� Fa rn swo rt h Engineering Services ; page I 3
GROUP Weld County - Master Drainage Study a
;
� ! r
Professional Services Agreement Statement
Farnsworth Group is willing to enter into the Weld County standard Professional Services Agreement as included
in the Request for Proposals .
� Fa rn swo rt h Engineering Services ; Page 14
GROUP Weld County - Master Drainage Study �
>
MEMORANDUM
Date: December 3, 2015
To: Trevor Jiricek, Director of General Services
From: Michael Bedell, P.E., Senior Engineer M
RE: Bid Request No. B1500161
BOCC Approval Date December 7, 2015
Using the county's best value process, a selection committee with representatives from Public Works and
County Attorney's Office have reviewed and scored the short listed firm's proposals from JVA
Consulting, Farnsworth Group, and Bohannan Huston. The summary results of the proposals scoring
process was conveyed to the BOCC in an e-mail dated 11/19/2015 (see attached).
In the opinion of the selection committee, the firm with the lowest fee proposal (JVA Consulting) did not
demonstrate a clear understanding of the project goals and critical issues. JVA Consulting also did not
demonstrate a good familiarity with the project area.
It is my recommendation to award the design contract to Farnsworth Group for a total amount of
$275,259.00. Farnsworth is well -qualified for this work and will be utilizing staff from their nearby
office in Fort Collins. This firm has familiarity with the project area since they performed the aerial
surveying and base -mapping for the Parkway Project. If this contract is approved by the BOCC on
December 7`h, work will commence soon thereafter, and is scheduled for completion by July, 2016.
E60407.2
020/5- 368%
Page 1 of 1
From:
Sent:
To:
Cc:
Subject:
Mike Bedell
Thursday, November 19, 2015 12:42 PM
CM -Commissioners
Frank Haug; Jim Flesher; Valerie Mino; Clayton Kimmi; Don Dunker; Elizabeth
Relford; Jay McDonald; Trevor Jiricek
Parkway Master Drainage Plan - Consultant Selection
Below is some additional information which may be pertinent to the recent work session request memo dated
11/17/15. Public Works is recommending a contract award to Farnsworth Group. Please let me know if you
have any questions or concerns.
Consultant Name.
Farnsworth Group
Bohannan Huston
JVA Consulting
Fee Proposal Amount
$275,259.00
$301,560.00
$267,666.00
Michael Bedell
Senior Engineer
Weld County Public Works Department
(970)-301-0780
Selection Committee Ranking
First Place
Second Place
Third Place
Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended
only for the person or entity to which it is addressed and may contain information that is privileged, confidential
or otherwise protected from disclosure. If you have received this communication in error, please immediately
notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the
taking of any action concerning the contents of this communication or any attachments by anyone other than
the named recipient is strictly prohibited.
file://MA—Active Projects\Parkway Master Drainage Plan\Design\Correspondence\Email\P... 12/3/2015
WELD COUNTY PURCHASING
1150 O Street Room #107, Greeley CO 80631
E-mail: mwalters(a�co.weld.co.us
E-mail: reverett(c�co.weld.co.us
Phone: (970) 356-4000, Ext 4222 or 4223
Fax: (970) 336-7226
DATE OF BID: SEPTEMBER 25, 2015
REQUEST FOR: RFQ - PARKWAY MASTER DRAINAGE PLAN
DEPARTMENT: PUBLIC WORKS DEPT
BID NO: #61500161
PRESENT DATE: SEPTEMBER 28, 2015
APPROVAL DATE: WILL LET CTB KNOW WHEN RFQ/RFP IS READY TO AWARD
VENDORS
JVA INCORPORATED
1319 SPRUCE ST
BOULDER CO 80302
BOHANNAN HUSTON
MERIDIAN ONE
9785 MAROON CIRCLE STE 140
ENGLEWOOD CO 80112-5928
BOWMAN CONSULTING
603 PARK POINT DR STE 100
GOLDEN CO 80401
FARNSWORTH GROUP
1612 SPECHT POINT RD STE 105
FT COLLINS CO 80525
**THE SELECTION COMMITTEE WILL REVIEW THE QUALIFICATIONS.
&1,0oi�-
Hello