HomeMy WebLinkAbout20150352.tiff �Q,a
Tulin= MEMORANDUM
Thr2itil- c �uh _ Y
�� TO: Clerk to the Board DATE: April 14, 2015
PROM: 4att LcTPortc, Public Works Department
-6le,hard What
SUBJECT: BOCC Agenda Item
Agreement for Professional Services with Baseline Corporation Engineering Design Services for
I Iaul Road Projects (I IRP) on WCR 32 & WCR 39.
31d#S1600o3a
Enclosures
Ni APrancicAAGENDA memos^Mattl aPortc doce
%1/2) I/C)/g��
C,OnAinf O, d.eL„ �� P20)5-055c2
—02.O aoi5O°7(2
" BOARD OF COUNTY COMMISSIONERS
REVIEW/WORK SESSION REQUEST
RE: RFP Request No. B1500032 —Award of Contract(HRP#2 Design Services)
DEPARTMENT: PUBLIC WORKS DATE: 4/7/2015
PERSON(S) REQUESTING: Matt LaPorte, Don Dunker
Brief description of the problem/issue:
The Public Works Department provided a Request for Proposals for engineering services for the design of two
segments of HRP roadway; WCR 32 between WCR 31 and WCR 39 (4 miles) and WCR 39 between WCR 28
and WCR 38 (5 miles). Public Works has completed the engineering consultant selection process associated
with the design of this project. The "best-value" selection process was followed. Baseline Engineering
Consulting Firm submitted the best proposal with the most realistic cost of$324,462.50. Public Works had a
work session with the BOCC on April Is` to review the details of the committee selection process and received
approval from the BOCC in a hearing on April 61° to work with Baseline Engineering to get an agreement
signed for this work. Baseline Engineering has provided the scope of work, fee agreement and signed
Agreement for Professional Services(see attached).
Baseline's cost estimate is $324,462.50 this contract amount is reasonable and fits within the overall budget.
The overall project budget ($5,742,060) is being partially funded by a grant from DOLA in the amount of
($2,000,000).
What options exist for the Board:
I)The Board agrees to put the Agreement for Professional Services on the agenda for authorization, or
2) Ask staff to schedule a work session with the BOCC for further discussion.
Approve Schedule
Recommendation Work Session Comments
Barbara Kirkmeyer, Chair
Mike Freeman ptiE-1
Scan P.Conway
Steve Moreno
Julie Cozad
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN WELD COUNTY & BASELINE CORPORATION
ENGINEERING DESIGN SERVICES FOR HAUL ROAD PROJECTS (HRP)
WCR 32 & WCR 39
THIS AGREEMENT is made and entered into thiso20 day of #12/L� , 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 Baseline Corporation, a corporation, whose address is 710 I1`h Avenue, Suite 105, Greeley
Colorado, 80631, hereinafter referred to as"Contract Professional".
WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to
perform services as more particularly set forth below; and
WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform
the services, and is willing to perform the services according to the terms of this Agreement.
WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the
time, skill, expertise, and experience necessary to provide the services as set forth below;
NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the
parties hereto agree as follows:
1. Introduction.
The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and
B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein
by this reference. County and Contract Professional acknowledge and agree that this Agreement, including
specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract
Professional's willingness and ability to meet those requirements.
Exhibit A consists of County's Request for Proposal (RFP) as set forth in "Proposal Package No.
"B 1500032". The RFP contains all of the specific requirements of County.
Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response
confirms Contract Professional's obligations under this Agreement.
2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products
necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary
to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by
reference. Contract Professional shall coordinate with Weld County to perform the services described on
attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the
standards of professional care, skill, training, diligence and judgment provided by highly competent Contract
Professionals performing services of a similar nature to those 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
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 Agreemcnt, County shall notify
Contract Professional if it wishes to renew this Contract.
4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days
written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material
breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contract
Professional the right to provide services under this Agreement beyond the time when such services become
unsatisfactory to the County.
If this Agreement is terminated by County, Contract Professional shall be compensated for, and such
compensation shall be limited to, (I) the sum of the amounts contained in invoices which it has submitted and
which have been approved by the County; (2) the reasonable value to County of the services which Contract
Professional provided prior to the date of the termination notice, but which had not yet been approved for
payment; and (3) the cost of any work which the County approves in writing which it determines is needed to
accomplish an orderly termination of the work. County shall be entitled to the use of all material generated
pursuant to this Agreement upon termination.
Upon termination, County shall take possession of all materials, equipment, tools and facilities owned
by County which Contract Professional is using, by whatever method it deems expedient; and, Contract
Professional shall deliver to County all drawings, drafts or other documents it has completed or partially
completed under this Agreement, together with all other items, materials and documents which have been paid
for by County, and these items, materials and documents shall be the property of County. Copies of work
product incomplete at the time of termination shall be marked "DRAFT-INCOMPLETE."
Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind
whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except
for compensation for work satisfactorily performed and/or materials described herein properly delivered.
5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed
by both parties. No additional services or work performed by Contract Professional shall be the basis for
additional compensation unless and until Contract Professional has obtained written authorization and
acknowledgement by County for such additional services. Accordingly, no claim that the County has been
unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be
the basis of any increase in the compensation payable hereunder. In the event that written authorization and
acknowledgment by the County for such additional services is not timely executed and issued in strict
accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be
deemed waived and such failure shall result in non-payment for such additional services or work performed. In
the event the County shall require changes in the scope, character, or complexity of the work to be performed,
and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for
performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and
this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract
Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the
anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement
shall be deemed covered in the compensation and time provisions of this Agreement
6. Compensation/Contract Amount. Upon Contract Professional's successful completion of the
services, and County's acceptance of the same, County agrees to pay an amount no greater than $324,462.50,
which is the bid set forth in Exhibit B. Contract Professional acknowledges no payment in excess of that
amount will be made by County unless a "change order" authorizing such additional payment has been
specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld
County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision
of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and
expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the
sum of the bid amount set forth in Exhibit B. Contactor acknowledges that any work it performs beyond that
specifically authorized by County is performed at Contract Professional's risk and without authorization under
this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other
than the compensation stated herein.
If, at any time during the term or after termination or expiration of this Agreement, County reasonably
determines that any payment made by County to Contract Professional was improper because the service for
which payment was made did not perform as set forth in this Agreement, then upon written notice of such
determination and request for reimbursement from County, Contract Professional shall forthwith return such
payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by
County, if any, shall forthwith be returned to County.
County will not withhold any taxes from monies paid to the Contract Professional hereunder and
Contract Professional agrees to be solely responsible for the accurate reporting and payment of any taxes related
to payments made pursuant to the terms of this Agreement.
Mileage may be reimbursed if the provisions of Exhibit A permit such payment at the rate set forth in
Exhibit B. Contract Professional shall not be paid any other expenses unless set forth in this Agreement.
Payment to Contract Professional will be made only upon presentation of a proper claim by Contract
Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred.
Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations
under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period
after December 31 of any year, without an appropriation therefore by County in accordance with a budget
adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised
Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment(Colorado
Constitution, Article X, Sec. 20)
7. Independent Contract Professional. Contract Professional agrees that it is an independent Contract
Professional and that Contract Professional's officers, agents or employees will not become employees of
County, nor entitled to any employee benefits from County as a result of the execution of this Agreement.
Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract
Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed
pursuant to this Agreement. Contract Professional, its employees and agents are not entitled to unemployment
insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide
such coverage for Contract Professional or any of its agents or employees. Unemployment insurance benefits
will be available to Contract Professional and its employees and agents only if such coverage is made available
by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment
taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract
Professional shall not have authorization, express or implied, to bind County to any agreement, liability or
understanding, except as expressly set forth in this Agreement. Contract Professional shall have the following
responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a)
provide and keep in force workers' compensation and unemployment compensation insurance in the amounts
required by law(and as set forth in Exhibit A provide proof thereof when requested to do so by County.
8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in
reliance upon the particular reputation and expertise of Contract Professional. Contract Professional shall not
enter into any subcontractor agreements for the completion of this project without County's prior written
consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable
discretion to approve all personnel assigned to the subject project during the performance of this Agreement and
no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project.
Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services
to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and
to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, by
this Agreement, assumes toward County. County shall have the right(but not the obligation) to enforce the
provisions of this Agreement against any subcontractor hired by Contract Professional and Contract
Professional shall cooperate in such process. The Contract Professional shall be responsible for the acts and
omissions of its agents, employees and subcontractors.
9. Ownership. All work and information obtained by Contract Professional under this Agreement or
individual work order shall become or remain (as applicable), the property of County. In addition, all reports,
documents, data, plans, drawings, records and computer files generated by Contract Professional in relation to
this Agreement and all reports, test results and all other tangible materials obtained and/or produced in
connection with the performance of this Agreement, whether or not such materials are in completed form, shall
at all times be considered the property of the County. Contract Professional shall not make use of such material
for purposes other than in connection with this Agreement without prior written approval of County.
10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted
separately from the main bid submittal, clearly denoting in red on the financial information at the top the word,
"CONFIDENTIAL." However, Contract Professional is advised that as a public entity, Weld County must
comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the
confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential
information. Contract Professional agrees not to sell, assign, distribute, or disclose any such confidential
information to any other person or entity without seeking written permission from the County. Contract
Professional agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature
of this confidential information and of the restrictions imposed by this agreement.
11. Warranty. Contract Professional warrants that the services performed under this Agreement will be
performed in a manner consistent with the professional standards governing such services and the provisions of
this Agreement. Contract Professional further represents and warrants that all services shall be performed by
qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all
services will conform to applicable specifications.
12. Acceptance of Services Not a Waiver. Upon completion of the work, Contract Professional shall submit
to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by
County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve
Contract Professional of responsibility for the quality and accuracy of the project. In no event shall any action
by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or
default which may then exist on the part of Contract Professional, and County's action or inaction when any
such breach or default shall exist shall not impair or prejudice any right or remedy available to County with
respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants,
provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach.
Acceptance by the County of, or payment for, the services completed under this Agreement shall not be
construed as a waiver of any of the County's rights under this Agreement or under the law generally.
13. Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution
of any agreement or commencement of any work, the following insurance covering all operations,goods or
services provided pursuant to this request.Contract Professionals shall keep the required insurance coverage in
force at all times during the term ofthe 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 ofthe above-described policies by canceled or should any coverage be reduced before the expiration
date thereof,the issuing company shall send written notice to the Weld County Director of General Services by
certified mail, return receipt requested. Such written notice shall be sent thirty(30)days prior to such cancellation
or reduction unless due to non-payment of premiums for which notice shall be sent ten(10)days prior. If any
policy is in excess of a deductible or self-insured retention, County must be notified by the Contract
Professional. Contract Professional shall be responsible for the payment of any deductible or self-insured retention.
County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the
amount of the deductible or self-insured retention to guarantee payment of claims.
The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do
not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits
contained herein are sufficient to protect them from liabilities that might arise out of the performance of the
work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors.
The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher
limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations
assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient
amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds
or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement.
Any modification to these requirements must be made in writing by Weld County.
The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract
Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services
provided, the timely delivery of said services, and the coordination of all services rendered by the Contract
Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or
other deficiencies.
INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers,
agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions
of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the
terms of this Contract or on account of any act, claim or amount arising or recovered under workers'
compensation law or arising out of the failure of the Contract Professional to conform to any statutes,
ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for
any and all injuries or damage received or sustained by any person, persons, or property on account of its
performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account
of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of
the materials required herein, or from any claims or amounts arising or recovered under the Worker's
Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or
termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation,
defense and judgment costs where this contract of indemnity applies. In consideration of the award of this
contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated
and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers
for losses arising from the work performed by the Contract Professional for the County. A failure to comply
with this provision shall result in County's right to immediately terminate this Agreement.
Types of Insurance: The Contract Professional shall obtain,and maintain at all times during the term of
any Agreement, insurance in the following kinds and amounts:
Workers' Compensation Insurance as required by state statute, and Employer's Liability
Insurance covering all of the Contract Professional's employees acting within the course and scope
of their employment. Policy shall contain a waiver of subrogation against the County. This
requirement shall not apply when a Contract Professional or subcontractor is exempt under
Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor
executes the appropriate sole proprietor waiver form.
Commercial General Liability Insurance shall include bodily injury, property damage, and liability
assumed under the contract.
$1,000,000 each occurrence;
$1,000,000 general aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: Contract Professional shall maintain limits of$1,000,000 combined single limit
for bodily injury and property damage applicable to all vehicles operating both on County property and
elsewhere, for vehicles owned, hired, and non-owned vehicles used in the performance of this
Contract.
Professional Liability (Errors and Omissions Liability)
The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in
the Scope of Services of this contract. Contract Professional shall maintain limits for all claims
covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage
sustained by reason of or in the course of operations under this Contract resulting from professional
services. In the event that the professional liability insurance required by this Contract is written on a
claims-made basis, Contract Professional warrants that any retroactive date under the policy shall
precede the effective date of this Contract; and that either continuous coverage will be maintained or
an extended discovery period will be exercised for a period of two (2) years beginning at the time
work under this Contract is completed.
Minimum Limits:
Per Loss $ 1,000,000
Aggregate $ 2,000,000
Contract Professionals shall secure and deliver to the County at or before the time of execution of
this Agreement, and shall keep in force at all times during the term of the Agreement as the same
may be extended as herein provided, a commercial general liability insurance policy, including
public liability and property damage, in form and company acceptable to and approved by said
Administrator,covering all operations hereunder set forth in the related Bid or Request for Proposal.
Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate
of insurance, a policy, or other proof of insurance as required by the County's Risk
Administrator in his sole discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor
liability, and inland marine, Contract Professional's insurer shall name County as an additional
insured.
Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation
rights against County.
•
Subcontractors: All subcontractors, independent Contract Professionals, sub-vendors, suppliers or other
entities providing goods or services required by this Agreement shall be subject to all of the
requirements herein and shall procure and maintain the same coverage's required of Contract
Professional. Contract Professional shall include all such subcontractors, independent Contract
Professionals, sub-vendors suppliers or other entities as insureds under its policies or shall ensure that all
subcontractors maintain the required coverages. Contract Professional agrees to provide proof of
insurance for all such subcontractors, independent Contract Professionals, sub-vendors suppliers or
other entities upon request by the County.
14. Non-Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein
or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional to
assign or transfer its rights hereunder without such prior approval by County shall, at the option of County,
automatically terminate this Agreement and all rights of Contract Professional hereunder. Such consent may be
granted or denied at the sole and absolute discretion of County.
15. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized
representative of County, including the County Auditor, shall have access to and the right to examine and audit
any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this
Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment
received.
16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure
to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause
beyond its reasonable control, including but not limited to Acts of God, tires, strikes, war, flood, earthquakes or
Governmental actions.
17. Compliance with Law. Contract Professional shall strictly comply with all applicable federal and State
laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to
discrimination and unfair employment practices.
18. Non-Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other
Contract Professionals or persons to perform services of the same or similar nature.
19. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto 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.
20. Fund Availability. Financial obligations of the County payable after the current fiscal year are
contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution
of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise
appropriated in each succeeding year.
21. Employee Financial Interest/Conflict of Interest—C.R.S. §§24-18-201 et seq. and §24-50-507. The
signatories to this Agreement aver that to their knowledge, no employee of 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 this Agreement. Failure by
Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in
immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract
Professional's family shall serve on a County Board, committee or hold any such position which either by rule,
practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding
to Contract Professional.
22. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or
unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without
such provision, to the extent that this Agreement is then capable of execution within the original intent of the
parties.
23. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a
waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the
Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended.
24. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and
conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to
the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action
whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned
parties that any entity other than the undersigned parties receiving services or benefits under this Agreement
shall be an incidental beneficiary only.
25. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it
has been approved by the Board of County Commissioners of Weld County, Colorado or its designee.
26. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be
applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or
incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void.
In the event of a legal dispute between the parties, Contract Professional agrees that the Weld County District
Court shall have exclusive jurisdiction to resolve said dispute.
27. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees
that it does not knowingly employ or contract with an illegal alien who will perform work under this contract.
Contract Professional will confirm the employment eligibility of all employees who are newly hired for
employment in the United States to perform work under this Agreement, through participation in the E-Verify
program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(e). Contract
Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement
or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor
shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract
Professional shall not use E-Verify Program or State of Colorado program procedures to undertake pre-
employment screening or job applicants while this Agreement is being performed. If Contract Professional
obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly
employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County
within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or
contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing
or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not
terminate the contract if within three days the subcontractor provides information to establish that the
subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall
comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-
17.5-102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the
State of Colorado program, Contract Professional shall, within twenty days after hiring an new employee to
perform work under the contract, affirm that Contract Professional has examined the legal work status of such
employee, retained file copies of the documents, and not altered or falsified the identification documents for
such employees. Contract Professional shall deliver to County. a written notarized affirmation that it has
examined the legal work status of such employee, and shall comply with all of the other requirements of the
State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of
C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contract
Professional shall be liable for actual and consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract
Professional receives federal or state funds under the contract, Contract Professional must confirm that any
individual natural person eighteen (I 8) 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.
28. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contract Professional,
concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney
fees and/or legal costs incurred by or on its own behalf.
29. 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.
30. Official Engineering Publications: Contract Professional acknowledges and agrees that the Colorado
Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado
Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work
performed by Contract Professional under this Agreement, and that a failure to meet the standards set by these
publications may result in withholding by County of some or all of the Compensation.
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.
AN WITNESS WHEREOF,the parties hereto have signed this Agreement this 21 day of
fri/ /L , 2015.
CONTRACT PROFESSIONAL:
Baseline Corporal'
Date 4.5--
Name: ro;Fc;
Title: 1),v. cl r�_4 rf{• .�
WELD N .
ATTES •
�'� BOARD OF COUNTY COMMISSIONERS
Weld out lerk to the d ,\WELD COUNTY,COLORADO•"1-!il,
Deputy Cl k to the .+1 rbara Kirkmeycr)Chair A R 2 0 2 015
„......SROVE AS F APP VED TO SUBS ANCE:
Controller El c 'al or Department Head
l�
APP' • ri : ORM t P44Aittk,
Director of General Services
County , ncy
075 0.352-)
EXHIBIT A
4` '-
_ I.
1861_ �-
RFP #B1500032 � .
Request for Proposals
,air U N a ,"t
I. Purpose
Weld County is seeking written proposals and fee estimates from qualified vendors for
engineering design services related to maintenance and paving of approximately 9.0 miles of
existing paved county roads.
II. General Project Description
Proposed improvements will be for two roadway sections, WCR 32 between WCR 31 and WCR
39 (4 miles) and WCR 39 between WCR 28 and WCR 38 (5 miles). Improvements will include
a Full Depth Reclamation (FDR) process to add cement to the subgrade, and Hot Mix Asphalt
(HMA) pavement.
III. Scope of Services
The requested services will include: surveying, roadway horizontal and vertical design, utilities
mapping, utilities relocation coordination (when necessary), right-of-way acquisition (as
needed), plans and specifications preparation, and project meetings. The construction contract
will be bid as one contract, but each roadway section will have a standalone set of plans and
electronic surface. The design shall be completed in 60 calendar days, as specified.
Following is a general summary of the key items anticipated to be included in the work:
General Project Issues
• This project is a maintenance action.
• NEPA, Davis Bacon, or environmental studies will not be required.
• There will not be DBE goal requirements with this project.
• Drainage issues will be addressed where necessary but a full drainage study will not be
required. Assume the culvert sizes remain the same.
• Additional hydraulic analysis will be required at every irrigation ditch crossing. The
consultant will also be required to coordinate with the irrigation ditch companies on their
expected flows as well as to accommodate the construction schedule with their flow
schedules.
• As-Built drawings, by the consultant, will be required after construction is complete.
• The consultant shall prepare traffic control plans to include detour plans and sample
MHT's.
1
• This project will require that the consultant use a utility locating company.
• The consultant will need to apply for the Storm Water Permit through the State in
conjunction with SWMP plans and required BMP's plus quantities.
• All mailboxes shall be removed and replaced by the contractor during construction.
• Quantities shall include final seeding. Weld County will provide the seed mix.
• The required cement in the FDR section will be calculated by volume of reclaimed
material and not by weight. The amount of cement will be supplied by Weld County.
• The design and survey portions of this contract will be 60 calendar days.
Surveying and ROW Services
• Surveying and mapping limits will be from right of way line to right of way line along each
corridor and will extend 200 feet past the beginning and ending of each project limit.
The consultant shall produce a minimum of 1 ft contours of the existing and proposed
surface.
• Additional ROW staking may be required where utilities exist.
• Purchase of additional right of way or easements is not expected. However, if additional
right of way or easements are necessary for the design, the consultant will provide all
services required for right of way and easement acquisition including appraisal services,
negotiations, and closing documents. If required, cost of acquisition of Temporary
Construction Easements (TCE) and the cost to the land owner for the TCE shall not
exceed $2,000 per required TCE, actual cost shall prevail.
• The Consultant will need to arrange for all utility locates and surveying/mapping of
utilities.
• The Consultant shall provide a control sheet with a control diagram.
• The Consultant shall establish a minimum of 5 control points with the approval from the
County for each segment of roadway.
• The coordinates shall be Modified State Plane Zone (0501), North American Datum
(NAD) 83, and shall be tied to the Colorado High Accuracy Reference Network
(CHARN).
• Elevations shall be North American Vertical Datum (NAVD) 88.
• The Consultant shall reestablish damaged or destroyed section corner monuments per
state statute after construction.
Utilities Potholing and Relocation Coordination
• Consultant will need to identify all utilities existing within the project limits and map their
locations.
• Consultant will need to pothole all utilities to verify depths and identify potential conflicts.
50 potholes are anticipated between all roadway locations. (Bid line item shall show a
quantity of 50.)
• The Consultant will need to provide utility relocation coordination; site meetings, survey
staking of right-of-way and easements, and exhibits for utility agreements. Right of way
shall be staked with stakes at a maximum 200 ft apart, or as needed.
• Consultant will need to review utility relocation designs provided by the affected utility
companies to make sure they are properly coordinated with the roadway design.
• The consultant will handle all coordination necessary with the irrigation companies for
this maintenance action including agreements if required.
2
Traffic Control
• The consultant shall provide quantities and details for a traffic control plan on each of the
road sections.
• WCR 32 and WCR 39 shall be evaluated for day closures, to be opened at night;
however, either or both roads may need to remain open to traffic and utilize flagging
operations during the day.
• A Right of Way Permit will be required by the contractor including MHTs and Traffic
Control Plans.
Roadway Design
• The consultant will use the existing horizontal alignment adjusted only enough that it
matches all applicable Weld County design parameters for a speed of five miles an hour
above the posted speed limit.
• The consultant will create a smooth vertical alignment that meets all applicable Weld
County design parameters for a speed of five miles an hour above the posted speed
limit. This vertical alignment shall not change the elevation of the existing roadway at
centerline by more than one inch. This vertical alignment shall represent bottom of the
HMA. The top of the asphalt will be 5 inches above the vertical alignment. The typical
cross slope shall be 2%. Typical K values used in vertical design shall be 151 for crest
curves and 136 for sag curves as per the AASHTO Green Book.
• The Consultant shall create a surface with a typical 2% cross slope that varies to match
existing hard surface entrances (the cross slope shall never be less than 1%) and also
varies to provide sufficient cover of culverts. Gravel type entrances shall be blended to
match the new roadway paved surface within the existing right of way.
• The 5 inches of asphalt shall be a 3 inch lift of HMA (Grade SG)(100)(PG64-22) under a
2 inch lift of HMA (Grade SX)(100)(PG64-28).
• It should be assumed that the existing surface will be milled 3 inches. The cement
added to the reclaimed roadway typically brings the elevation to within an inch of the
original elevation.
• The final roadway width shall be 26 feet paved, 13 foot each lane and a one foot gravel
shoulder for a total of 28 feet.
• At each end of the proposed roadway section, a taper will need to be designed to
comfortably transition the top of proposed asphalt into the existing asphalt. This shall be
a smooth transition and shall not create a bump.
• All side roads shall have the full reclamation process 50 feet from the main road white
line. All radii shall be maximized to provide the largest turning radius possible.
Additional right of way may be required. Utilities may need to be moved at these
locations.
• All culverts and accesses along side roads within 50 feet of the main roadway shall be
addressed in the plans.
• There will be some grading to fore slopes and ditch bottoms, as little grading as possible
will be done to back slopes or none at all.
• All existing metal culverts, excluding entrance culverts, will be replaced with concrete
culverts of the same size and at the same flow line elevation, strength class III, unless
approved by Weld County for reasons of insufficient cover. All culverts shall be shown in
a cross section as well as in the plan and profile. All culverts shall be labeled with a call
out of at least the flow line elevations and the minimum cover from the top of pipe to the
top of roadway. This dimension shall be 1.0 foot or more.
3
• All culverts shall be backfilled using flow-fill from the spring line to the bottom of
proposed asphalt.
• The Consultant shall produce a simple set of plans that are in line with the attached
sample Weld County plans. As an example, a drawing set will include title sheet, general
notes, abbreviated SWMP plan, tabulation summary sheet, plan and profile sheets,
typical cross sections, cross sections at 200 ft intervals showing utilities location and
depth as well as fences and right of way lines, culvert plan and profile sheets, signing
and striping plan to match existing, cross section or profile showing every entrance,
traffic control sheets, and minimal details. As an example a drawing sheet will contain a
plan and profile view, and the following: labeled edge of roadway, centerline, power
poles, utilities as marked in the field, roadway and cross roads named, existing right of
way, fences, signs, top and flow line of existing culverts, horizontal and vertical curve
data, flow line arrows showing flow direction, and roadway width dimensions.
• The Consultant will be required to submit InRoads or Civil 3D files for the following:
existing ground surface, proposed roadway surface, and the proposed horizontal and
vertical alignment.
• The Consultant shall generate a surface file that is compatible with Trimble Business
Center and Trimble Machine Control. This file shall have center line and edge of
roadway but shall not have any unnecessary data. Triangles should appear typically
every ten feet along straight sections, and every two feet through horizontal and vertical
curves. The triangles shall be perpendicular to the proposed centerline of the roadway.
The Consultant will need to demonstrate adequate quality control of this electronic
surface.
• The Consultant shall provide 15 sets of paper plans as well as one electronic version of
the plans for each of the roadway sections.
• The consultant will be required to prepare project special provisions and current
Colorado Department of Transportation (CDOT) Standard Specifications. The technical
specification format shall be in the CDOT format.
• All work shall be completed using the latest edition of the American Association of State
Highway and Transportation Officials (AASHTO) Policy on Geometric Design of
Highways and Streets, Manual of Uniform Traffic Control Devices (MUTCD), Weld
County, and CDOT design and construction standards or guidelines, practices, and
procedures.
Meetings and Proiect Administration
• The Consultant will need to administer and attend several project meetings throughout
the design process, as well as multiple on-site meetings with affected business owners,
land owners, irrigation companies and utility companies. Formal meetings will be held at
the Weld County Public Works Department including; kick-off meeting, design scoping
review meeting, conceptual design meeting, and pre-bid meeting.
• The Consultant shall be responsible for organizing and maintaining all documentation
related to the design portion of the project.
IV. Anticipated Project Schedule
• Mandatory Pre-Proposal Meeting Feb. 24th, 2015
• Consultant Proposals/Fee Estimates Due Mar. 101h, 2015 (10:00 AM)
• Consultant Selection Mar. 17th, 2015
• Consultant Contract Award April 7th, 2015
4
• Notice to Proceed April 7th, 2015
• Design Completion June 5`h, 2015
• ROW/Utilities Completion July 2015
• Advertisement for Construction July 2015
V. Instructions to Consultants
A. Submittal Requirements
The three (3) shortlisted consultants interested in performing the work described in
this request for proposals should submit the following information to the County in
the order they choose.
1. Scope of work description which clearly shows an understanding of the project and
describes the means by which the consultant intends to complete the required work.
2. A list of critical issues that the consultant considers to be of most importance and a
discussion of how the consultant plans to address these issues.
3. Describe the methods by which the consultant intends to control their design costs
and keep the project on schedule.
4. Describe the proposed Project Team's familiarity and availability as related to these
project locations. Identify past projects which the team has successfully completed
which would be considered to be similar in nature to this Weld County project.
5. Provide a detailed scope of work items and fee estimate which includes all proposed
team members and their estimated work hours and hourly rates. This scope of work
should include a $10,000 Other Professional Services line item to be used as
necessary only with the approval of the Weld County Public Works Director. This
scope of work should also include the cost of project construction inspection during
construction as separate line items showing hourly rates and the total number of
hours. Project inspection should be CDOT style inspection assuming 30 days of
construction per construction location. These days shall be assumed to be 12 hour
days. The contractor will be responsible for quality control testing, and the
Construction quality assurance testing will be coordinated by the consultant and
done through the County. These inspection line items may be removed if necessary
based on County inspector's availability at the time of construction.
6. The selected consultant will be required to sign the Weld County Professional
Services Agreement, which provides for reimbursement to the consulting firm for
mileage. The following is to be included in the cost portion of each proposal:
• Mileage for this contract will be limited to a maximum of 2,000 miles for design
related travel.
• Mileage for this contract will be limited to a maximum of 3,000 miles for
inspection related travel.
7. The proposals should include hourly rate sheets for the consulting team as well as an amount
(per mile) for mileage reimbursement.
8. A sample plan and profile sheet(s) of a similar project should be included in each
submittal. Examples should be no smaller than 11"x17".
5
•
9. The Consultant shall deliver five (5) hard copies and one (1) electronic pdf copy of
their submittal. Limit the total length of your proposal to a maximum of 20 pages.
Cover sheet, dividers, and front and back covers will not be counted as part of the
maximum 20 pages.
Proposals must be delivered to the Weld County Purchasing Department, P.O.
Box 758, 1150 "O" St., Greeley, CO 80632. Proposals are due Tuesday, March
10th, 2015 at 10:00 a.m.
B. Contacts
Questions related to the submittal requirements and procedures should be directed to:
Richard White, P.E. — Project Manager
Weld County Public Works
970-304-6496, ext. 3742, rdwhite@co.weld.co.us
6
eis"5 B�.e"�✓r�. a..'ffa`w�°�,* c'1�i+'�R;r,., 1; k¢, .. , tr„�^�e .��";�"a,
VI. Selection Criteria and Method
The Weld County Purchasing Professional Services Selection process describes the consultant
selection criteria and method. This document is available for review in the Weld County Code,
Revenue and Finance, Chapter 5, online at www.weldgov.com. The selection committee shall
include Weld County representatives. Interviews may be conducted to determine contract
award, but are not anticipated at this time.
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 selection of a preferred consultant.
The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an
outstanding rating.
WEIGHTING QUALIFICATION STANDARD
FACTOR
5.0 Scope of Proposal The proposal clearly shows an understanding of the project
objectives, methodology to be used, and final results that are
desired by the Department.
The proposal demonstrates the firm clearly understands the
5.0 Critical Issues major issues associated with the project, and offers realistic
solutions to those issues.
The firm has described their methods of controlling their
design and construction cost. The firm has demonstrated an
4.0 Project Control ability to insure State or Federal procedures are used where
appropriate. Does the firm have a Quality Control process in-
place to manage the quality of their deliverables?
Work Project team's work location relative to the project site location.
4.0 Location/Familiarity Key team member familiarity with Weld County and the goals
of the Department
Are the cost, work hours, and hourly rates presented
15.0 Cost and Work Hours reasonable and consistent with the project goals? The lowest
cost that includes all tasks necessary to successfully complete
the project scores the highest.
7
SAMPLE - AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN WELD COUNTY &
TITLE of PROJECT
THIS AGREEMENT is made and entered into this day of , 201_, by
and between the County of Weld, a body corporate and politic of the State of Colorado, by and
through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley,
Colorado 80631 hereinafter referred to as "County," and , [an
individual]. [a limited liability partnership] [a limited liability company] [a corporation], who
whose address is , hereinafter referred
to as "Contract Professional".
WHEREAS, County desires to retain Contract Professional as an independent Contract
Professional to perform services as more particularly set forth below; and
WHEREAS, Contract Professional has the ability, qualifications, and time available to
timely perform the services, and is willing to perform the services according to the terms of this
Agreement.
WHEREAS, Contract Professional is authorized to do business in the State of Colorado
and has the time, skill, expertise, and experience necessary to provide the services as set forth
below;
NOW, THEREFORE, in consideration of the mutual promises and covenants contained
herein, the parties hereto agree as follows:
1. Introduction.
The terms of this Agreement are contained in the terms recited in this document and in
Exhibits and , each of which forms an integral part of this Agreement. Exhibits and
are specifically incorporated herein by this reference. County and Contract Professional
acknowledge and agree that this Agreement, including specifically Exhibits and define
the performance obligations of Contract Professional and Contract Professional's willingness and
ability to meet those requirements.
Exhibit consists of County's Request for Proposal (REP) as set forth in "Proposal
Package No. B ". The RFP contains all of the specific requirements of County.
Exhibit consists of Contract Professional's Response to County's Request for
Proposal. The Response confirms Contract Professional's obligations under this Agreement.
2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or
products necessary for the project and agrees to diligently provide all services, labor, personnel
and materials necessary to perform and complete the project described in Exhibit which is
attached hereto and incorporated herein by reference. Contract Professional shall coordinate with
Weld County to perform the services described on attached Exhibits and . Contract
Professional shall faithfully perform the work in accordance with the standards of professional
8
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 and 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 Exhibits . 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 shall have no
claim of any kind whatsoever against the County by reason of such termination or by reason of
any act incidental thereto, except for compensation for work satisfactorily performed and/or
materials described herein properly delivered.
S. Extension or Modification. Any amendments or modifications to this agreement shall be in
writing signed by both parties. No additional services or work performed by Contract
Professional shall be the basis for additional compensation unless and until Contract Professional
has obtained written authorization and acknowledgement by County for such additional services.
Accordingly, no claim that the County has been unjustly enriched by any additional services,
whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in
the compensation payable hereunder. In the event that written authorization and acknowledgment
9
by the County for such additional services is not timely executed and issued in strict accordance
with this Agreement, Contract Professional's rights with respect to such additional services shall
be deemed waived and such failure shall result in non-payment for such additional services or
work performed. In the event the County shall require changes in the scope, character, or
complexity of the work to be performed, and said changes cause an increase or decrease in the
time required or the costs to the Contract Professional for performance, an equitable adjustment
in fees and completion time shall be negotiated between the parties and this Agreement shall be
modified accordingly by a supplemental Agreement. Any claims by the Contract Professional for
adjustment hereunder must be made in writing prior to performance of any work covered in the
anticipated supplemental Agreement. Any change in work made without such prior supplemental
Agreement shall be deemed covered in the compensation and time provisions of this Agreement
6. Compensation/Contract Amount. Upon Contract Professional's successful completion
of the services, and County's acceptance of the same. County agrees to pay an amount no greater
than $ , which is the bid set forth in Exhibit . Contract Professional acknowledges no
payment in excess of that amount will be made by County unless a "change order" authorizing
such additional payment has been specifically approved by the Director of Weld County Public
Works, or by formal resolution of the Weld County Board of County Commissioners, as required
pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in
no event shall County be liable for payment for services rendered and expenses incurred by
Contract Professional under the terms of this Agreement for any amount in excess of the sum of
the bid amount set forth in Exhibit . Contactor acknowledges that any work it performs
beyond that specifically authorized by County is performed at Contract Professional's risk and
without authorization under this Agreement. County shall not he liable for the payment of taxes,
late charges or penalties of any nature other than the compensation stated herein.
If, at any time during the term or after termination or expiration of this Agreement,
County reasonably determines that any payment made by County to Contract Professional was
improper because the service for which payment was made did not perform as set forth in this
Agreement, then upon written notice of such determination and request for reimbursement from
County, Contract Professional shall forthwith return such payment(s) to County. Upon
termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall
forthwith be returned to County.
County will not withhold any taxes from monies paid to the Contract Professional
hereunder and Contract Professional agrees to be solely responsible for the accurate reporting
and payment of any taxes related to payments made pursuant to the terms of this Agreement.
Mileage may be reimbursed if the provisions of Exhibit permit such payment at the
rate set forth in Exhibit . Contract Professional shall not be paid any other expenses unless set
forth in this Agreement. Payment to Contract Professional will be made only upon presentation
of a proper claim by Contract Professional, itemizing services performed and, (if permitted under
this Agreement), mileage expense incurred.
Notwithstanding anything to the contrary contained in this Agreement. County shall have
no obligations under this Agreement after, nor shall any payments be made to Contract
Professional in respect of any period after December 31 of any year, without an appropriation
therefore by County in accordance with a budget adopted by the Board of County
Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the
Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment
(Colorado Constitution, Article X, Sec. 20)
10
7. Independent Contract Professional. Contract Professional agrees that it is an independent
Contract Professional and that Contract Professional's officers, agents or employees will not
become employees of County, nor entitled to any employee benefits from County as a result of
the execution of this Agreement. Contract Professional shall perform its duties hereunder as an
independent Contract Professional. Contract Professional shall be solely responsible for its acts
and those of its agents and employees for all acts performed pursuant to this Agreement.
Contract Professional, its employees and agents are not entitled to unemployment insurance or
workers' compensation benefits through County and County shall not pay for or otherwise
provide such coverage for Contract Professional or any of its agents or employees.
Unemployment insurance benefits will be available to Contract Professional and its employees
and agents only if such coverage is made available by Contract Professional or a third party.
Contract Professional shall pay when due all applicable employment taxes and income taxes and
local head taxes (if applicable) incurred pursuant to this Agreement. Contract Professional shall
not have authorization, express or implied, to bind County to any agreement, liability or
understanding, except as expressly set forth in this Agreement. Contract Professional shall have
the following responsibilities with regard to workers' compensation and unemployment
compensation insurance matters: (a) provide and keep in force workers' compensation and
unemployment compensation insurance in the amounts required by law (and as set forth in
Exhibit provide proof thereof when requested to do so by County.
8. Subcontractors. Contract Professional acknowledges that County has entered into this
Agreement in reliance upon the particular reputation and expertise of Contract Professional.
Contract Professional shall not enter into any subcontractor agreements for the completion of this
project without County's prior written consent, which may be withheld in County's sole
discretion. County shall have the right in its reasonable discretion to approve all personnel
assigned to the subject project during the performance of this Agreement and no personnel to
whom County has an objection, in its reasonable discretion, shall be assigned to the project.
Contract Professional shall require each subcontractor, as approved by County and to the extent
of the Services to be performed by the subcontractor, to be bound to Contract Professional by the
terms of this Agreement, and to assume toward Contract Professional all the obligations and
responsibilities which Contract Professional, by this Agreement, assumes toward County.
County shall have the right (but not the obligation) to enforce the provisions of this Agreement
against any subcontractor hired by Contract Professional and Contract Professional shall
cooperate in such process. The Contract Professional shall be responsible for the acts and
omissions of its agents, employees and subcontractors.
9. Ownership. All work and information obtained by Contract Professional under this
Agreement or individual work order shall become or remain (as applicable), the property of
County. In addition, all reports, documents, data, plans, drawings, records and computer files
generated by Contract Professional in relation to this Agreement and all reports, test results and
all other tangible materials obtained and/or produced in connection with the performance of this
Agreement, whether or not such materials are in completed form, shall at all times be considered
the property of the County. Contract Professional shall not make use of such material for
purposes other than in connection with this Agreement without prior written approval of County.
10. Confidentiality. Confidential financial information of the Contract Professional should be
transmitted separately from the main bid submittal, clearly denoting in red on the financial
information at the top the word, "CONFIDENTIAL." However, Contract Professional is advised
that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et
seq., with regard to public records, and cannot guarantee the confidentiality of all documents.
Contract Professional agrees to keep confidential all of County's confidential information.
Contract Professional agrees not to sell, assign, distribute, or disclose any such confidential
information to any other person or entity without seeking written permission from the County.
Contract Professional agrees to advise its employees, agents, and consultants, of the confidential
and proprietary nature of this confidential information and of the restrictions imposed by this
agreement.
11. Warranty. Contract Professional warrants that the services performed under this
Agreement will be performed in a manner consistent with the professional standards governing
such services and the provisions of this Agreement. Contract Professional further represents and
warrants that all services shall be performed by qualified personnel in a professional and
workmanlike manner, consistent with industry standards, and that all services will conform to
applicable specifications.
12. Acceptance of Services Not a Waiver. Upon completion of the work, Contract
Professional shall submit to County originals of all test results, reports, etc., generated during
completion of this work. Acceptance by County of reports and incidental material(s) furnished
under this Agreement shall not in any way relieve Contract Professional of responsibility for the
quality and accuracy of the project. In no event shall any action by County hereunder constitute
or be construed to be a waiver by County of any breach of this Agreement or default which may
then exist on the part of Contract Professional, and County's action or inaction when any such
breach or default shall exist shall not impair or prejudice any right or remedy available to County
with respect to such breach or default. No assent, expressed or implied, to any breach of any one
or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a
waiver of any other breach. Acceptance by the County of, or payment for, the services completed
under this Agreement shall not be construed as a waiver of any of the County's rights under this
Agreement or under the law generally.
13. Insurance and Indemnification. Contract Professionals must secure, at or before the time
of execution of any agreement or commencement of any work, the following insurance
covering all operations,goods or services provided pursuant to this request. Contract Professionals
shall keep the required insurance coverage in force at all times during the term of the Agreement,
or any extension thereof, and during any warranty period. The required insurance shall be
underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company
as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating"Should
any of the above-described policies by canceled or should any coverage be reduced before the
expiration date thereof,the issuing company shall send written notice to the Weld County
Director of General Services by certified mail, return receipt requested. Such written notice shall
be sent thirty(30)days prior to such cancellation or reduction unless due to non-payment of
premiums for which notice shall be sent ten(10)days prior. If any policy is in excess of a
deductible or self-insured retention. County must be notified by the Contract Professional.
Contract Professional shall be responsible for the payment of any deductible or self-insured
12
retention. County reserves the right to require Contract Professional to provide a bond, at no
cost to County, in the amount of the deductible or self-insured retention to guarantee payment of
claims.
The insurance coverage's specified in this Agreement are the minimum requirements, and these
requirements do not decrease or limit the liability of Professional. The County in no way
warrants that the minimum limits contained herein are sufficient to protect them from liabilities
that might arise out of the performance of the work under this Contract by the Contract
Professional, its agents, representatives, employees, or subcontractors. The Contract
Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher
limits and/or broader coverages. The Contract Professional is not relieved of any liability or
other obligations assumed or pursuant to the Contract by reason of its failure to obtain or
maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall
maintain, at its own expense, any additional kinds or amounts of insurance that it may deem
necessary to cover its obligations and liabilities under this Agreement. Any modification to these
requirements must be made in writing by Weld County.
The Contract Professional stipulates that it has met the insurance requirements identified herein.
The Contract Professional shall be responsible for the professional quality, technical accuracy,
and quantity of all services provided, the timely delivery of said services, and the coordination of
all services rendered by the Contract Professional and shall, without additional compensation,
promptly remedy and correct any errors, omissions, or other deficiencies.
INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County,
its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions,
or willful acts or omissions of Contract Professional, or claims of any type or character arising
out of the work done in fulfillment of the terms of this Contract or on account of any act, claim
or amount arising or recovered under workers' compensation law or arising out of the failure of
the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree.
The Contract Professional shall be fully responsible and liable for any and all injuries or damage
received or sustained by any person, persons, or property on account of its performance under
this Agreement or its failure to comply with the provisions of the Agreement, or on account of or
in consequence of neglect of the Contract Professional in its methods or procedures; or in its
provisions of the materials required herein, or from any claims or amounts arising or recovered
under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph
shall survive expiration or termination hereof. It is agreed that the Contract Professional will be
responsible for primary loss investigation, defense and judgment costs where this contract of
indemnity applies. In consideration of the award of this contract, the Contract Professional
agrees to waive all rights of subrogation against the County its associated and/or affiliated
entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers
for losses arising from the work performed by the Contract Professional for the County. A failure
to comply with this provision shall result in County's right to immediately terminate this
Agreement.
Types of Insurance: The Contract Professional shall obtain, and maintain at all times
during the term of any Agreement, insurance in the following kinds and amounts:
13
Workers' Compensation Insurance as required by state statute, and Employer's
Liability Insurance covering all of the Contract Professional's employees acting
within the course and scope of their employment. Policy shall contain a waiver of
subrogation against the County. This requirement shall not apply when a Contract
Professional or subcontractor is exempt under Colorado Workers' Compensation
Act., AND when such Contract Professional or subcontractor executes the
appropriate sole proprietor waiver form.
Commercial General Liability Insurance shall include bodily injury, property damage,
and liability assumed under the contract.
$1,000,000 each occurrence;
$1,000,000 general aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for
bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000
for property damage applicable to all vehicles operating both on County property and
elsewhere, for vehicles owned, hired, and non-owned vehicles used in the performance
of this Contract.
Professional Liability (Errors and Omissions Liability)
The policy shall cover professional misconduct or lack of ordinary skill for those
positions defined in the Scope of Services of this contract. Contract Professional shall
maintain limits for all claims covering wrongful acts, errors and/or omissions, including
design errors, if applicable, for damage sustained by reason of or in the course of
operations under this Contract resulting from professional services. In the event that
the professional liability insurance required by this Contract is written on a claims-
made basis, Contract Professional warrants that any retroactive date under the policy
shall precede the effective date of this Contract; and that either continuous coverage
will be maintained or an extended discovery period will be exercised for a period of
two (2) years beginning at the time work under this Contract is completed.
Minimum Limits:
Per Loss $ 1,000,000
Aggregate $ 2,000,000
Contract Professionals shall secure and deliver to the County at or before the time of
execution of this Agreement, and shall keep in force at all times during the term of
the Agreement as the same may be extended as herein provided, a commercial
general liability insurance policy, including public liability and property damage, in
form and company acceptable to and approved by said Administrator, covering all
operations hereunder set forth in the related Bid or Request for Proposal.
14
Proof of Insurance: County reserves the right to require the Contract Professional to
provide a certificate of insurance, a policy, or other proof of insurance as required
by the County's Risk Administrator in his sole discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal
liability, liquor liability, and inland marine, Contract Professional's insurer shall
name County as an additional insured.
Waiver of Subrogation: For all coverages, Contract Professional's insurer shall
waive subrogation rights against County.
Subcontractors: All subcontractors, independent Contract Professionals, sub-vendors,
suppliers or other entities providing goods or services required by this Agreement shall
be subject to all of the requirements herein and shall procure and maintain the same
coverage's required of Contract Professional. Contract Professional shall include all
such subcontractors, independent Contract Professionals, sub-vendors suppliers or other
entities as insureds under its policies or shall ensure that all subcontractors maintain the
required coverages. Contract Professional agrees to provide proof of insurance for all
such subcontractors, independent Contract Professionals, sub-vendors suppliers or
other entities upon request by the County.
14. Non-Assignment. Contract Professional may not assign or transfer this Agreement or any
interest therein or claim thereunder, without the prior written approval of County. Any attempts
by Contract Professional to assign or transfer its rights hereunder without such prior approval by
County shall, at the option of County, automatically terminate this Agreement and all rights of
Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute
discretion of County.
15. Examination of Records. To the extent required by law, the Contractor agrees that any duly
authorized representative of County, including the County Auditor, shall have access to and the
right to examine and audit any books, documents, papers and records of Contractor, involving all
matters and/or transactions related to this Agreement. The Contractor agrees to maintain these
documents for three years from the date of the last payment received.
16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in
delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where
such failure is due to any cause beyond its reasonable control, including but not limited to Acts
of God, fires, strikes, war, flood, earthquakes or Governmental actions.
17. Compliance with Law. Contract Professional shall strictly comply with all applicable
federal and State laws, rules and regulations in effect or hereafter established, including without
limitation, laws applicable to discrimination and unfair employment practices.
18. Non-Exclusive Agreement. This Agreement is nonexclusive and County may engage or
use other Contract Professionals or persons to perform services of the same or similar nature.
19. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto
15
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.
20. Fund Availability. Financial obligations of the County payable after the current fiscal
year are contingent upon funds for that purpose being appropriated, budgeted and otherwise
made available. Execution of this Agreement by County does not create an obligation on the part
of County to expend funds not otherwise appropriated in each succeeding year.
21. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-
50-507. The signatories to this Agreement aver that to their knowledge, no employee of
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 this Agreement. Failure by Contract Professional to ensure compliance with
this provision may result, in County's sole discretion, in immediate termination of this
Agreement. No employee of Contract Professional nor any member of Contract Professional's
family shall serve on a County Board, committee or hold any such position which either by rule,
practice or action nominates, recommends, supervises Contract Professional's operations, or
authorizes funding to Contract Professional.
22. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal,
or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and
enforced without such provision, to the extent that this Agreement is then capable of execution
within the original intent of the parties.
23. Governmental Immunity. No term or condition of this contract shall be construed or
interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections
or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as
applicable now or hereafter amended.
24. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of
the terms and conditions of this Agreement, and all rights of action relating to such enforcement,
shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or
allow any claim or right of action whatsoever by any other person not included in this
Agreement. It is the express intention of the undersigned parties that any entity other than the
undersigned parties receiving services or benefits under this Agreement shall be an incidental
beneficiary only.
16
25. Board of County Commissioners of Weld County Approval. This Agreement shall not
be valid until it has been approved by the Board of County Commissioners of Weld County,
Colorado or its designee.
26. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant
thereto. shall be applied in the interpretation, execution, and enforcement of this Agreement. Any
provision included or incorporated herein by reference which conflicts with said laws, rules
and/or regulations shall be null and void. In the event of a legal dispute between the parties,
Contract Professional agrees that the Weld County District Court shall have exclusive
jurisdiction to resolve said dispute.
27. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies,
warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will
perform work under this contract. Contract Professional will confirm the employment eligibility
of all employees who are newly hired for employment in the United States to perform work
under this Agreement, through participation in the E-Verify program or the State of Colorado
program established pursuant to C.K.S. §8-17.5-102(5)(c). Contract Professional shall not
knowingly employ or contract with an illegal alien to perform work under this Agreement or
enter into a contract with a subcontractor that fails to certify with Contract Professional that the
subcontractor shall not knowingly employ or contract with an illegal alien to perform work under
this Agreement. Contract Professional shall not use E-Verify Program or State of Colorado
program procedures to undertake pre-employment screening or job applicants while this
Agreement is being performed. If Contract Professional obtains actual knowledge that a
subcontractor performing work under the public contract for services knowingly employs or
contracts with an illegal alien Contract Professional shall notify the subcontractor and County
within three (3) days that Contract Professional has actual knowledge that a subcontractor is
employing or contracting with an illegal alien and shall terminate the subcontract if a
subcontractor does not stop employing or contracting with the illegal alien within three (3) days
of receiving notice. Contract Professional shall not terminate the contract if within three days the
subcontractor provides information to establish that the subcontractor has not knowingly
employed or contracted with an illegal alien. Contract Professional shall comply with reasonable
requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5),
by the Colorado Department of Labor and Employment. If Contract Professional participates in
the State of Colorado program, Contract Professional shall, within twenty days after hiring an
new employee to perform work under the contract, affirm that Contract Professional has
examined the legal work status of such employee, retained file copies of the documents, and not
altered or falsified the identification documents for such employees. Contract Professional shall
deliver to County, a written notarized affirmation that it has examined the legal work status of
such employee, and shall comply with all of the other requirements of the State of Colorado
program. If Contract Professional fails to comply with any requirement of this provision or of
C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so
terminated, Contract Professional shall be liable for actual and consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if
Contract Professional receives federal or state funds under the contract, Contract Professional
must confirm that any individual natural person eighteen (18) years of age or older is lawfully
present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for
17
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.
28. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contract
Professional, concerning this Agreement, the parties agree that each party shall be responsible
for the payment of attorney fees and/or legal costs incurred by or on its own behalf.
29. 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.
30. Official Engineering Publications: Contract Professional acknowledges and agrees that
the Colorado Department of Transportation "Standard Specifications for Road and Bridge
Construction" and the Colorado Department of Transportation Standard Plans "M & S
Standards" establish the requirements for all work performed by Contract Professional under this
Agreement, and that a failure to meet the standards set by these publications may result in
withholding by County of some or all of the Compensation.
18
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 and , 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.
IN WITNESS WHEREOF, the parties hereto have signed this Agreement this
day of , 201 .
CONTRACT PROFESSIONAL:
By: Date
Name:
Title:
WELD COUNTY:
ATTEST: BOARD OF COUNTY COMMISSIONERS
Weld County Clerk to the Board WELD COUNTY, COLORADO
BY:
Deputy Clerk to the Board Barbara Kirkmeyer, Chair
APPROVED AS TO FUNDING: APPROVED AS TO SUBSTANCE:
Controller Elected Official or Department Head
APPROVED AS TO FORM:
Director of General Services
County Attorney
19
Request for Proposal
Engineering Design Services for Haul Road Projects (HRP)
WCR 32 &WCR 39
Bid Request No. B1500032
Weld County, Colorado
ADDENDUM NUMBER ONE — February 26, 2015
TO REQUEST FOR PROPOSAL
The following shall be as fully a part of the above named Documents and Specifications as if therein
included and shall take full and complete preference over anything contained therein to the contrary.
Acknowledgment: Each bidder shall indicate their acknowledgment of receipt of this
Addendum by including this addendum in their proposal.
The following is to clarify questions/comments from the mandatory pre-proposal meeting which was
held February 24th, at Weld County Public Works building:
• As-Built drawings, by the consultant, will be required at specific locations to include culverts,
driveways and intersections including: (Culvert - Invert & Top of Pipe), (Intersections and
Driveways - PC's & PT's, Radius Dimensions, Centerline Elevations, etc.) Also; for the new
roadway surface - Centerline & Edge of Pavement (both sides) @ 500' intervals.
• The proposals should include a description and cost for inspection for both roadway segments.
Assume 30 (12 hour) days for each segment. The cost should be shown separately but also
be part of the total cost.
• The proposals should include a fee amount for TCE preparation and acquisition. For this
project, assume a total of ten (10) TCE's, primarily at culverts and driveways, etc.
• The RFP specifies maximum reimbursable miles for design and inspection. For this project the
maximum miles shall be 1,500 miles for design and 2,000 miles for inspection.
NOTE: No further questions will be addressed if received after - Tuesday, Mar. 3r°at 5 pm.
Page 1
U)
J_
Q O `o
C.) N J Y � 1O co F w w o �J U
JHW
oZIL
W W +.O Z fn z
O < WwWF- 2 W • Z g O p d
w wozz = Uozwu) wco ° L) ZWzg z a
• IX u za0C/) g ¢ C� J6dZgJFcnc� Owc~i)
LL W J Z 0_ oX z g < p g z a a E oa J V w p O = cn o
0 oWoopz ¢ oQgQdQaa }aowWQOz
Z = Q � J } } Qg Z Z Z Z - ~ J � U O O O
Ci_ z vUi w z m z ¢ p z z O z w p g " ? > Q�
wi- i- DQw00oF- wogog0aQaai ow CO H
oFu) UHOrnwxwsxa = aQa2aQU as W •
c
W 0 � NM .D O � � raD NMNNN NM '�ppEfiM C w
O O '— `— N N N N N N M V V V Et N
o 0 0 O 000 O p ��(
- Z V N- ,- t0 m N N (N�'7 • O W
in i-
a . . • .
W _
LO W, .
i ,..,.." CL CL
ra VS
L4 r,E.. I c ;.. tu
2
. Or) fli
03 CO
7j 2
I•_ir '1.1 Z
O rn��� � .� c
41
umoit cNi etw '-' t
-pr .. • •-i •._ .41 i
.. te. _._ L
O) -"--.'
.--\--,._..
O c1) or) I Z L.. ` • i 1 . }..., iii
LU
WILL .. Z CC >°
NJ I Ce 1 1:11.".'. ._„, a,.�: � e ,=e4• ,
to 2
(11) QW0.Lii NMU
MMEM J cou)oo�o
o CI • mU- •J } O- rill
��aJz..
Z O� W°u_
Z O I I' 6S aOM Z m (D
03 V .;Xi
0 a
o �s a�M N-
N
ll
,n i,„D < 9 ,..
el u' W -'. Za. I - assa�M 7,111/u
>-- Z o £s a�M * •
z o
I- OuJ
. 5L a0M m
V 2 _z
om
OU�
<= _
J Wow
Z
U� O
a w�
U, M Z O E
a� a>
� o
U
O
O
C
CI) CL
w .p oMp
w
2 ,_
z
W -
iii
_ Z O _ _ _ _
Ci z oo 00000) M o = I
Z O N o+o o N c*> Z N Z Z O
J o mJ
CO CO w w
WW y
W 0 0 0 EQ w
U U < w - o
E E
V O W
� � � o o � � � z � � �
` V U.
W WWOO N o
w ct• U U fn p O > 0 (f)--°
n V N co Z Ccc z
COa � -3 w o w § Op (A 0to
N
♦/♦ z000 0 () 0Ot) U) 0 p NZ u-
w wad DDDDDD DDD C.) o n ' O0 'C
'
m z z Lo N Z'
Q D CO CO CO
W W w z .RR 222 Z Z au V Q W o . ' 63
m 2 2 2 2 a < w w O U
~ z m Eli
Z w
Q w z
ii
w 0_ o y
O W w 2 o_ g o
N a. 0 d
a)
-Q o
0
U M
O U
Z n
E
U z
a) _
O °t
^L 0
LL (1)
_
7 m Cl)�/
w_
Cl) Q TTN I—
QZ O 'n W O �,,, O O N O O N O In O O 0 0 V J
W ❑ r W f` N M r M N (0 N N r r 0) r M uY N v °D O M r r (V n J
a O _o
x <D
IF F' l F- F- xx1F- - I- F- x ~ QxxII-x x2
, W COv {/�
Zcn
a
Z U Z Z U LL U U U W a U V) V) J ¢L ¢ ❑ v yJ L
Q Q Z Z Q Z Z Q Q Q Z Z Q dO O Q Q a ¢ Q Z Q Q J J
W J J W J W W W U J J W co x W W (0 W W J W W '
CI
Q O
10 C C
W Lo >- E
Q = C
m U2 2 2 ..
P<
Q
Yw
O aw o ¢n w0 D a, d m
WW ���yJJJ W .N
Ce W Q m = J m �// N N L
U J J Q o ❑ O N
~ Z Z 000( F- ) Z Z W Q O O O
0. 0 F O II ? Qt- ¢ ¢ aam � p mo
< p 0 UUzz a ¢ Z aau) pw Z w W
z (n W N N (0 0I- wF 000 u) UO0 0 -O
LL OU ❑ ? z � � ? ? wOU v> inv) k m > a > W ~ a)
Z N_N_} 2Qw UUU 03"-'w W W mO
Waa w -.cc=xHH > ¢ > Qm ftwiwza gw ❑ C� opp 0
— (n (n 0 — — = UUNQQQ 2 ¢ gz QQ — Jc7a' U —z
x x ❑ a a a (n(n a a Z006
a J J 1- w m R w Z C C
IX U ^ (n a s U o o a - Q z
gUU > U 0 0 » z w zzz Q -' QzOFa 0 o
Uz z � p rF UUammOz wmzz 000 2 ¢ opZO) O
'>
Q U - °') �O � 000wwz0ZUF > goo cFitFi (F) wwa � � (p—� a W Q
C QwwwZa ,_ rF- zZ ( (9 , < . 000 » D ❑ x
C zzzda QQQQQuJv) mx � arODU ? UU ? 22 o m o
2 U -' 7xoowzzZawww (o ^ IWiNai � (ncn(nQH20 W mm z Q >
? EL a z U z D J J z z z m p z z z Q Q I z Q Q
= vJJQwWW8CO(? u) v) V) 0 WF 000 ¢ o00Qaxw
Iti V) � Nl ❑ ❑ ❑ (n Z.5 u) (n (nU � W wUUUma ❑ UwNl cnx
UZ co
12 M M M N t` N N N V V V V V V) U0 r r O O O O O O O O O O O O 2 N-8,-
�(yyJJ 09000 0 0 N N N N U M M M M M M M M M O O 96a)
N-8,-
,- 4J O (O (O U0 O O (0 (0 O O (O (O (O W O ) O O O O O O U) O (D O (0 UO n - w F- ( m-V
p a w N o N a
wx-co
0 ci N- U)pp O) O N M In O N co m O N M e� ID 0(p N` CO 0) p N M ,r0 0(p N- [0 0) 0 N OF-X
' m Z M M M V V V V v V V V V V (0 V) In N In N in In In In CO (O CO (D CO (0 CO CO CO (0 N- N- N- (/)0Q C
Opp}Nii
ra Jz..
ZI— 0 ulaLL
m
D
a
O
U
J I `,l
w
O
,
F- V!
En
Q
W 4 0 r m
r C N (OM) O N O v O O { v N V N n O) , m 06
In m 0) M W W W VO)
a O N '- N N r f` r 0 r to t0 (O V
Q
I
Z oIF- 100a 00 ❑ ❑ F- x xx W W W x ❑ OOF- 000Nx xF- F-
z (n > p llU » OD » » KLL U NL pUQQQU > zz » w } > } ll (L Li () a Ni
'14( ❑ J W ? W ❑ ❑ I > > ❑ ❑ Z W J W W Q Q 0 W O FO OO d CJ J W J W Z Z
_ UU UUUU U) V) V)V) 000
aw
C
w 0 iii
I—
N
> E
Cto
_2 V 0 U
0
X g x
a)
o
CL g NzL C
w F ) Cl) z
0i J
U o °- U W ZU 0 F
Q � a —u W CC 0cgi ^ Zw w (wn
o ¢ z zz V) O w Q U N N w a5I z z
LL U 01mco
- Fw z0w �❑ P W WQg a � w w
O F- O "�- z 0 (� U -
m J ❑ d F J J x w F- w Z O a H co co co co _ _
m = n W w < 2 > M LLz w Og ° E5w o80z e❑ (nu) 0) mtnrn
wmozwxpz0 < N Z ≤nwz ❑ W mwO �i Jz (ngggg (n(n
Ce�'�/ U' V) Q W W - UUU O) (A gw (nUUUU � 5
❑ Q (`Juwzi > WmUO' J ¢ ZFF•- wmom V) W m , - m5w W W woo
Q zaFl (, (LWz > � m ¢ w ¢ F W w a aUxxxx
¢ 0 0 0 0 E w ¢ w w w m W oz U z ❑ J J w s a a a a a a
Z ¢ ¢ Q ¢ w Y a w _F _ _ z z z w 0 0 0 Wm z e w 0 w W�C Wk w -❑ w a w w w Q Q
c a 0 >o >0 0 3 a , Y000 . ww 0 w ❑ ❑ U w Q Q �r _ J Q D U N N LLI
G W 22220MU OpZWWW w0 < 00 QOZXXXXXZZ C _ _
= W W W W Z 2 F ❑ N- N- N- Q Q 0 W W W ❑ a' 0 U' 2 W W N �- Q O In In M U) p
(J Q Q Q Q p w n 2 U) w Cn w w U) o Q (n w `2 F- (n Q x (7 (7 w Q (7 U V V In !n M 0 E E
F (O '=
U n
g , , N N N N M M M M (0 (O [O aO aO UO U O N N M V f0 M O O (O I- M M M M M M F to'n !�
FW O 000000000000000 O O N N O O O O O O O O O O O t0 O
Z _ N N N N N N N NN NN NN NN NN N N N N NO V V V In In U) (O CO CO (0 CO CO CO 4- ,- W
0 c E 'E 0
0 z
a) u,O r N M V In O m m O r N M V In m n W O O N M ('I Up n O N M In (p Q
m Z N N NN NO!N N N NN N N 01666 CD 66 LL
C-
a)
a M M
E m c6
O N in
CJ M M >
Y.
z
Y' . o
a
o m rn
a) m
U LL 0 2
i
0 0 " p
v) a 0
x
g w = 0 U)
on
wp n rn m ^ ., m d' a m p z_ w ` U
• r ry w r n O Lir
ry ri ^ Ni v o = a z cc
u cc• u m
d p >- N I` N up x O
W Ou H O U r� N v 01 Z '� m
...I W F Nt-i L
W U U H H ZO d In
cc Cc" x x ? a O > r-
U Cc m F- m 1= n a z cc a o0
z = 2 . c < a w QO
m m
OU F w cocg 35 zg 3 � U a2
I.L C N LL V I LL J V O II 0 m Z O
O LL U J F O u J F- O ? U Cl. p U 0O al n .p m LO
Z o z a3 z .' SLL az < .1 Lc,- V�
O FO 5 Z LL z 0 s 0 j
'^ J
w vJ
tr
m NN n co
o x ., Z " � = La)
N +i a u O CO In
I • I-I r, w _w O o T O Z
Z ¢ o O a o w z p
x + u Z `Q
O N .-i N N ^ ~/1 J Q U 7 1 ^ Z Q 1
O p V, V, 0 H r C7 O J 2 ? a ¢ ¢ r LI) CC
r- a O Z M a v~i ti G g O ° V) } m
Ln c V) V) G ~ Oa a a 0000G pc � � 0 0
O _ 2 a
~ Q Z Q 0 z O N N.+ O w J J
V1 cvi) 0 s .�-1 rice
a ¢ z m m
* O v~i in a t p ..
a N
a 2 D m
a
▪ a rn •2• -
. m
N m li
co N L
p O In
S.
Zs LL
U O O
3 z +FF pp In
V1 Oi N •Q CO V¢1 O LL W Lo v.,rsi pg, W "0
y~j z z � � N ^ 2 Q 2 m o � c ^' w U
N cc Y 0 0 v c, a I I-
z z p o a , o n
w r Z
J .ri U U 0 0 0
Z 0 z _W w ar d
,n 'o ¢ In N v
° m ~ w g m UJ 0 Q 0 Ct >
v z
LLI m 0 0 0 j 0 m o m
w n
W Z.-9 CJ (7 D w cf cc
0 N $Zji L9 o- 2
J_ Q a Ou I _ ILIr
Q w or-
J o0
° p m I-- o ¢waoM M.
�
W 3 Q O W _F' U W���m
W F- w W a0 V p O ❑I-X
0 o O a O z Ln n g w N rr1 r� .v-i V](nOp�o
Z m CC (9 a OF m a W g N V m Y=00U�rn
K
0 z ' a 8 - a t7 >- oro}w
I 0 a s Fa- `n v v (L 37-aWZ..
X into r z x o O F— J °
o o F 0 O z Z m o
p p
co o A ,1 4 Z g it ii, 7:c
i= o O
g � � �1-I CV O
~ v~, � � Ga m o � � F- D z aaa < ,_
Q 5Oz F- z m o_ � � � � o
_ ~ M
~ z0 zj2 � Rai- -, a U OOOaOu _:�
9 u x 2 �n Ou < < C u a a ¢ '-1 a L.c o
1
w ? Z vi en ¢ 3 N N U) I- �4u�
o a vl n '•
¢ w t
a ILrr .
a' >
00 0 2
a
a a o >' ¢ 3 p p z
Z Z —
U N V m
lc w w w
< (.7 (7 C7
W W w
w
a
Q Q a{n 'E
w w I Ji
U.1 w w
CC CC CC
F- F- F-
o L 0
J Y1
Q N N a K _I J .In E
> u ^ E 9 w G LL iy p E
Oz In
�i LL N ouo � as a>i
K LL U N - Ill
N m v O U
J O lZ7 H !- x
Q -, in 2 o Q rO U = Y , N N D
> > Z u ., o w U C CC F- U a a v c
p N a0 in p N �i m N �$ % 0 N r I�1�� 18 M am V U'rz m y
Ill ce L CC Q Z IL 2 U m p N U N N N "�' N U � O N N J1 O K Z i
IL N w w F. J MP p La
0
Z F co ¢ Q z U- F- o u 8 8
_ co
O -±-
0 3 > H Lij 0 U N u
LL = x
�' a til N .--I m N w ❑ Q o m Z
a
> -- 3 Y w to w -I m ~ 0
> w >
Om m
O Y 0 0 K x z 0 w Z u ¢ 1ri rri
co et. w = 2 w Z Z g Z o LS-
o Q N
H cc cc N z G ? Z
s w t
u o �, o <
O ¢ * z x CC o 3 )- o o 1-- 0 acc 2 Ce 0 N
J 2 * N N � u Q a o NQ g a N 0 F p. H W W
> p n n a Z W p ul Y �++ Z cC
p z Q Y O J
¢ r m ONi O w v, p w In O > w 2 0 -o a
O V, .-1 `.2 1- w O w Z O Q Q wUj I- O O (~� Q U V Z > + E E c
oc `-' p o z r-- a w a 0 ~ u' O z Z m a X J 2 2
a F r z ° z z 3 z w o o r F w 3 w
O O V g u_ "I g O w ,..j u F- F- z O N K n O N fD O
F- w x F- 2 Z ¢ ¢ O ¢ w 4.- " t
m 2 F- F- w Z Z 2 z Z (7 F- J z > > U w Q 0 c c
t� J cC 2 w N O . ~ _ > > z < g S p r O Z O = _ ~ 0
F cc a r ¢ m Z O F Ci uZi
•~-� ¢ z n In a ~' O v> ,„ a i- in Ln O m x x 0 F' _ ¢
V N N ,e LL r > F- F- F- > r w W F- w O < O O
O rn .-1 .~-i .�-� w o o Z N COZ Z LL na. a x w z m Q p p > Z a- u m z H L Il
WOO l7 O U w w p a w w Q w 9 S piii
Q LL ', �~ O ¢ ~ P Q O Ix- w O Q vi In x Y a a ~ Q Ci a )
u '' m $ o u" G `n In w v`ni > O in > w z v.' C7 >O Z p v1 vl j z w O F- ug Q. M
o � a � Fo ,-,2 I:'
LL � a � zoa w � z � J oa cJgga < w m z `IJx
ti Z ¢ a O ¢ u x g O W O Y �' g F F- r u u 0 CO CO
O 4 Z 3 o N N
�, ti Q a o z ~ a g w _ U m 1- z LL - O Q Or 3 D D F- w I- ~ 2 O c%) r> >
G N v~i v~i X Z D Z < 2 0 m ro g Q i s z V
*1 Ou s 7 c=n OU 0 ON o Z
u
0
v ra w m
N N = N g
U LL o
0 `o
0
U O W O W O o al
w J Z ch 0 W 0 CC MD U - z ) oCO
6
0 Z_ Z_ 0 O v to
0 ¢ � o I- zUtn ❑w u) c0 Q a 0 >. Y0 Z f E
-„,cm❑ ~ W W 2 d U — Z w J 0 z ¢ W N z
cc a 0 ► .4. n_ � WX cc -' F- a d 00 511J 2 � o d
F=- ( Z Q = Z w LL O W Q ❑ ¢ d Q Q wU ¢ >- 2 Z d N
Z F- ~ O Q U U F- 0 C Q 0 F- ❑
zo
� � mQLLI C9 QU � � w az IQ < U) w zO Z �
Z (L O- Pm Z Q c-c- cc z ❑ 0 = W LL ¢ 2 J < I= 23
❑ Dz o � 2 ❑ = ►- (~j ¢ CI_w } ❑w cc ~ cc
QO LL LL 0 > 2U 00 Lo
OZE = C< ❑ pUwceO U ❑ w 00 g OLL �
0 Z F- J w w
w , W gQ 0 wgzw O
0 0 w > (n I- LL
o W z ❑ co o tt W x 2 Oa_ ? _ - ~ LL ❑ o m uJ
¢ l- W CC W- w cc Z ❑ a. a' ❑ W Z U) LL J W J W J o U J 0
z ¢ o C7 _ F- = W w W m < Ip - 0 0 = m ¢ c _ _ `�
❑ W N < c7'30 LT- ' 62i W W fx J m W w O X co ° Z v r
1- Z U } 0 v ¢ (n F- co
❑ Z wxOO _, > ¢ U u F- = Z w
Z °° W - ~ J co m w ~ ❑ mow d J Z W m W O m I
UOI= � QO J O ❑ ❑ ¢ ❑ (n S o C9} QW J CL w U < 06
a. m = 020 ¢ zW uj uj ((T) < S ¢ Z ~ OLL ZCJ � Z � � w < F- s Sw EM 1)
00 � � ¢ � ¢ a.
> � ° I- Z > w ui¢ m mow � ¢ wri � w ~ W � ? a° o
mW 0o wwF CO QJQww00 m m0 W v �i � ar~ni po QZ z = Z WW
J WU 2p ❑ I U ❑ gw F- p = F- IX UOz � F- zo V = WIT. pw O ❑ o
J = W O > W F- u) ‹ ..,-II-- 3 <
W U) COO Z ›- w Q F- F., F- O (n m
11— (9 w ❑ ❑ 2 z IXI,LI I U w 2 — m J O m 2H cf cn ¢ ¢ J x .. a
WOE °' w ¢ L. wpI— ° O ¢ HLu Q Qm -' ¢ Uw UO . > W Oz zu a, N
Z m F- w n< o z F- w O W Q o J cD ¢ (7 Z Q J O o ❑ - -t
z Q ❑ w i_ 2 2 „ ¢ 2F. >- _m w FS- ce Q 0 M (40_
Or Q a] z ¢ W U U 0 Q 0 0
W (n Z U w 0 w F- LL < O • OH Y c co O w cf w w S W m Za
2 Z ¢ Q (nm F- o Z p I F- LL Z 0 Q@w = g W > F- z
O ❑ p J ip_ ¢ W ❑ LLO O (n Z W W < we ❑ F- F- F-. W S ¢ O W (.7 ❑
00 U 0 J< < 0 1 Z o0 - - cc W 0 w H L Z v u_ pU 0 O~ -IO w Z 0 O J ❑
_ J W W Y > LL W ¢ a F- ¢ U
w V o � z � W 0 • > (.6m5 > � (n � � � < D U W 0 a w O w ❑ 0 Y Cr 15
Z d (LLn oz- Oz Q LU
U WI-Q ¢ w 00 CC (n J = 0 w F¢- m w Q 0 2 W Q w Q Q n
< U) Z F' ¢ UO (nz _JO WZ ILO = = w 0 ❑ � J ❑ (� W � LL F- IX � w c c
Q JO cLC = S LL < Q (XOz ~ mm ZLLz C° (n I— OLLw CCZF- = � O= CO Jw U
� UQ °' F— F— Ow mOLL ¢ 2 J ¢ g ❑ < _ i- z . z Ou) } z ¢ m
w 2 ° .-J w 0 m UJ a u) ¢ ❑W W S Z F— F— O LL S ❑ —10 O J ❑ J J 0 (n F— Q O 2 CO co cc N 'O
¢ 5LL = UUz z ¢ OJ ❑ QS � ¢ mwS 0 (n F- = F- 2UW pQ � Z � O z >
Ww cnwwO OCR F_ Q > F- �2 CAS LLa ~ w < < < a. 0 (n 5 oz ow 0z
JF- w IXU F_ H � (n Qcc0U1W Z � 0Om H w X 0 ¢ J F_ W ( gp LLO OJY
J ❑ O Q < O W (/) 3z Uw Ho I 2 LL W I= (n ❑ ¢ — cf
U Q LL' ow
Q LL 5w
Z (9 m IX ¢ O J W -§ ¢ (n 0 0 Q o0_Q 03 ,w ZZ = ..,O Luz z c
to W F- Y O Z J O w O z ¢ m d = ¢ = I- ( I Y z O i_ w z O O w , 2
Z Z F— ❑ (n O ¢ Q U ❑ J S. J LL J W W _1W OW J (J) Z 0 — I rc� Qo°'
J ¢ ¢ Z = Z WW w ¢ Q O w w w >• ¢ S w C = H < W < w z w IX w m ~ � 2114
< mu) 001- 00 WO H -Jaiwl=- I-- 2 ¢ WO OLL > w � ¢ IS- (/=) i0 oa F- OO ay° �
YN Og
O��>WV
;.a�z
�- wr'
('l cn r in CO r c0 o O .-- N H 9 6aa
o 0 0 0 0 0 0 0 0 0 0 Z a' N
D
O
U
U 0 U 0>- z 0 W w } ❑ W F- cc Z (p W u) >- >- LL } W J J CC Z W } IX a
W Q❑ 2 O OO i ¢ O >> m wOml- < F• a W 1- Og CsiN F- - w < � ¢ F- 2 0 0 ❑ u) Q Z �! �`Z�
DZ wx ❑ W LL LL 2J F- C) Uw Q ¢ Z J 0 LL H >- O0- ,t (n m W m •Lc ,
w ¢ a W 00 w ¢ < z mw > z O O 0 2v) mzm WO Ooo
Cl- ¢ Z p w CC IY LL < O I W ) F- U O ❑ 0 cc w 1z ❑ I— S I- w f�
uj O � ≥ � w ❑ 0z F. W a 0 oz ,_,-- Z (n = LOw
¢ Q z � w Q W m z m 0 ❑ m � O W o Q co = Q = V O z z 0 (n 0 H R H
az0 < � _ ~ � , 2 � } (nu) wOm pm � D F- LuoOW W ~ w u.
a
Ow ❑ (lI � w = W � Z � z = � ~ z < cn ¢ zmz ~ am2 = O (nmz
0 < zH ZO wO U) Q ❑ O2 ( F' oa U W F-WZ Z H (no o (3 Z z w = O
pCr �wHww � z 0 F- } aa U � (n } � ~ i zww (n § O JQazO 0 Z � w❑ U
OQm w wZ ¢ > F = � � wS � z F- i _
mcow n 2g ww . Zw Oa2LLLLOJO � Hw ❑ 4UZ 0OU o Q ❑ WI N
� QZ H LL g ❑ Q m 11 ❑ C7 ¢ SF- w (nO � = (o
2Q IXm __I F— ZW QIXO JZ JUOZI-
-i _ < = O � Z � 1- W Z � U ❑ ZOZ E
F— O LLZI W 0 ¢ U Z W ♦— Q co ¢ ¢ 0 J O W E 0
J Q Z coO > o Z WE
H w 0 >- ❑ w J wz Qm wD W ❑ W w (oz Hy ❑ ¢ w U
LLo � ¢ 0 z wcc J zowDomLL Q J S w O < OOwOOO= z 0 < 00
N Z W Q > J ¢ (/) ❑ a W ¢ F- S J F- Q Z W V Q Q =O (�
wO ❑ � 0 z dJc=n � � > w � ZIX Z Hci zLLH- = w r-- wpw >- S g
o U H '4- ❑ I
o LUO w � } p C7 = Y WLL, a � FS- ¢ o OH o } � = 2F ° Xw (Wn W ¢ ¢ �
I'l < z < > LL LL Z (n O J - ct J I Z 2 Q ¢ O ~ 0 0 0 W O Z UU z_ O m o wCt E
cc J O F- Ow (n p J ¢ _i O 0 z E O m02 cf w — Z (n I Y W F- O Fes-- Z W OM Cr O
OF- OQ n- ¢ zQ XF- (n HW Qw z — = Q F- Z Z 2 ? HO w l- XF- = 2 < ¢ w O
z ¢ H o 0 Q MY w O u - OF}- w O ¢ ¢ O o 1 Z Z m Q 0 0 H ? ¢ z I--
Oa- 0w o)
a w u) OI- I_ O O
Ow = ❑ Om } O } OpLL O toZm n ! L(J)JIL*IL$
u) ¢ W
z ❑ w z U 0 i._ 0 w p z Z O ru O w _H (Qn ❑ z H W O ❑ w > IXmOm� W Q (n J > 00w ULLU z — 22w w = ¢ z0
WmpZQ . w COz wOPS Q o2W ¢ Q J = p F- F- O (nQUW � (jF- 0 � JZW m
❑ O I- S () w o_ Y W 0 F- ❑ J O J z W LL U F- ¢ S w 0= g F- W S m
J U ¢ z F- z CI- F- Om = O z 0 z } w m 0 o S d J LL 0 _ (n w J U w o ¢ J -• F- ❑
¢ w 0 LL O Q U ¢ ~ CC H. ¢ Z m F- �- F m LL ❑ ce W X U O W m ?
IOO1: O 0 LL D I (~j) Q >- p 0- O I- 2 F' p z w ¢ Z F- a (n w Z = (n LL ( w m
o ❑ 0 2 m w 2F- ❑ m z F- w = w w O w p ❑ = W z -1 > z _ g m J z O > -- O >- Q 0
w U m ON W Z pU (1) F- O O O ❑ 0 Z F- zltiz -10i ° 0 Q U c J au)" } > W O LL J S O ~ = fn LL W C()
Jq
z Z > w 0 U O ¢ J LL 0 Y ¢ w cc LL Q. F- p W C.) CO O w LL O 2 J C7 ¢
gz ¢ -, Q > OH c OHO ? mHww � ccLLO puziI (¢o Oo 20w = w ¢ CLQ U W Zzz
DQ -, Z Sz azF- � ZO ❑ JCO —00OCCZ � CLmW ZLL � wHZx Wow 0 mO .r
X ¢ o ❑ w � 0 � � HO mpU � m3 = a F- = JOJU wR' J � OQSZO W .. __I 1-1w i
O w (n ❑ it w w ❑ w ❑ Uw ¢ I ❑
O W U J F- J W F- W
0IYQ 2 = ¢ Z O p ❑ W z ❑ O' _ z m 0 w = Q = z = _ _ - wO 0 CL 0 w = ❑ c e W
❑ UO ❑ a m OOLL — zH 0z w ~ w H () — w O ccUW wLL w0 � = O } U F- F- F- (n ¢ � OO .2 ? E
6 ¢ d to Z 2 p U w O CL p } W O p = p ~ z z O o IX H I I P O Z W ~ a Q o O= 0 2 0 0 = w (o N
w u) m Z x F- ¢ S O (n U m = U U ~ w O 0 a. T Z F o F- w I- F- O ¢ m ¢ Z ❑ Z F=.. Z Z F Z O ≥ E iii N
O ¢ � aZ U � ~ zz } F- m Q F- ZO >- w O CO O W V ❑ ¢ 0 < 00 — C.) J Qtn � Q o � - �I o
Z W - w I_ J } J m C� R wOOO P < F W C E EE a w
aFw- V UQO ZO mw > z ¢ ❑ 7JQ^' Ow � wQm = Q z ~ z (n Zz Zmm < wwzZ -1 mzI ~ ai °) a
I zS O Z E Ow E = m 2 O ❑w (n w U Q O 0 J J Z Q O Z O z 0 —Y O D _ F- (/) - J LL J (/) O J w m ci
J U W Q W U) 00_ >- I- w - I ¢ ¢ W O W Q W W W ~ ~ Z Z J ¢ W = z W Q S LL U 3
w J w LL H } S LL z2< = S ❑ W _J S S IX X S J S > T D S O O O LL 2 Z < O S F- F- W D N N 3 u)
(9 QF- (n (nm HO Ho_ _ ¢ _ Um F- Q dLLw (nHw HdF- O F S F- ❑ ❑ OOO (nH I UHQOCt E cr)7 m a 8
o 2
cp V r!. r!. 0 3 >
C-9 0 0 U' 0 U' 0 U` O' 0 a o E i
z
m a
Q m a> o
LL
a , a o
0
m N YS
0 0 .2
a) o
10
0
U to
Zce
E
U m
a) z
'o v
al
•O Cu HI HIi4-'H 0 O H aJ
+' -H m •riH a VI 4-,
U •d C 3 m 7 aJ•.•I
L H al VI H m +' JQQ Z
0CVI a/ a) LL Og i-
. O
�' ++ LO 4.J VI +'+m .OO' m E H W'' I
O •ri U H W C i +' I T W .,C H COODE CO. t3W D' ~ I o
Z I- C'7
•.C-I Ida r-I i' N O 137J H N X X_ X
+' . X X (/�'� U)
co
•1"( i-1 L VI N r.C-C U
H �( W
.1.4 O0 O W 4-•• U W
C 4-, 0. 700 T LI CCO
m V) L• i-1 LO-' E H l~/1
Q 9- C•� �V-I N HI
0 OU L U X X X X x X X X X X x x X a. a° a°
•rl•ri C 4-, }' CO -H 1. fa
C ws- to.O +'to 9 +'HI to to c N CC L C U Z J J
O C VI 7 Q., > •ri I-1 m O m O
al 03
.� O •ri C H L ar L C -' 5-
7 IH• W 2
�"J ... E O1.1 val as a -0 CO R 0. liml
.n
3 O 0.0 C- 4- LI O • U-orH-1 0 H HH J
� C 11.7
L. ..o •C O H ++ g 'n ¢ U i c to
?3 H V o> 4-' a VI H 7 LL U 4 X X X X X X X X N a1 N
C 4 £ V1O ❑ U)
.1 L -C1 m m ¢ H VI • 44
0 0. aJ al 7 • V 0 L L O aJ +' O a)
U v1 H•r1 OY W i m C- 0. C C al +'
a}' V L al +' in H ill•H
VI
•-1 O -rHH > H +' •H U 0 C CU C HI C7
vt L •H m al L m U •H 1@
L C O L. U.. ++ o +° i 00) VII a 0 VI '0
17
•ri 0 4- m • c c U L N CZ Ci vl �O�
LL LI al al i }I a L 4) 7-H OM 3 C m r
OD C H.C 3 O 4-1 vl C +'4- m a ut 0
VI •C O .O 1- VI a_s C L ,� O 000 a 'E al O
LAIn VI r-I U O 3 C c •r-4 O m CO 4—,
cO 4i
O C • rI aJ LL O O al •.i C C
0 H L O c U U to t al V V•H Y-. .0 VI
rl w a O al +'-C CD +'O C C C 0 O
4"' O - V1 4-n al 4-1 VI aJ m aJ L O O O 'y "O
C L C- aJ 4-' O .3 C L 4-1+' L 41 +' i' \ 4' 0 y a7
O L m L •N•H T k m-r1 C m 4-0 V L C EC). VI V a/.0 CO E Vl CU E to C LL J C C C C C C C C C c 7 C 7 C C C C Q 0 .1 Q
H L LA O al aJ V, U a W C O O E E 0) a� O O O L L ppll L O O 0 0
4- •rI E E E C •.I •ri •.i +' Y E +' .r.1 •r1 -H •rl Z 2
}' 4- C U al m m N C L U H 'p pp
C E VI H C }' L H E al 0 CO }' E CO VI O.5 OL N N '0 a/ d 0 0 L o o tea/ C e
o 0 0 L •ri CO•ri a U HI m E N F--
Q! O C 7 4- 8-0 al •ri 4-, V, E-r•1 al U U w VI VI to VI V1 w w w V V VI V w w w w
E 4- -H •O +' O v1 C0 4-' +' m a t •Ht E •HU m e•.i v }+ H O N }+ }+ +' H
Ii
41) N U > m VI 4-, m VI m C al +' C V a)
a 4 -H +' +' C T C- 4-) T m aJ •H C L v 2 w co
'0 C U m4- v a N l E 4- N t L o o c
fa H 0. c O d 4-'•H N N 0 3 a -H i.' }' i' m }I 2 O r'-`7'r...
i •H v 0. 7 4) • }'H x C VI c C U C VI L C F- o0)
Ca (5 3 to H a I� VI C 0. •• O m OO (- a al aJ a O +' +' E HJ XI—c0 M "77
C VI N U m H N m al E a.0 c N E E +' O •H 7 C m +'
Z N -c C O-o 'i al E H OD C •.-I > -r1 'H O •r1 4-, O w CU a) a' a W V''1O ul m
L ¢ i•' m H a•r1 cc +' N •
N v O -H H O O VI aJ '0 a U al �VI C +' C L OHX°0��
L O CU al al CD H O m ≥ al Y 4-' L m 4' "- DC VI VI al 4, fq 0 VI m O u3to OOnp
a) .3 4-' +'H m al•ri C CO3 '0 U U U L E in al 0 C C }' }' O 3 'O -H DC H 4- p^
,}J U m m i' V) -H � }' O aJ 7 VI 7 -0 L E U —J >,••-1 4,-H C 0 L al +' C T CO C cr .
10 10.C C- a) +' a) a) m C LOCO al i s CU Nu V -H L OC •.i O>.uj
ra L 00 OD+' a) C 3 N C al CU 4-' 73 U +' m O a) C ma) al m E a 4-, -rl 7 L m c 0. C al } O •
3 +' •r1 -H L a)H VI 33 }I Vl •H V, 7 -H U- O L CO C CO Y }I aNl H L Ol L -.{ m0 a 37-0-JZ..
E c V1 V1 al•D {-) m O VI m L al C O. LE -C Y •H O-. m\ C 4, a/ L •H 4-' 4-' O VI IS .r.1 L W O
I.— ILIO 0 0 +01 L'm 0 > V71 IL/I m a 0 iL-' V E N r~
-I E N L .Hi L Eta S- ILaa E C -, CC +J O i 2 •a C +L' m CC a LL
0-„J N m w V VI Lu H H a H W H O V v1 V 0 H V ce w H 0 D ❑ (7
tillIL-• • •4 co v o
O
.4 O
p
P
a + 0 H
J I 4
V C V H
t/1 Ql L 6.-,)-
al W z
}0-a111 ri
Luc
L N +E' C `` O',
rm-I +'J L C L m Fl v ��yU
a u H 3 U EE C • m
al al 4c°4
m C • O 1-1 •
VI a L m N IIi~.
cu'.
L -ri •ri m H a L L al aJ EqL
. 1:4
—I aii O im' C E aii C 3 C C 4- N
rte-( a L. 4,1
Ir' 3 .. N Cu)
cl) U E m +' al
7 U L H 4' +' O m pp L C OD
4- D al H m T 4- m 4-' 4- C- c1) 4134•0
O 3 H 0 C VI L4- > +' L a
+1 C C J a OD +p' v a) + .C VI +•I O r71 +' �3
T > m vt O vl
•.CI E 3 H OE CIO H V1 ui
H m U al •ri > -H O a 3 +' L co.-0 0-J o
C a •rle
+' -H x L •r1 al -H C_ t
CO .4-' al N v U O OD pL N 0 0-•H +L.-' H .c
O m •.>1 O a) a a)
CL-Hi •-' Cr•3 OD • I-C4
-- 4CO -H10 >
al in
-Ha)
C-I-0co) Ua) 0
'0
co
a I C •O 'H U VI O 7 3 al L LLL L L H m O i•' -H -H >- Z C C 7 i-' i-1 CO L -H
O a/ i-I C VI O a/ al L al O 0-J 0DH C O 7 T m 7 VI H V U H .C
i +' -r•1 CJ U m H VI _c";.
C U •• 00 L +' i-1 Pt-1OC1
•' O 'O C O'(O • •. ' (/� o H 7 7 +' O 3
O .i +' Vl 7 C H C VI C 0-J IOV, mVIaCOCJEVIVICmU-HLLV1CJLL4- L •n'Ou7 .. .. }' H > 111:28:1:
3 rimnOLal +' •• w CLL +' +' 3 •o•>•.•I alCa4)'HvV1C CCJ L C CV, +' 00m • L ri•N0-CLIt..
Ual-HalVIal--:
+Im +' .. 3131
C +m' o' IC ..DOa U m mCVIC -l' mNONal - Om UmU0-JVIAE-HUV, CHLCHCHEOL•HV, .0O-H -Hm +' alU • mVal +' CL +' L00NL > Em +' mCv1l7¢HOm U� +' 0-Ja113°1.
HLU'0' D7UULVal +' LIL O7C7L0DHal'HHaUO ¢ ZC0J .r{
-'�"i mM0O70-JHLmalOL4- al -HOOOmLHa+' Em ' CHLLaELL +' 4-4- alHH7 +' HmC }I +..
VIUViCm •.-IUHHaa'MCC'.
OCtF4- +' tma) } oOOV r IOOcm4-HOm UVL3Nm HC COi� V,VrmiVI•I� O .C +' C ri O a to•H 3 H O a 2 3 7 aJ +' aJ u. U +' -
L 4- V •ri O O m m 4- Ut H L t O C•ri VI .c m 00 c c +' •,-Ium��}} CC IVI -<oric! c
CVtNUa/ dOH +' ut00mVt CalC +'HCHD'H +' LC4rmEmV }I7alOOOmviwV •ri riLLmCC4- aJ +' H7 VI Hm•riEH /0dvLi •r.2u
•riVMC
(nDi-' C mmCiCrimr6 •.i +' E7 a O C m a C C +' al L 7 +' ¢ VI +' {•'•ri C 1OC.
O al• v2In HH m i-1 4C 7 i-' •.i O Z Vl D m (0oU :d ci H 2ofE 3 +' H �0 }I C H N U v H L E E 't3'p cv •n a al m m a, vt 0-r HmaJ •ri v1 g v, o ff LL,, o O a tO
OmOOL +' }I L •rl +' H UUH > C VQ Q J J VI G7H L L i U O O U X O O O al • • H • C C+' Oaal ¢ HH ¢ waaHaHNM ¢ HNw t-•I N M Q) OV LL ' In4-1 ,i Hmis•oV •I-I L < m U OW U C c 'E 'C :in:
Vt ¢ ¢ m U D W LL (.7 (14 a ,�
i � N LL
M L N
Q M co
—
E m 05
O N 0-p
U <-4, co >
ti ai
Z >
p1
O !E a+ a
o c cn
d
U _I 1+- 0 m
a) o
O
O
SC
Z .0
E
U z
a) _
O d
L N
L
I r � Cre
�C 0..
U T C C 0 0.
00 .-i Ca ID 4-J 4-' E
C N 7 3 C •ri
L D E 4. 0400 +, 0•ri L
0 HI C Or 'O•CCi V U C U U p
(0 HI (13 C 004 C L O 1-1 L N.r-I '1�'
-o 'L^ , 0.0�.--4-(-7 a Q L N U N W
aJ CU L 4, 0.0 !/1 CO •'1
C 4- 3 C L CU OUJ V L r~a LA
1.*: H m C I Cr) lijj y
O •ri VI CU 4- .C.n C E O. M M N N• N .~ • H 0 C CO .00
•ri Vp 4, L cc O O in m 44 0 +, U C,) 7
E '7 a) C 0.V1•ri C V V J
N (a D a/ 3 4-' E +,OD 0 `� H-H L V J Cl)
op C 3 0 c 4-, CJ •
V1 a r•��(
.rcj • N ` ./ H.
U W > •rCi N C O E L H • L
•rim m
SD C •CI) N CO Q HI COO OS U- O C 16 O
•
'•i > C 7 (0 O1 Y T LC)
I) Cl
CO•� NC .-• • E aJ N•rl e-• 0 C .C Z 'C C
Ct
V ^ ao ao
T +, .U. CV 4.- u E 3 V aJ L / {.l.. m CS
ON VI CLI CU J'CS VI •C •M > +, V H L , 03 C al QJ J J5
^ •H VI 01 C H }, C '-.4- N Ca
•> 0 C t o m m V 14M •,•r- m o tz L •�'C. +°, •V Y ..
y -.C-1 m•.�i m m .C..4- ~ Obi O t^ V1 T d u L. N (VO V.i
a +, 3 L N N C0 O of 3 >,
gi o CC •.•( ++ •H C 3 +, a
17/r O O N 2 V1 c c co Cut-H aJ c 0. CO J N +T, d •�•C 13-Cc m` --
u u (O C9 0 o m •r-( ar m.0 o 0. Z
H C H • -H •.l N V L aJ •r4 N 5 a L •H O E Lri 4, •rOi r-1 W
O VI V (0 co +, +, CU V i 0 +, '•'I r0 n CO L = L m aJ 4- 3 N N .C
L •r( al V m u U C N (0 (0 VI (0 H
+, 4, H N aJ a, o VI r-i U H V L 1~i > o.HO E O O to
C +, (0 0 CU Vf in •ri 1D vi N 0 CO •r1 N N +, 7 V
O (0 V U •ri C D D +, U•1•r-i H .G = m L VI T H J 0 aJ•N
U •C 0.U `- 0 J 7 U r-4 • C H III r0 w0 i-' w .C V U C
C +, 3 C In 'O (0 V Nit,f, L 7 U +, 4- OOD
+,V•H 0 Cl)U +, •F, 7 0. CU-44 VI i•, d LL •ri f0 O 0
p •r1 4- VI •.i •H VI L }, Vy 0
2 am..++ Ill S D 3 3 .C Q i-' (gE N CU C._ L Q CO N VI 0 C
L 0 aJ W > vi co L V u -r•1 •1 0 4-,J -0
.CC 4 V D-, C 17 m 7
O V D L c 3 i-, (CO N 3 (a CO al u ~ V (0 ?C �-.
CL 0 -H V V CS
is O0 H 0 -H L 3 L L U N -.C•1 C a
• L N trl-0tri `~ 3 C c
C- C H L/1 r-1 i, 0 C 0 0 C •r-I 0C (0 •3<40 O.T H rTI C 0 .9
+, •H (0•r1 H CO aJ 0 U U NO
•H -r>i N i ri N•r-4 aCJ C .r1 U u •-H L • E +, H C 0.•r1 0 '�
+, (0 f0 .2 ."I +, 0 V to .r, r0 'CO' N CD
C H Cl) N H +, (0 U 0 .O •H 4- aJ MO+, L L Q M 2• N izi
E y V7 J •H
EV O 3 +�, .H C .Ci Uru C V m .CI N 04
N Vi O H Q O 0
C (a ID CM C +, iCS +~, 0 2 cu a, (D 4—I VI 0 L't VaJ.cC ut N L C U) ..' c E Z >
Q -H H C VI (6 C U . D .0 C .H 7 aJ 00 L L VI 00 (A L V c-H 0 0
d al O N N 0 CO •H H J VI VI C = y aJ O L •-' U
I 3 L OD L C E C C •.i C +, H H r� •ri C 0 •-I E OD ba VI f6 VI (0 d4 aJ •ri +,
raj C +, ••i aJ 0•C Of H i-' N C L H H OJ f6 0 N +,V-H 3 (0 r�0 ((5 L.4-4 03 O L l7 OJ VI +, (0 C I-
V 1M 'Cl•3 0 V CO r-o aa) •ci.0 0 3 > C .C 0J c D C t0 L c (ca Z aJ CU �7 oD 0. (~o v � •Ui `� Z m
C C VI-C Y (0 L V H -H NL •C V W in C V7 O U U VI H •r••I CU H bA H 3 3 •r1 Y .c (vv.' CS L y •r 4 H H in
L L C H ( V ++ VI a/ CD S C C H 6L C t'D Ol +,•rI O H a V +, al O O
+, O O CO 2 7 C6 VI (O i-, C V (0 VI al (6 CO O L aJ HO H OI
C O L 3 C •r1 C\ CU C (0 U •ri .C H•r1 ,-1 (0 3•ri C L N N 4•, 0 Z V O Q CC I— IN
1A 4- 4-•- a) Q cc H L CO•}ir-,1, ++ H V1 0 = c in -O O. 4-, H E aJ 0 CS V .-I-1 CO 3 N C a Q H Q W(n(">,LtQ
0 D aJ 0 QS•rr-I SD CU CU CO +, C C +,N U 1= •ice-, QJ C Q) VI C SC L 3 U O V I— VI 0 Q CD Vl V aJ VI ri C L WCCn C0M
CN .i L 4- L V CD D N !LUJIA
Q VI L L •ri C U H L OJ 0 0 7 C +, Q U 4••( CU QJ V Q c (O •H a N HI Cl) VI L C •VI •H +, 01-X v,
V v + w ai u w U 0 v U v ri .,� a C C Y p a�i aii 3 a�i 3 o t_ 13 v r. o (n(n0d^o
+, J L i-, O f0 c- t E C 3 3 L 4'r in 'r4 •r-I �J E: TV L •.i L }, +, OD N aJ U•ri r-1 }, Y=mUC�p
-H 0 c O (n 4-, L a aJ aJ 0 • JO al +, V C fp aJ •-I OJ 0.4- 1n U aJ u C
C H L 0 4-' a VI L7 VI > H V r•i o z n 4) ri E E L L n -H +, (0 3 CU•.i Vii ID VOi Z•rci >. p'-O}1-j
'� .D VI L Q N •H HI u..-1
N aJ O N o,T-a WOa
L •r1 a U+, • • • • . • N • O. • v • -I-i 0 (5-H m.C L Cl) W=W
3 C z L•rl Q OO V O W W W 2 H HI C Q E < a) Q C < VI i-'H • 4-, d VI m U ZJ SCa
In 0 VI C Il CO a' I- m CD
a
1!1 z H oU Q ID N. 00 G1 O
U
W -L...._,2,
ECO
•rrl X X X X X `,� �
L
,
•rl i
7 0J D
•0 i, (0
C 4,
aj H VI
V
J
H
V C
c 0
>' et
td
E L L X X X X X X X X Law'
VI C LII a a
CU C U O
•ce i-, V
U
(O
L VI
0. C aJ > H• •
HI
p al 4-, 0.+, d al •.••I V t .N.•.
CD M
G U i-, +, E L E 0 • ...I 4, +, C +, OD C > -r1 M d
4-. t- L•> X X X E 4, 4O, N (0 CU C m U •3 Vt 40, vfi C O L.
O 3 -� E
O LL 4•H •rl 4, C +, 3 • (1) CO 0 •H � VI 0. (V N O
‘..J in +, H V V •H •H L CO i a - 0.C r0 • (O 0D 0- U LL
C U CU CU al VI H VI m I— U 0 aJ-H V L VI i-, O CO C
L ())H Ca U
C V ¢ +O•, CM•H CCS aJ L O. N aJ N (=a C C 4-, CU no to V O
•ri VI H •C as CSC O H V VI 4-, u L }, CU C co L X
V VI 41.141.1 •
+, C L V L •r1 7 04 N > O O
Cl)• Q1 N }, L OD al VI V•r1 ..i 0 H 4-, t_ 4-, 3 •root VI U a)
toil = O•H CU 7 Cll T( L •
ODD O V .C N 0) CUO 4@-, > C E +�, O C -
lc cc C
C N C1J L O Z (0 V C 4-, O VI V1 CU O L N 4-, Ile C
13 L • (O C- m }, 0 (0 +,D N C N L U 0 4, VI L •HC N - CO aJ 0. VI 4, C 7 U -H 0. +, VI•rl N
03 . 4-, v) aJ CO VI-C L 0 V VI C m 01 VI N OJ t al N
VI •ri aJ W L V U H 0 aJ CO (O V D 0.C O C U }, D
C aJ VI U L (0 C •.i •ri 0 4, N +,L L 01 •
I +,i-, CU }, 0 C O CO
o �D U •ri i, (0 V (0 D N a C +, }, +, H .C U W H 0
•rr O.•.i •ri C > H C +, N 3 £ y .i C C H OD} OD 4- L H
IA ut > O N C O VI •H N }, [D E 3 w CU • (0 C C T 0 10
O cu V 0 UI V 0 C Cl) iJJ E C000 .L H OD-1 (O i-, .C
V C i-, CU 41C 0 V H CU c aJ m VI VI > C OD E H VI
Cl) 0 HH C O U CO 0 c O E C 0 HQ N H CU N• ~L (a H II) E H
L pp VI C y U CO r1 7 U-ri (0 +, £ C 0 C H OJ t 0 O
L. O +, £ VI +, v aJ V U •r1 O L i-, 4, U C- -0 L •
,•2 }, L C•H C C C coin L C L s -H +, VI C VI +, VI 4- +,CO
C040,3000 .-1 N 0 L CU 4-, H C C i•, (U •r1 C EMS C m
Vt 4-H C C0 c0 c0 C0 C0 C0 C0 C0 0 U N -H -H -H H 01 al V aJ U }, D U 0 0 0 C V O L C O N
Ile CO U 4- VI +, +, +, r0.C OD C D U r0 n3 V1 aJ L U (0 U aJ CO V
.r.Cu 0 -H N N C O +.,
aJ J U U 'ci C Cl) 5 H D �c L Cl) 7 0 0 C-.0 H L 0
}, O }, 0/ L L L O C C •rl al > C U N 7 O CU +,H•N aJ +OD N•.i
✓ T g 2 2 2 2 2 2 2 2 2 •.i C E S +, +, H •H•r1 (0 D (0-rl -C VI U +, •.i H L 4-, VI C +, +,
CO VI J •rl +, VI VI L •r1 t 'p VI CU O to E w L•r1 al U
L H V W w w W W W W W W EE O O -@ O. COOO C E O L L .CU L E +, 0 V aJ E aJ 4, E CU
0. L (O U +, aJ N VI aJ•.i N C +,-H 4- VI -H VI c
1/1 LUCOVIUUU0400413 414V1034' •H 0- }, L LC- S VI C-'4F-r1 L D ti
0.0 N 4-, i).c (O H N N •ri O O T aJ 7X a J C
-.1 cCp pL y L C •N +' 3 E a 4-4-D VI a D aJ 0. VI O
4a LL7 C g O • • • • • O .-•� tts Hi
in N O. •N N ('1 ...=, E E
O OD of aJ al V OJ C aJ 0 04
C OD • • 0 GO iri vi'
llLI +, C al CI H H L V a/ > O +, 01 W U •
u• w- ( .C Ui
J -.i 7 al C +, •N ri (0 > C C 0
C V aJ C C OL 40 •H •.i N +, }, }, > Z
H OJ U aJ•ri C C \ 4- CO al CO VI U L 01 a) Z
V1 +, (0 C C •ri •H C •ri Y 4-, 0. CU aJ L C- _
2r •H a 4- OD= V V .U H H C CU•ri +q,ro 60 t_ 2 VI S CS
O £ J 0 CJ N 0.) 7 CO U •0H •0H H N+, L L ISO +,
u
ZH co NCH VI V1 £ H VI VIm ? N d d £ O
r+ Ln
Q +J M C
EN C,'
O C4 N m
U M Ch >
t0 N N
ti
a Z >
a,E O
0 a it
o S = Cr)0
at°i 11, = E2 Y,
U I° V- co Y
m
0
_U 'D v
O U
Z E
E
U L
4l
•-- 'di
,U
^L
LL u)
F-
N uJ
CO =
= (/) CO
U) r
W 0)
025 H
Lop
Z °' °'
Ct
Ora `�J J
[0 D
..
2
N
Cl)
/J N j)
C ..-1)
(j)Cn
N W 23
a) a, L
❑ ❑ U)
I
"D
a)
U
7
-4,CD C c
O 4
c�
(./) cr y
Q D C C
Z ir >
H
Z 00
W
�o
O,Om
1 H (N
u) aw�o,nv
U p�XOm�
w
Z
O uw. ut N U)WOON0
Z 3 Z o yimU�
cc O O L O O?w
Z
H U al°
U W
J InaLL
Z
d
Z W w mh.
O
u m m a+ v .1 o v,
JD w Q O O O O H O
w
O
a) r
v c H N ,'`ZI
a, .rl L C7 0 W -'.� zi,
10 c r Z Z w m h.
m
�
w .I
o Hi 0 C o N > -S'`
o n 0
+, 4- •H a)
a, o 0 u
- _o 0 •H lJ w
a) VI L L Z > w V iO d• VD
VD
.
•.1 H +.' v n
Hi ,ti C ❑ H U Ul V .Mi N-•1
Q cu a) a) a) 5.5.ia < O d 0 d
o. L L5.5.iE .0 C N Z
(a V, a +, -1
L
a) -, 0- 4- C
C1) 7 • O •.i J )„ H w
HI O 7
,-i C a, 10 +, ri, 7 = in
fa ,� L H 0 -0 I— U O D U ri .i _
�Hi L N fa CO V Z Z Q ),aj _
a) L 0 m H
W }, C N a) u O O 5 N
J-, O a) L C
C +, +, C +, •,i U
W W'O 0 .
'� vi E > +, •.C-I v, O Z LL CO O Cr) U)
a)C 0 V 2 w CO V1 M C
• V r-I fl_ 23
N W L N w z LO O _� u)
,I1 t CO -o - 0 O CC J CO G
7 LO ,-I I.
_HI•H L N U D W N - > E
C 13 N O L C •.1 ❑
)a 0 4, +, V) -H )6
W ❑ 2 Ct 0
00 (a a) v •,� 4) 0. Q z w U _ U
O Vi C Q• 3 •r.l •• 0
v, a, W w O O 0
C, (a • a) 4.r ra 0 J `" IQ, .- `i '~ X
00 •
O m ni C ..-4L ri co r-i wa' J w-D C 0 a3 I— m CC
-,--4 v1 VDu_ c
C • .-1 L M L
O v N CV O N O
+�-, 11 a) •-1 C u ,a in O 4)
•i , 4- o 0. IM = _
I n + (n
-o N •.1•,i a) Z U t �D CO VD
$ [C
C Y 1.) Q) C L a) L O Z Z
oV C9 fa al V Q) _0 N L7 N M l',- LO
H +-, vl C a) 4", H 75 0 .
a1 ,"ri \
.,i > -•L N 3 N -a w
o v Ln a+',,—ui o ,H—I E v) a01,
--M c E +H, dJ r L vi a) o CC J H H H
V 0 CC CC CC
..O ,I 73 u V 4..) c O -,
C CO C•H Q Vi
u) N _
•.i C) fa`F V C a) .
C }, C •ri C a) V
C O• L 0 V CU r4 -1--, C QQ M
d (a
O . C Y
RSa •�C, E C v v M
M ul
C 1 ,-, • to V •H C Y I 00 00 C) ❑ c
V M O > LL , 0 a >•H L ry c~I r~i .-i Z ,n VI w
cc rts al Q Q C
in 3 v N_C , ma 3 O H ,Hil .Hil v~i cn v''`� H Q O O O E E
L O .H•H .N rl • • H N O O O cc
'a u, N a, p Z i-
0 CO ,m
ul (6 VI HI S L LL .--1 r4 Q H H H Q > a a
R
pp
O O 0a 00 w 7 H H , L.,., w n N
CO v L < S.
.~ as C p
d i Q Z Z
NHHHL° a) O)
6) H vl vl In
r-1 c-1 J LL
Z L N
CD 13
7 cn
Q C7 cn
E ( CO
O N N 'OD-
!, no" >
V Xi
E a,
I.aj -E.,
Z
O a I LL
rn
o ! n
a
o
N7.8 - I0 U
U J w ❑ 72
I � a • : ♦• 73O
. TU.- __ �� el
to
:. Is 4.
i f, I
X p U
kfr ; I
_ ••• O {r• ,, Z O/��
15
ik j . ' � 11 '� ;t' m J W W W L r
it
r :1[y v J J Z cn
Z U-
h • 4 • r T `_ O 0 Q
a _ i. X X J Q
Z Z J
•lt wI Z O O W w w p
3
--it.r U U U Z
'' W W
O O W Lub_Z ZLug w �—ELIJ cn
W W cn cnre in Cl) 0 III ' I1
;�� I•
z
.� ,
.� �':1 r M \ Oa Q
° Y I x \ L�')
im)
a� m• :' d d
. a O 2 co ozs
J J•♦ ' j S Z . .
II
a.• O O 4 VJ U
h + + yr
00
r
r r O •w*
�♦ ` 2F- Wg cnZ� is .. y �Z o 0 U)
Z
1- o ww OLL� �� �wza
• T-
r ' NJ II p� OOpJ� , • �2
• �r+i� + n= ®W NCA= s O� W
* �WH �� �WF- °c
na. •r` �Z��
•
It QQZ OQ QQZ � tn�ilk I , v~ia� o= aiaJ zoo
W '_ Nli. Vi Q ooh c
lir. - ,
van U
„inelms
Zcr >°
%ler
lebt .
na W-
Z U)
�� 2 Loop
O
XI- c-N
♦ . QWOD°.) cD
t -IL, - a W�cc p�V
z ,, WXN-wcno
II
i
it
♦ W •fit
a?IP ig : \
s ,di+• 1 O111
� . _ •---
W W
41.
. .) -
, 1
is i �S �S is jS _ ?.4 40I
m
D 0-
__ '"� - U
! 4.: IllIk
I SS b�M
I
i -- O
y- 1 J
.:, • • o _ �� O O O C � = 4u1
O O � .] O O O
C _ a
O ti O . _ ¢ + ` - r + + + �.
CO i< e Ns.
In �' CO
CD r- r ,' \ .c-- r
r- i.., r c- r- 0 \
0 OO r— O
00
O
' / OD N-
Cfl Le
-
U�� OO
x� ? To
?0w >,,, � / N.
_ iv
liQ� , r •
cu —1
—cr—
44.74 , .... •
Z C7
O J.` 0
cn
LLCD wOU S 4,i. • 00.1.01
0)
_O a�� 0 iii
QpQ QO opM E
__J : 111 :
aww II E
O
= oZ�
(n O
�' \ • z + N <oz X
00+ cnwJ
IIl'r � w�o ��w
\\ Q J cn w Jai
1 r J O CO
aC o, 4 ' i
t II 0Uco
litii
_r
It OOf-
1i• ►!7WO
o
r �.� f�WJ
$
41)
O U` C
Z C
, . !ie.., 4$ ItC A '
O w
�`� [ }'11)11. 00
xC� X X<
O E 17)
�;
.4e4G �.�tcr2a w O JQ
(1. \- w :, CC 2 Id]— if; in
aM y
o
Mj *r�'• � W� OwQ Q (D f6 w
c o
`!"+ ; �w op w
03Z,(9 N co
4 ` a1 ;Pie } oz Q•
5-O
O o= C0
aQ oco
wi_ ail__w —
N N .03
sem t %tr. ! i. , , .
z "_ ' I
t U op r> >
is:. p! \ j a q
. )
-Att4 CI
ai D (DE ki
• c J 0 f
N
uollena13 0
o o o O O 1O °
M N r O 0
I `OO .OO +171 VIS 1N1l H0l dW o Z£'PLLt=doJJt o U ,�
`r Z I 69'tilL17=x3 r Z m .n
11 ,,r. , , , It:t ..., E
o (dA ) i L x . , ' • !I1' W Z Q I I I I I I , I I 1N (..)
o Z
I ..'Z - ' I I I I I I I I I I I dot .O
•-I 0 o i o 9l'tilLb= d ai
II (d I .0 8Z , I— Q Z i 1 I , I I I ; 0 I 9S'bIL17=x3 11 cLn
I W Z U 1 I I ,
2 Er _ d 8014LL4='13 I
~ x D O D I I °CLb n .° 8£ 9Z+£L=1dn I - _
4i W o O I I I I cctl r • II ID, ' I I £044LLb= 13 I o
�' 13+00 J = Cn U H Ot I— 0 tT�-- 'I ; il o o E 86.80+£L=Idn ZO'blLb=do%d o
V Jca_ DU) co } (n Z0'blLb=Lb-='13 i
bb'blL1=x3 co
Sk' vl W I - Q Z Z H W I I > co 8$'ls+Zl=�dn 1 . I—
N Q O �` IUJ
WpI— (n w (.) mI- in
zN
HQ = CCO (n = — J I
I66t I.LV=dald
lb'blLb=x3 f=n �,
Q p I— j 0 (� O H Z Q I o , , ! , 1 O v/
., (1) mccUr I— W O H I o ii I ! ' I I N W
3} x J 0 0 O 0- Q I I I 1 1 1 1 I I O EC
* ' 12+00 I Q O a IY z Z co z o U) 1�6tI4ii=doJd o < J a-i
+ WI 1 1 _1-1_ _ s
x z � H Q > Q O W W I 1 1 1 1 , 1�£'�+L2ti=X3 � W L m
' i L1.1
O w H W 0 c 46'£LL4='13 I Z
Q O O J Z LLf � 0 66"LL+LI=Idn W n/
a- W — — 7 O I 96'£I.Lb=dad LL
g. x ix W W O Q = W lil O I 6£•bLLb=x3 0 m
Q = Zg � 1.1-1
d' I < 0 r
a CO (n I— LL_ LL Q z Z Y I - )s. z N cma
1 + 0 = 00 (YH C o 00 Ia 00'tilLti=dodo C t
1_1. 00 I Q UO0o_ � WU• J Hj I � ' HIPI•Zv=x3r coz 2 CO . .
111
. is,, I Y - Opp � m � Q U
O ° zOI-- ZJ = � � I Q 16
J W J
t '. . h Q z W Q O W W Q (/) I b0'tilLti=dad a1 T6 ai
°� O � >- � W w = � � (/� O 0tI.L4='13 I 9ti'tilLti=x3 a .c
} I CO alI_ CI) < 01 /) ZQ ZIY LOIB£+OL=Idn 1 I I o o cn
I— NIF 0 11 I ■ 1 O Q = H a. w OU CY co U 0- I I I • I
Q + z2O ° � ZZ = - -IIQ� X W I � OVfl.LP=doad0
O 10 00 I tYQoQp0 —JQ o = io I I ii . Z9'blL17=x3o
u I O O0 < I- }- F- Qm I_ � Zco
I I
O � ZZW - UOC� Lid I I I I I ,
W Z O Q Z CC W W O N r, n 9L blL4="13 I doa U
�' n ' J I— = W Ill — Di— m I—' _ .� SS+s=1dn I6'tiLL17= d ,
U W Q Cn i- _ IY O (Y I— W J O U r� o n D 1 .8L'blL4='13 1 t 69'tilLti=x3 a.
p u) — Cn J J I— D 11 M g o E I £L.6£+6=Idn I c c
aIOW I HOWOJUZD ° pW < 'tnlY Liur °'vu'i .bZ'4LL4=-13 I o
O WIZW mWpQWJ2O 1 (I ♦— > un Z6 £Z+6=3dnI U ° a�
CL 9+00 W = W Q -3OO0- Jpo mW 1n I ' ££'tillti=doldo cn m
a x U) pl- 0F- O � ..r..< Q Urn I—r_.‘ g 1 1 1 1 1 ' Q o a) o
b'L'�LLb=X3 c:
w rQNU) W � � cY) (J) d- u7QOUEP 19 z >
LL ccri �i co a 96S9+8=1dn 1 • 05'blLb=doid
O r t, r H I - I -i t -•• 4a7 I -I -, -I H
f� , 'n i o `j m .SS"4LL4=-13 1 LLI Z6'tilLti=x3 Z co
CL ‘cr "� t II E 80'6£+9=Idn w Lo
tn fv) .99'4LL17='13 m N NI"
CD Z W 8+00 O tf- - - 0L'£L+8=3dn r> v-
o 1n I IC7 95'17lL17=doId o aw��C°v
c:,in
w x t• �m co 2 I I I� L6'blLb'=x3 co OHXoor�o
(O W •• , ` wZZ I I 1� cq�Opoo
X a � •• , ZQp I I p w Y=°°Vain
o
in ar _oO owl W I 7-
I c1 Q LS'blL17=dad >- O��> w
awz
U� ZOow I U 86'tiLLti=x3 U� w�Q
\e:..
w�oWw � OIO mz m �a
P :� - oo �� QQ �� o I AX U i 3
1 zU O � O � o Z I 8S'tilLti=do�d o O
o � p �OZ ^ 1>l
00'SLLb=x3 r�
"' OD
w (3-.K
7 Y caw X SZ'Z6+9=Idn I I I I U
WZ g w I 1 1 1 1 1 1 I
trp3 r • L �..- �. H Q w -
N1� yr' Jw po2 � I I I I I 199'blLb=dad
4' -�'"` _ -I(� m } w -----------_______J I --I _I I - 1 1.
3
W ' ,.�� ' • rU Nw = I i I I I , I SO'S6Lb=x3
W
Z ` • 1►'� - Q 0 cr I i I I -r te
•t w I
Q w ' UWO I- -
CC �r 6+00 I U •▪ ! m LL o 19 9L'blLb=doJd o p„-' '_
Z N Q I 5L'SLL17=x3 ct
w ti `
H LL5 Ir. . . . " i
.4“ CC
Q w •a Z _ Z I
w 98'ti l L17=dad
CL F- x ,L6 J 4 ti zz x ,L8'4L14='13 I LZ'SlLb=x3
d Z J I ' _ x `- z 0L"Z4+S=Idn I
I- H. � w •� d _t ' xw I
CD ,iii _
0 O X a 5+00 Q O W c� i W oo I 86'blLb=doll H o v;
W 0 in E . , I I_ • Z ., = ? -I w i o Ob'S I-Lb=x3 Ls-)
.m
I w 1 W ce � �oo
Li , I 0 (3 LLLLx ¢ a I
tl0W W
O y •.``f irt .' .' - x w J o � Z � 3 LLJ IC O Al'SILb='13 Ll'5lLti=dad
J I 0 O _, > O W - Z A L9"ZS+4=Idn
U y oo � oa Q J LL I £5'SlLb=x3 c
CL L, a 1, i n n (ODD } w I , 1 p
a
CL' 3 - x - 'I + 4. 0 0 11 ? IY LL W Q CO zoo Q- I (_n c
a wwoo 0 Q O I_ ._ o u I b£'5l ,. --dad o > '
'' +00 t O I. •SZ'SI-L4="13 -I - o
. , .y y :1A v ix W 2 > Q 11 -- 1, o E 4O96+£=Idn L8'SIL =x3 lY o
r0 O
.ti __I
�LLJ Q> � QIY ii cn
I X
*e. . ' '� y. ] J > z O —I I 9L'SLLb=d0ad
*Alf • x _ ;' I Q cc 0 lY W 4 •SWSILb=s13 ► OZ'9I.Lti=x3 C
_, ,
11 Q
II i I% x Y VJ 0 - Q ppQry I
.��Q - w > > z o I_- Q = 0 63'9LLb=dad o is
o I. I OO
co QQO � > EtJO � } I ,64"9I-L4="13 lL'9lLti=x3 ri
• O = O ~ (� = O � QF- 1 LS'LB+Z=Idn
o _ , I LIJH Cr � W I
C 7 Z H OJ0Q O = ECLUQ I L8.9I-Lb=dad
r ti• ,, -�98'L9bZ6l
W • i' 1 . ' , 1 UQIYIY I- I- W0000 I 9Z'LlLtr=x3
U t '_ '\ / . � xI2.0Z990b I = II_ UOtZCeZr I
u_ 617'09+Z Q Q � = in W w .t ti . I m
�i .. (I) o (nZ � W o
Id LI-I W o
D * •• r " . MQ I
U) Q WWI— ( F- I 112 LZ'LLLti=dad o
1. i 4, 1 I O Z O N W U W CC i v oo 89'LlLti=x3 ctv
Z . 1 x • I O Z O 2 I— W JI. LL W (3 •79"L L L4="13 I r o o i; %.-
c
U �. • ' I J Z co Q (Do
8L'4L+L=Idn I II N Ii o f C w
ow0iej ' ,• . I C I-
F- w = Q F - I j Y a' u�i 8b'L I•L17=dad O o
x _
� � � XmO QI- � � ZO I 88'LLLb=x3 E E
' 1Y v- wcw N• _ QQOi I o E ui iii
fwd :lrti • `O m m o
o £9'LLLti=dad o c E •E b
1 +0o x •,. + I +
o I Zo'BLLti=x3
' ` ' \� a •
L , o o I a
N p � �, � y II II I .99�L LLb="l3
LIT
,`. y' ••,'' t ' = 40'89+0=3dn 99'LILti- d
• 69'ZLbZ6l \ 1 r I _da O To
a
LL 69Z90b ,� I I^H .
+' W W I d 80'8 LLti=x3 a
00 00+0 wit ,997LLb='13 I oh ai
8Od F _ a O
£6"L L+0=Idn I m rn rn >
L(�1}((11 i o > _ .£CLLLb=-13 i I I • £L'LLLb=d0Jd o U
Ui�'00 + d 3N1� H3IVI4 oa 144
O O ao'oo+o=Idn o O 9l'8ILti=xi, o hi E
MS tie—, .621. .
uollena13 0 .•
O _° W O f
o „ or: n
Cl)a El c;
rn o S Elevation
A A a A A
3 a
0) O N CO A
z
o co `fix=4714.69 o `� o o a MATCH LINE STA 14+ 00.00
f' P. + Prop=4714.32 w I = o X VU V 1
( ) ry 1 VPC=14+26.67 U) ,
O I EL.=4714.40' Q D y •rJO' TYP) }
y .
Q' °' Ex=4714.95 I m m 1 . ' (—YP) . ,-
- .72: C Prop=4714.48 1
cgn N I n u I s
rii I _a J. t
cn Ex=4715.23 I o Z •
CD CD a Prop=4714.71 i o 00+� = r
I
> > O 1 k PI „ Y
mo E 2 OaiSt I 15+04.98 +� �1
c •• • • 3 Ex=4715.56 I • 407774.56
N Prop=4715.02 I, 192448.54
a a O I II i
(1-1I CD
3 � � � n <
of Ex=4715.88 VPI=15+95.46 I o n
oProp=4715.40 EL.=4714.93' I yco W o cVn o X I 00+9
q — I
Z
Ex=4716.33 I m O
Prop=4715.86 I m r
\ I m
z
n
Ex=4716.78 I ; m ��
o o Prop=4716.40 o n W z " 00 L
CO
Fs 1 °oD m X
1 =mom n ► I n
Ex=4717.40 I m - ^' n > m r-
Prop=4717.01 I VPT=17+64.25 q Oc W Z r Y
a 1 m > --- (n o, � c I I Om
co EL.=4717.20' I O Z m H 73
X
- 1 Co —
(� W o x j I I O
C� � co Ex=4718.16 0 I w 7700chO
a + v' •o o+ cO7jo �> m Z I 00+8
g 2IJ o Prop=4717.67 „ 1 D
CD o n cn VPC=18+18.28 I o C p —1 O x -<
m S 3 (n r' EI_.=4717.92' 7.1Z Om
n cA 3 U P I VPI=18+36.45
7 —• a, II o cn 41 moOZ �C) I
0 Ex=4718.78 3. cti, c rn I EL.=4718.16' U) m X D D D Y
n c -t VPT=18+54.62 m O -I I PC
w Prop=4718.31 v N EL.=4718.36' 1 ° X < O O x
1 x n D Z O 2 19+00.48
0 1 n m x 408170.00
m 192441 .80
Ex=4719.35 I Co o m m G) I I 00+s
�.. o Prop=4718.86 I o m
0 1 m till!
YEx4719.89 m O ~Prop=4719.41 n � I En o I x Z
-Co 1 H H I 0
0 13 1 O -G x CD
VPI=19+94.28 N 7 C
o Ex=4720.43 :c1 o I
I + y W EL=4719.90' 0 + I 00-4-0 Z7
O Prop=4719.97 o m I 23 O x m
E m
IL Ex=4720.95 COI 20+47.93 x
M 1
'- r Prop=4720.56 D o 1
o ti N
x a , i
-%) Exa = I x '
o Prop=4721 .16 o I o I 00+
Q wVPC=21+20.86
-D C ° EL.=4721.41'
0 C-1:1
1 Cm
z < 1 - • - -- PT
m •
=m m z Ex=4722.23 2 n II b ii 1 VPI=21+51 .55 I I 21+95.26 x'
> m C Pro -4721 .72 8 b cn m EL.=4721.78'
xZmm `* "• p oN c i,, I �.- 408464.35
O
7: O ° m N VPT=21+82.25 o I 192426.90 ,/
...7.„..
nw=� Ex=4722.49 u EL.=4921..98'
0�0 + o o4I VPI=21+95.26 +
Q��Ox�o cri ,drop=4722.07 g v EL.=4722.07 a a co
"' 1S 0 r LINE STA. t + �.. . 2 ■■- I
A(nEOIrnmo — N w A
a'°acmD o 0 o o O t,
ao^' —ix Elevation 1--91,7401-4
(0ooti - 1.
m
r
z M` i y m
-i r t •-:•.•
1 ' I 1 • + ~
,�. ' II
� ° - \" Fi
2 (p O
y
' t'•-
o i 1, ar
cn
r,•
c
a
m
a
(D O D
: CD CD
cD d v, T
(D _ If V
cy `• > NOTE: CROSS SLOPE FLATTENS NEAR SOME DRIVES, INTERSECTIONS
Z Co AND OVER THE TOP OF CULVERTS.
a: Y W
Z Q
: r w v
a a 0 > CENTERLINE (TYP)
CD 0
T G 28' (TYP)
X m 2.0'
. , O Z 0" RAP (TYP) 1 12' (TYP)
-- (TYP) �-
2 r > 5" HMA (TYP)
m a 2% CROSS SLOPE I 2% CROSS SLOPE
co
cr
Il
m �-
m
CD \\
I
3' II "- 12" TO 15" CTB @ 3% CEMENT - STA 0+30 TO END OF PROJECT
CD CD
o
c )
0
3 r'
cr m m Z
N
o TYPICAL SECTION
SCALE: N.T.S.
N
S C.:1 T D) 0
a °) C (D
a C — °
-u c
7) 21 S d
o ry CD N
a (D
N K 0 .
.2
CD n
C O . s O 4 O
fa J J
r
c„ * N N CD Project Name: Driveways-53-60_5 Element: Linear
co x
cc! ra, -, Description: PI ( ) 500+71.31 399930.24 261302.54
°° 71 Horizontal Alignment Name: driveway-73+50 PI ( ) 501+07.62 399932.54 261338.78
x rn Description: Tangent Direction: N 86^22'45.02" E
o e, z J Style: Default Tangent Length: 36.31
D - a Z.) STATION NORTHING EASTING
cY PTc 0 Element: Linear
74,
to
N 3 3 0 Element: Linear PI ( ) 501+07.62 399932.54 261338.78
D P08 ( ) 500+00.00 399928.50 261231.25 POE ( ) 501+45.97 399932.95 261377.13
to
PI ( ) 500+38.44 399929.44 261269.68 Tangent Direction: N 89^23'06.06" E
Tangent Direction: N 88^36'05.08" E Tangent Length: 38.36
Tangent Length: 38.44
Element: Linear
PI ( ) 500+38.44 399929.44 261269.68
PI ( ) 500+71.31 399930.24 261302.54
Tangent Direction: N 88^36'05.08" E
Tangent Length: 32.87
D
C)
FP.
= rn
n IMP Lil
iI p
XT . Lty
3 '1 I PROPOSED SLOPE TIE-IN
m
≤ 75 + 0C1
REMOVE PIPE L=69 FT
-. PAY UNDER ITEM 202 REMOVAL OF CSP
7,) I
cA £ - o r REMOVE AND REPLACE PIPE
rn y 1 WITH 15" CSP 40 FT LONG AT SCALE: 1 " = 50 '
i ii SAME LOCATION. MATCH
EXISTING FLOWLINES AND
I k ENSURE FLOW TO THE SOUTH.
r � PAY UNDER ITEM 603 15" CSP
ii
£ !I �, RADIUS= 30 FT
rn
al ICONSTRUCT TYPICAL FIELD ENTRANCE
n� £ P iII
13 FT WIDE WITH 30 FT RADIUS
I OIt1c( _ _
QIt S 74+ UQI
,, ` PROPOSED SLOPE TIE-IN 1 cl
, m `_
II- r- /
l 0 Lin .,/
Cal O1
- PROPOSED BOTTOM m ,
o OF DITCH
903
O I i
L I 1
1 I ____T _i 1 i t
C 73coo
-
— `DIL
Ca 0
rI O)
m coo \ \ FIE-IN POINT TA 50!T«70.0
on xz STA
ii
r V 7a+ 0q11
1
4
T-1
c
p o "-RADIUS = 30 FT
ci
C 73 Z 73 - -
< c D C �_
aCJI
a i ��
o O
91. 0
XI I - EDGE OF PROPOSED ASPHALT
C n £ •..._` r�
�-. f'l - -'`� �-
.a PROPOSED CENTERLINE
rs
cA D D
= ar CD CD
m 4 _
; El z
0
T 0 CD
CV
co
o N CD - FIELD ADJUST DRIVE TO
O o O II II A• ENSURE MIN 1 FT COVER
a _i
f r D Z � W ON
o 0 c OW
0 500+ 0 if 501 +00 502+00
a O� r ro d o
oi m 4630 w o 4630
Cl) + osj
Cr
•
m D - _2'Q0p/o o v
—I > w
co Z O - CO
ft
Cal
O I I 1
cnch,
W
U p
al
a 4620 o -s 4620
500+00 501 +00 502+00
>J z w
- (7 ° m V SCALE: 1 " = 5'
d o E. 0
H SCALE: 1 " = 50'
o a
rn
1.
C7 m nri n
a m - � m
o °t_
C) m Cr).;
C7
O•
,r m cu
—
a
� Z O
1
P. m
< On
co. -' -s
w w 9
, 0 -O
N N t
L 4760 e tri in o 8. 8. 4760
o . 5 It It
N 1r t O 4] a) " O D O p`I O
In In I g N
J 47500.
1 �. w 4750
N a a p `7 w i_: tow • z 0
- 2 0% s,q.,
-'
4740 min
�v
. ; ' 4740 I 4730 3 4730
-70 -60 -50 -40 -30 -20 -10 0 10 20 30 40 50 60 70
CUT AREA=38.46 S.F. FILL AREA= 11 .23 S . F.
CUT VOLUME=73 ,30 C.Y. FILL VOLUME=21 .76 C.Y.
O_
STA . 116 + 50
X
0
n -I'
O m
•• O w
D 4760 o w 4760
o o 0 0
Cn .'., o a o
i -1 W
!f1.i n N LL
Ie
'I N N e0
Z
a
N N N CJO a
4750 " W. 4750
in-
[77 i� iii W -J t: U J RQ w g
i
ww 15 z c
' = J _
/-/ / .. - 2 0% 2.0%
4740 -- 4740
f I 341 O
---¢; 4730 • a I 4730
4--55.‘ - .
- 4720 4720
- 0 -70 -60 -50 -40 -30 -20 -10 0 10 20 30 40 50 60 70
O CUT AREA=40.71 S.F. FILL AREA= 12 .27 S .F .
c, co C CUT VOLUME=71 .44 C.Y. FILL VOLUME=20.50 C.Y.
mimx r
X°m� -� STA . 116 + OO
-<
oww�Om �, S $ g $ o rn
r+ lt) el CV 6t�Wou'cmD °.° 71-1 11 �, ii 98 I-
_ii �
S a ti a v OO 0.
�Co Z 4750 S Q o 4750
4 rib
`l 77 7 1 Pis
I. -J - LL' • P ..1 O ' CC
i I
W
th
Z 4740 T
≤ D n /'' 2.0% 4740
0 CD (n^ Ii 3 0.
IX LI
0 O -- -- I
N 4730 4730
a
C
C)
CD
a
4720 4720
-70 -60 -50 -40 -30 -20 - 10 0 10 20 30 40 50 60 70
-
cn o O
s `"' CD
0 CUT AREA=36.45 S.F. FILL AREA=9.87 S. F.
cp Iva•
ca-
`° CUT VOLUME=68.93 C.Y. FILL VOLUME= 16.06 C.Y.
cit
rD
al Cli 70
STA . 115 + 50
r r O
13 'D z
r ^ w
O o V!
co / /l * o gUT Cr; o u'
lJ J o $ `t
at- p m w
/) 7, �_ N Sit 1t1 Z V J a 881 g H 0
(� 4750 — — • - -
3 F a7. _ 4750
Co -� t — -- '- ._.. - - _ _- • 0 w . _ iL ii w N. I N.o. °�
cr
i - i
Z 4740 I �_se_ 22% . . — _ 1 a,Q., 2��,er 4740
co
CD „ 7• . . ..._____ _ •_ • i _ _ 4 l
I
4730 .. . ._ 4730
i
u' 4720 t
I I — I I. - id
_._ I I 4720
CD o
c 0 —70 -60 -50 -40 -30 -20 - 10 0 10 20 30 40 50 60 70
3
x z
0 ° CUT AREA=37.99 S.F. FILL AREA=7.48 S. F .
W a) c)
Y
a
CUT VOLUME=28.70 C.Y. FILL VOLUME=5.27 C .Y.
�, CD
STA . 115 + OO
(n
a cf w - O
djhw 00m O a N Q UO c0
a ao 00
uwiQ9o9uwi < ww wa O U
906wo 0 ~ ' w 0 Z
EomQ z , Oo 0 � 0 .._, O E
cc Lill— J(:) x .1 -20 W < OI1 g ~ a O N z
awn_
poz Qz wLW — aa < 5
Ow. 00 o Qww . a4 j a wzz LLO a)
UJ U) .4- c.4 (o azl-. QU -' omw alQ0
co iw � o w w wmow wow w p o w
_ 2
I p > coazo ; ; ;Jr 0CCa
O U 0 HXm1- am Qaa = p Caw N
0g � friG-5
En w z � w � zz m ca7 ¢ a LLJQp � � � SOU Q
W UW J Qac. oZQ = MZ00 w ZJ4 ° m 0
az w ¢ y
n m Q r r v N CO ZSg � w °z0crW_ LL --ID (/) Z
w 0Gb
wEr uQOmx -o omzOa p _i � :
r 0 > Z00 < O00wu- b L9_ ow J w
Q W r V N (n MMMM r N N r r r (o CO Q < 5± w -Q w zW a (w � 0 O 46
o
W as ~ � Jz -4 � aoc-� a � � a Et -
9 F � Z 0 < › < Saw a z O vW
Z
> v) z - - - - - - - - - - - - - - - - Cr) .-
W z 0 O Co 0 0 0 (0 0 0 0 0 co v v v (A V Co pO V O W • •.- •� O
(� CO M CO M CO M M M M CO V N N N r N V N (o (o (/)
- w z xxxxxxxxxx x xxxx xxx xxx U Li.)
O 0 W O (oOOO (0OOOO o Nbb o bbb (vooco Z 0 0 v 0
2 M M M M co co co (noel V r co co V M (M M r Cf 'Cr Q S �C
CCU- 0 O F- F- Li- C 7 Z
I— § } 0 W Q w LL Z
Z F- CO 0 N M V (P) r N I- z Q' U U) W < W Q W
(n O H Z Q Q O w a cn a
O 0 (" 0 0 l- QzQ ZJ � 0 wmDw o o U
CJ f i LU n
Q z � t��I Oc zo moon H v 0 . .
L—L W LA
.- Z U Q Q U Q O U) a w ° Q z z " CO
L- LO CD D < = OO < O F- U M m 0 W F- z � 0 � � � m U)
Q U) D U U W W eri Z W2 J U ° U) J_ Z W W C
C:C N
ccOU > LL 0co J w rfui ° z 0 U j Uct Z QZU ° orn � 0Q W a�i at s
WD z w 0 � Z J U) wr 0 a � � � � zW ~ z 0 0 U)
O Z oWtr
z Z DM cn z0 � Q ZO (n ¢ W o ¢ p ZO � QU wic
W Q V c W H w d OO Q F-. O W F- W W w 2 c t J 0 S F- CC MU U U0 Z UUQ z z cc ZQ 0 cowl- tut). z
D J z0O 0 � o J Z � v ~ 0 < w m az u0-) w (LLiw U a oww p OOM � M ZaoO
Ct ZOwo LOW 'n 0 0 0 HO 0 Z ¢ w z = > 0 0C LL TT wIr aTww
I— OF = OOO Dm � � � cn FO et a 0 QO U ax
CO F- UQOQQv � Q j 000 X00 ow w � W JJNQ ° z z 0 w UF— o U = D
Z U Z Y W W W OOor cc Inet WW W D w F- J Co U) � � U) � U z ~ o
w0 cn = = w � cn � � � co co cn _I 00 (� � ZZH 00 Q <H OO (o JdLLZQ zwo 0
O wWoOQQZWwcf co CQQ 00 X OO ° ww ¢ ¢ U J J Q w c� WF- Dpo < w -IM
U f J Q Z Z w z x cy cL 2 J J J J N- ZZZ w W W J W z Y Q O o W Z m O Q
W I- I- --J00 °U 0000 DODD owoD r- r` � O °00 Ur W OOOw zU` ° 0 Wz CL DQ Z CL WQ � � m n
O ZwC QF- F- , , w <W Q ♦- F- F- F- W QQ r rU QZUUUm < w (r Z f O 02 < ZOO J UQ � r2 C C
� cLOOwwOwz J wwww a00 WTm V � � � LLQ LLa Q Li_ ~ UT nJ C7 � z U w = � � 0 .o
Z = WTTOOTJOLL X 0000 OTT UUW ( OLLLLLL1- V) w >- 00 w LLw U) QOW N - F- W
0 ° S Z cA LL2 0 WOZZr CCwLL U o
O 0 Q cr
m (Ji � � � a = � � Y it-Op U LLw Q QQx � y Z � c� a •5>
0 W o
C p O J J J Q a Q O Q W O < Z W 0Z O �' } w ° Z >
J 3gg F- z (� UQ Q m Q Q F- Q
r rN r V ' L N. r ItJo v00000 z XJ � cn J F- � w0 U
N V U U U O > W J W D o Z O Z
m o0000000 o aomOt - r + 4 www (7)222 ((0 (0 OJO ,, wm mw UQ to Qr� 2z OwwO --(repot,
Q N N N N N N N N (N N r r a a a a J cr O U) H 0 W U r
H jnicnInj 6 '4 � � l cEE (nv) O) DQa w W � QF- F� ww O mvr o 0000 Weld
ow (z-- C 0 z --I
u~iW0 � YU> Q � LL � aa ��
�o 0
U) (1J W = z J Q z W W > a LL 2 uJ W 0o N
°w < TM W Q J H 0 , w w O Z Q � Q = Z UNW ' o
WMHH T U) QQ UST U) d. OLL I (LHO Nwz .. O
vwox or
0 Z [ N (M a (n (o N- CO ^oil.,rl C
I. I. • K • • • I
iftil IF
. >r
Ill
Z t'
D
III
Z Z/ I6 � �3M O
,. I
U
Ova.(t+ Z
LT'
' < .\ f,•:!---=• -tfi,1 - m --oN-
Si tO WI
a.w U) a
III N7 _>� waxce-g
at_x
CL
W rn.�0no ro Ill .
ra�o,
n/ HlaoNlir -
ix CO a
M 66 NOM
O El . v doc
c* �a
I- -M• ME
- , 140
W :. .7cM
C
JV/!b •In
(9
r-
o
Z - C
C
QIP qi
° •
iii 41 'CD Li MOM
w . se flush _ it 0
r .
Mil 8 • • X
Z .a
•
•
. � 0 O
C
O • irt M • o
J U : NI- N o
• 16 IOM
M 9 •
Os
Sii Ct .
• Se
Ce a
•
•
III a
a .
al
Q oco
o
• 91. NOM CNI
WC
« FU F... -oig
Os
••
:4-_-,O t -05
• . D -
V IP
•
• _ _
•
Fsco
a
II 4 ~ O . 6 @ A
a CC
• C C C U
•• Z S
• d.) r .I Z'
LL • U LL
• ^/ /LLl u) ai
D it
I C C U
• O C1 .� (n
a r N-
C)
r
•
o 0 (0
Um e
•
. 5\9\ C NI J
• 0 r - >
r r F- >
ce .
. U
• ce pit
• is 2 E I-:
Z 0 m °'
Z >
hi
• £ L N OM EI. N OM LL S
it
c p m
s 76 .§ o
g --_ a) in (75
•
= m O
0 LL 0 z
air
r y ., ,_
EXHIBIT B
, V
ENGINEERING DESIGN
Aiih.
SERVICES FOR HAUL
ROAD PROJECTS (HRP) A
WCR32AND WCR39 ₹ ;'
. #
RFP #B1500032
� b[
J
I" . 1 ''
hi' 4 -
,N,
7, '
Prepared For:
mivit\ . .
4e, . /. ,,
861
_ ATER
• r OuNTY
1 :\toikh, \ '
.1. id !�
w Ny
Weld County Purchasing Department
K`1 \ .
., N k ttS. P.O. Box 758, 1150 "O" St., Greeley, CO 80632 Ns ` y
\ .
VASELINE
.. , , I( I miirlii7-infi,,P-ioncl-, Tfitr e„,,,,w�No _. —
•, ^'t. RM
�,,.I,,.
A Weld County Company, 710 11th Ave., #105, Greeley, Colorado, 8Ubji
March 10, 2015 MBASELINE
Engineering Planning•Surveying
Mr. Richard White, P.E.
Project Manager
Weld County Public Works Department
P.O. Box 758, 1150 "O" Street
Greeley, CO 80632 Prottdly Smvlpup.titirthent Co!oi do
RE: Weld County RFP#61500032-Engineering Design Service Greeley Slate' 7
for Haul Road Projects (HRP)WCR 32 and WCR 39 rommimmiummilimonomni
Dear Mr. White:
Baseline Engineering Corporation is pleased to have been selected to submit qualifications for Weld
County's Engineering Design Services on Haul Road Projects (HRP) WCR 32 and WCR 39. As we've
demonstrated during the past eight years, we have reliably served and have become a knowledgeable
partner to the County.
Our deep commitment to Weld County gives us a distinct advantage in achieving the goals on WCR 32 and
39. We already possess an extensive portfolio of public and private HRP experience:
• WCR 127 and 129— 13 Miles of HRP design
• WCR 398-4 miles of HRP design
• WCR 115—5 miles of HRP design
• WCR 104, 119, and 110—17 miles of HRP design
Our successful track record on these projects has earned us new work on HRP WCR 13, 19 and 126.
Combining the experience we've gained on all projects, puts us in the best position to maximize time and
cost efficiencies on WCR 32 and 39.
We also acknowledge receipt of Addendum #1 to the RFP.
On behalf of Baseline, thank you for considering us for another opportunity to serve the County, its citizens
and travelers relying on WCR 32 and 39. Please don't hesitate to contact me with questions about our
proposal. We look forward to again advocating in the County's best interest.
Sincerely,
Rick Behning, P.E.
Division Manager, Greeley Regional Office
RickPbaselinecorp.com I (970) 353-7600 x301
Corporate Headquarters High Plains Rocky Mountains
Downtown Golden Downtown Greeley Ski Village
1950 Ford Street 710 11th Avenue, Suite 105 1815 Central Park Drive,#370
Golden, Colorado 80401 Greeley, Colorado 80631 Steamboat Springs, Colorado 80477
Ph 303.940.9966 Ph 970.353.7600 Ph 970.879.1825
Fax 303.940.9959 Fax 970.353.7601 Fax 866.242.9106
Yf
V 1 RFP#B1500032: ENGINEERING DESIGN SERVICES FOR HAUL ROAD PROJECTS
TABLE OF CONTENTS
1. SCOPE OF WORK 1
2. CRITICAL ISSUES 4
3. CONTROLLING DESIGN COSTS&STAYING ON SCHEDULE 5
4. PROJECT TEAM FAMILIARITY&AVAILABILITY 7
5. DETAILED SCOPE OF WORK, FEE ESTIMATE AND HOURLY RATE SHEETS 12
6. SAMPLE PLAN & PROFILE SHEETS 13
APPENDICES:
A) ADDENDA
•
p RFP#61500032: ENGINEERING DESIGN SERVICES FOR HAUL ROAD PROJECTS
1i*
1. SCOPE OF WORK MBASELINE
A key component of project success is dependent upon
a well-defined scope-of-work, methods to be Engineering •Planning• Surveying
employed, and understanding of the client's desired
results. Baseline has reviewed the HRP description, which includes a full-depth reclamation (FDR) process
with cement-treated subgrade and hot-mix asphalt (HMA) pavement for these locations:
• WCR 32 between WCR 31 and WCR 39 (4 miles)
• WCR 39 between WCR 28 and WCR 38 (5 miles)
The scope-of-work analysis identifies the project tasks and provides a brief summary of how we will
successfully accomplish each item. With these key objectives as our driving force, the project team will
evaluate existing conditions in great detail and look for creative opportunities to minimize right-of-way
(ROW) acquisitions, mitigate utility relocations, and create cost-savings for Weld County. Risk management
activities are a component of every Baseline Project Management Plan. Our Project Manager, Rick Behning,
P.E., has directed and completed five Weld County Road projects totaling 35 miles. He will continue to be
diligent in monitoring risk to ensure a high-quality project that is on time and within budget. Below is a brief
explanation of our project approach components:
KEY OBJECTIVES
Baseline understands that Weld County is looking for the provision of HRP level design plans for two
separate segments of asphalt-paved County roads. We know the design and survey portions must be
conducted within a 60-day window from the notice to proceed. The roads will be improved with Cement-
Treated Base course (CTB), a new gravel subbase, and asphalt paving. The County will conduct the soil
boring investigation as well as provide the pavement section and percent-cement requirements for design.
Over the past two years, we have successfully designed 35 miles of Weld County roads with the same
requirements.
Baseline will provide surveying of the project limits within the road ROW and for 200' outside the design
start and stop stations. Through our previous project work, we have proven that we are comfortable
working with horizontal and vertical design governed by Weld County Standards, CDOT specifications,
AASHTO Policies, and MUTCD guidelines. The County desires to mitigate the relocation of utilities and the
acquisition of ROW to the maximum extent possible. Therefore, we anticipate that the horizontal geometry
of the roads will not change and the vertical alignment will only be modified slightly if we identify a safety
concern.
PROJECT MANAGEMENT PLAN
Facilitating Baseline and Weld County's collaboration by defining appropriate contact people,
communication frequency, and contact methods (conference calls, e-mails, and meetings) will be the
Project Management Plan. Components of the Plan are:
• Project Objectives • Quality Control Process
• Scope of Work • Change Management Process
• Detailed Schedule • Communication Plan
• Financial Plan • Risk Management Plan
• Team Organization • Client Care Plan
1
r I RFP#61500032: ENGINEERING DESIGN SERVICES FOR HAUL ROAD PROJECTS
KICK-OFF MEETING
Following the notice-to-proceed date, Baseline will create a detailed project schedule. We will present the
entire project schedule for review and discussion during the Kick-off Meeting. At this meeting with Weld
County, we will review and confirm the project's scope and deliverables. A review of the Project
Management Plan will be beneficial in determining communication protocol and frequency, a schedule for
progress meetings and client updates.
BASE MAP SURVEY
Following the Kick-off Meeting, Baseline will immediately complete the project's base map survey.This step
will involve researching Weld County records to evaluate existing right-of-way, easements and utility
crossings, and will determine project controls. Using our own field crews and survey staff, we will complete
a ground survey for the entire roadway corridor plus 200 feet on each end of the three roadway segments.
As indicated in Weld County's Project Description, we will tie the information to the Colorado High Accuracy
Reference Network (CHARN). This step will allow us to create a detailed base map with high-accuracy
topography. Utility locates will be conducted by a private utility locate company ahead of our survey crews.
The topo will locate all planimetric features and available underground information so we can highlight
potential conflicts.
ROADWAY DESIGN
Baseline will conduct a thorough evaluation of existing roadway conditions and all design elements in
accordance with applicable standards. We will also utilize Weld County's knowledge to ensure that we are in
compliance with all policies, processes and expectations. Key design components will include:
• Verify design criteria in accordance with Weld County, CDOT,AASHTO and MUTCD standards;
• Complete a QC assessment and finalization of the existing 3D surface;
• Evaluate geometry, utility locations and crossings, drainage, culverts, private accesses, design
constraints and alternatives; and
• Develop alignment, profile, cross sections, and details for plan sets.
We understand the County's desire to mitigate utility relocation and ROW acquisition to the maximum
extent. Therefore, we anticipate that the horizontal geometry of the roads will not change and the vertical
alignment will only be modified slightly if there's a safety concern.
Through our preliminary plans, we will identify utility conflicts and will guide the layout of preliminary radii
at intersections. We will analyze conflicts with utilities or ROW limits, consider design alternatives with the
County, and select a preliminary design. Once we identify areas and select a design alternative, we will
begin utility coordination and ROW acquisition in earnest. If necessary, we will utilize professional land
consultants from a qualified sub-consultant. They will facilitate ROW and easement acquisition.
We will also analyze all irrigation crossings and identify improvements that are compatible with design
goals. Then, we will coordinate improvements with irrigation companies to obtain approval.
Drainage analysis will assess existing drainage culverts and other conveyance facilities. We will review these
evaluations with the County to determine necessary upgrades.
2
I
r p RFP#B1500032: ENGINEERING DESIGN SERVICES FOR HAUL ROAD PROJECTS
The project limits will require storm-water management plans. Baseline will obtain the project's discharge
permit. We will implement sensible erosion control methods and stabilize all disturbed limits with native
grasses or other appropriate means.
PUBLIC COORDINATION
At the beginning of the project, Baseline will notify adjacent landowners to initiate work coordination, and
provide an outlet for questions and concerns. We will contact landowners who identify issues and
efficiently resolve them within the project's goals.
FINAL DESIGN
Following a review with County Staff, Baseline will finalize the design drawings and specifications, and
develop these final plans:
• Cover sheet and general notes sheets
• SWMPP sheets and quantities
• Horizontal alignment and survey control sheets
• Plan and profile sheets
• Cross section sheets
• Culvert and irrigation crossing plan and profile sheets
• Driveway detail sheets
• Traffic control sheets
• Detail sheets
• Drainage and irrigation hydraulic analysis memo
• ROW acquisition agreements and exhibits
• TCE acquisition agreements and exhibits
• Construction Storm Water Discharge Permits
• Electronic surfaces and 3D features
• GPS control files
• Project specifications
• Preliminary and final engineer's opinion of cost
• 15 sets of final plans for bidding and construction
• As-built drawings
• Construction inspection services
3
RFP#B1500032: ENGINEERING DESIGN SERVICES FOR HAUL ROAD PROJECTS
2. CRITICAL ISSUES
Due to our extensive history of road work in Weld County and our current work on WCR 13, 19 and 126, we
are thoroughly familiar with the RFP's requirements and successfully achieving them. Combining this
knowledge with an inspection of WCR 32 and 39, we identify the items below as critical issues and present
their solutions.
HRP'S CRITICIAL NEEDS BASELINE'S SOLUTIONS
Remember Scope of Work Keep in mind that this project is a maintenance action at all times.This point is critical
is Maintenance Project for ensuring timely coordination with utility, railroad, and irrigation companies as well
as citizens.
Diligent Budget Control This project is partially funded through limited grants. Therefore, we will be diligent in
controlling the overall project budget through these measures: alternatives analysis,
proven method selection, utility identification and mitigation, and schedule
adherence.
Complete Project in 2015 Due to funding constraints,we will adhere to schedules and select alternatives to
facilitate 2015 completion.
Buy-in from Citizens We will reach out to citizens to ensure they are aware of the project and how it will
affect them.Starting with a personal letter and prompt follow up to their inquiries,we
will let them know we are listening to their concerns as we meet project goals.
Improvements that Fit Working in conjunction with County Staff,we will ensure proposed improvements fit
Long-term Maintenance into plans and budgets for long-term maintenance. In other words,an ounce of
and Budget Plans prevention is worth a pound of cure.
Successful Projects Start This concept is standard knowledge among our surveyors. They will work with
with Accurate Surveys engineers to ensure the capturing of accurate data in critical locations. If there is
missing data or questions,they will immediately return to the field to mitigate them.
Always Work Within ROW If possible, we will always work within the ROW.We anticipate this maintenance
project only requiring additional ROW if absolutely necessary. Should design
alternatives preclude ROW acquisition,we will pursue them.
Determine Temporary With our subconsultant, we will secure TCEs as early as possible prior to final design.
Construction Easements This procedure will ensure no delays in the construction schedule or costly re-designs.
(TCE) Early
Minimize Utility Relocates During the preliminary design phase,we will work to accurately locate above and
below ground utilities. We will pursue design options that mitigate impacts.We will
coordinate only those that are absolutely necessary to avoid project delays.
Designs that Promote We understand the County is a steward of public safety. Our designs will identify
Safety safety issues and promote safe construction through traffic control planning.
Fully Functional We know Weld County supports several, large-industry operations, such as oil and gas,
Intersections farming,and ranching. We will strive to accommodate these industries to the
maximum extent practical.
Long-lasting Drainage Drainage culverts and other conveyance methods need long-lasting design to prevent
Infrastructure a roadway's premature degradation. Failing culverts cause large economic impacts.
Our designs will upgrade culverts to mitigate failure.
Efficient Construction of The control file is critical to timely and accurate roadway construction. We will
CTB Section produce a defect-free control file to support accuracy.
Commercial and The project limits include several large commercial access points and residential
Residential Access accesses. Coordination with these users to mitigate disturbance in access will be
critical.
4
1 r < RFP#B1500032: ENGINEERING DESIGN SERVICES FOR HAUL ROAD PROJECTS
s'
3. CONTROLLING DESIGN COSTS & STAYING ON SCHEDULE
Baseline understands the budget is limited and that the project must be completed in 2015. Additionally,
we know appropriate regulations must be followed during the design process and that defect-free plans will
be a QA/QC requirement. We will deploy the following strategies to meet these requirements:
ENLIST PROJECT TEAM WITH SIGNIFICANT WCR HRP EXPERIENCE
We will engage the same project team that designed 35 miles of the County's HRP to perform the
engineering design services required by this RFP. This team will be about four weeks into their design of
WCR 13, 19, and 126 HRP package when the WCR 32 and 39 project kicks off.
In order to ensure adequate staffing to accommodate overlap, we added a team member to the first phase
of roads. While the project team is finalizing the first set of roads, team members will begin setting up the
plans for the second set of roads to stay on schedule.
Combining our solid understanding of the County's review and approval process from previous projects with
WCR 32 and 39 project goals, we are quite comfortable meeting the schedule and delivering a successful
project. The County will also benefit from working with one Project Manager and one consultant. This
strategy will eliminate splitting time coordinating two separate entities during the critical project design and
construction phases.
Over the past two years, the team has successfully designed the following projects that are similar to the
work needed on WCR 32 and 39:
• County Road 129 and 127—13 Miles of HRP design;
• County Road 115—5 miles of HRP design;
• County Road 110-4 miles of HRP design;
• County Road 119—3 miles of HRP design;
• County Road 104—7 miles of HRP design; and
• County Road 398—3 miles of HRP design.
Our extensive familiarity of Weld County road design requirements will enable us to efficiently prepare a
complete set of detailed plans and specifications for WCR 32 and 39.
5
r RFP#B1500032: ENGINEERING DESIGN SERVICES FOR HAUL ROAD PROJECTS
I'
IMPLEMENT QA/QC PROCEDURES AT EVERY STAGE
The key to a defect-free set of plans is quality assurance and quality control (QA/QC) measures at every step
of the project.The following points are samples of our QA/QC stages applicable to this WCR project:
• Project Management Plan
Baseline's principal engineers and the engineer of record review the project manager's plan prior to
mobilization, ensuring it is complete and ready for implementation.
• Survey Base Map
Our in-house surveyors and engineering staff will review the base map to ensure: completeness,
proper identification of utilities and no overlooking of critical items.
• CAD File Set Up
Design and working files are set up to match our plan production standards. This procedure
mitigates accidental changes in project files that can be detrimental to accuracy.
• Preliminary Products Review
Before moving past the preliminary stage, our senior professionals will review plans to ensure all
critical components are in place and the accuracy of analytic methods.
• Final Products Review
During the final 20% of the plan production, we will conduct internal reviews at each staff level.
These reviews will allow us to double-check assumptions and identify design holes to fill prior to
final plan production.
MANAGE PROJECT FROM LOCAL OFFICE
Our Regional Office in Greeley is located at 7th Street and 11th Avenue, 1.6 miles from the County Public
Works facility. Weld County will receive the benefit of a small firm with a team approach that is only
minutes away. We can easily attend meetings and efficiently respond to the County's needs.
6
3' " r RFP#B1500032: ENGINEERING DESIGN SERVICES FOR HAUL ROAD PROJECTS
4. PROJECT TEAM FAMILIARITY & AVAILABILITY
The Greeley Regional Office possesses extensive knowledge of Weld County due to its public and private
sector work. It's also the County where many of our employees live. Project Manager, Rick Behning, was
raised here, and continues to make it his home. Professionally, Rick possesses in-depth knowledge of the
County and its Public Works Department through the HRP projects he has managed over the past two years.
The relationships he has developed during that time will enable for clear communication, trust, and the
ability to implement what has been learned on these past projects to facilitate efficiencies on WCR 32 and
39.
Team members are listed below according to project roles. These staff members are already working
diligently on the HRP package for WCR 13, 19, and 126. We have added staff to that project in order to
efficiently handle the overlap between this design package and the previous. Part of the design team will
finalize the WCR 13, 19, and 126 packages while the other team members start developing the skeleton plan
set for the second set of roads. Baseline is confident that we can meet the schedule and budgeting
requirements for both project simultaneously. In addition to their WCR experience, we are providing
examples from other entities that have benefitted from their road work expertise.
PROJECT MANAGER
Rick Behning, PE, Baseline Corporation's Division Manager/Owner — Rick oversees Baseline's Greeley
Regional Office. He was the project manager and engineer of record for the above HRP projects (excluding
CR 398, which Baseline's Noah Nemmers managed and served as engineer of record). He is a Greeley native
who has developed roadway design experience working on projects in Weld County, Denver, Clear Creek
County as well as DOE projects in Jefferson County and surrounding areas. Rick has also been responsible
for managing and growing Baseline's Greeley Regional Office and Survey Department over the past eight
years. His knowledge was valuable in providing ground control to support Western Research &
Development's flight for Noble Energy's Pawnee Roads rehabilitation project in Weld County. Over the past
two years, Rick has worked with Weld County Staff on surveying, and designing and conducting construction
observation on more than 35 miles of roads. He has also managed all engineering design and construction
survey operations for Jefferson County's roundabout project that Baseline completed for NREL and DOE.
This project earned an award of merit for Transportation Project of the Year from Engineering News-Record.
QA/QC REVIEWER
John McLain, P.E., Baseline's President/Owner — As the firm's founder, John is responsible for quality
assurance and quality control to ensure superior service and a sound set of construction drawings. His
expertise was utilized on NREL and the DOE's Research Road Roundabout where he served in the key roles
of principal and quality control reviewer.
7
r
' r RFP#61500032: ENGINEERING DESIGN SERVICES FOR HAUL ROAD PROJECTS
PROJECT ENGINEER
Noah Nemmers, P.E., Baseline's Civil Engineering Manager/Owner — Noah oversees Baseline's Civil
Engineering Division. He has over 15 years of experience in large-scale project design and staff management
and was the project manager for the City of Idaho Springs' Phase III Sewer Replacement Project. He has
successfully managed the design and construction of major roadway projects including the above
mentioned HRP roads. (Noah served as the project engineer on all except CR 398, which he managed.) He
also worked on NREL and the DOE's Research Road Roundabout. Noah has worked with various regions of
CDOT on highway improvement plans and permitting. These projects include Highway 50 Improvements in
Salida and U.S. 392 Improvements in Weld County. He has a broad range of expertise with both private and
government clients. It includes overseeing entitlement processes, engineering design, permitting, land
surveys and platting, maintenance of traffic planning and construction administration.
SURVEY MANAGER
Aaron Demo, PLS, Baseline Corporation's Survey Project Manager—Aaron served as Baseline's surveyor of
record for preliminary research, field acquisition, ROW determination, section monumentation, and
construction phase services for all of the above listed HRP. He will manage the surveying support for this
RFQ's HRP. He has extensive field and office experience, which allows him to efficiently and accurately
develop base maps to support the design process. Every successful project starts with an accurate survey,
and Aaron will oversee the process.
DESIGNERS,CAD DRAFTERS,AND SURVEYORS
Baseline's support team of designers, CAD drafters, and surveyors has worked on the previous HRP designs.
Team members will be decided upon award. In particular, the expertise of our licensed engineers, Steve
Batchelder and Mike White, will continue to support the HRP at the design level.
SUBCONSULTANTS
Baseline has selected the following sub-consultants to support this project:
• Utility Locates-Accurate Underground, Highlands Ranch, CO
• Potholes- BT Construction, Inc., Henderson, CO
• TCE and ROW Acquisition- Energy Title Resources, Windsor, CO
8
r p
RFP#B1500032: ENGINEERING DESIGN SERVICES FOR HAUL ROAD PROJECTS
TEAM SUMMARY
Baseline has formed the above project team based on its ability to successfully execute Weld County's
required engineering design services. Some specific examples of how we have served clients with similar
needs:
HAUL ROAD PROJECTS' NEEDS BASELINE'S EXPERIENCE MEETING THEM
Engineering Topographic Survey Noble Energy/Weld County—Performed all design surveying, QA/QC
surveying, and post-construction as-built surveys for 18 miles of HRP near
New Raymer.We also supported aerial photogrammetric surveys of 17
miles of County Roads in support of HRP design near Pawnee Buttes.
Roadway Horizontal and Vertical Design Noble Energy/Weld County—Performed all engineering design to
support 35 miles of HRP upgrades along CR 129/127,CR 115 and CR
104/119/110.This design was in accordance with County criteria,CDOT
specifications,AASHTO policies,and MUTCD guidelines.
Paved Road Design Plains All American Pipeline,LP—Provided topo mapping,design and
construction management for approximately 3/mile of 3"asphalt overlay
to Keenesburg public roadway and an additional three miles of full-depth
roadway improvements to CR 398,which is now used as a haul route.
Construction included minor road widening,overlay and road
reconstruction,re-grading of roadside ditches,culvert replacement and
erosion control.
Utilities Coordination Noble Energy/Weld County—Surveyed and provided utility mapping and
potholing to assist in utility avoidance. These services were in support of
HRP designs that we have performed over past two years.Our designs
avoided expensive and time-consuming utility relocations along 35 miles
of roadway.
Right-of-way Acquisition NREL—Performed all surveying and engineering to support new entrance
and roundabout design for NREL in Jefferson County.Roundabout design
required ROW acquisition,which we supported the owner in obtaining.
Trimble and Civil 3D Software All Baseline survey crews utilize Trimble Business Center and Trimble
equipment.Our staff also utilizes Civil 3D 2014 for design software.Our
professionals are experienced in providing Weld County's required
electronic deliverables.
Project Meetings and Coordination with Noble Energy/Weld County—Our project managers have worked with
Weld County Staff County Staff on over 35 miles of HRP design and construction over past
two years.We thoroughly understand and are sensitive to Weld County's
goals and project requirements.
In addition to just being awarded the design contract for the WCR 13, 19, and 126 HRP package, below are
more detailed summaries of some of these HRP experience examples. We are also including examples of
our proposed deliverables (plan and profile sheet, and culvert plan and profile sheet) in Appendix A. These
documents demonstrate that we understand the required level of effort, detail, and design considerations
needed on Weld County's project.
9
c1y
r p RFP#B1500032: ENGINEERING DESIGN SERVICES FOR HAUL ROAD PROJECTS
WELD COUNTY HAUL ROAD PROJECTS
In March of 2013, Baseline was contracted to support Noble Energy, Inc. in
rehabilitating existing County Roads that were functioning as haul roads for Noble's \,0 CC y
and other oil and gas exploration and development operations. These roads are s144 �
located north of Highway 14 in the New Raymer, Keota, and Pawnee National I
Grasslands areas. Improvements completed as of today include: CR 129 and 127 from �O6.
�` ,
Highway 14 north to CR 110 (13 miles), CR 110 from CR 127 west to CR 119, then south /C
n°
to where CR 119 turns west at CR 104 and along CR 104 to CR 390 (17 miles). We also
improved CR 115 from Highway 14 north, approximately five miles to where the public road ends and a
private oil and gas access road begins. Baseline's project management included all:
• Geotechnical components for the CTB and roadway section recommendations with assistance from
subconsultant RMG in Evans, Colorado;
• Surveying reconnaissance with 17 miles of the roadways being flown by subconsultant Western
Research and Development in Cheyenne, Wyoming;
• Roadway plan and profile design documents;
• Cross sections, culvert plan and profile design and analysis, utility coordination and mapping;
• ROW evaluation, determination, and acquisition (only required at one location);
• Project constituent coordination with Weld County, U.S. Air Force, New Raymer, CDOT, Noble
Energy, contractors, utility companies and land owners; and
• Construction phase representation and observations.
Noble Energy had significant time constraints that required Baseline to condense the project design and
construction schedules. We facilitated the design and County approvals to meet all construction time
constraints. The result of our work was that the accelerated schedule allowed 35 miles of roadway to be
designed and constructed in 19 months. Professionals from our firm involved in these projects were: John
McLain QA/QC, Rick Behning PM, Noah Nemmers Project Engineer, Chris Rundall Drainage Engineer,
Steve Batchelder Design Engineer, and Mike White Design Engineer.
WCR 398 REHABILITATION FOR PLAINS ALL AMERICAN PIPELINE,LP.
Plains All American Pipeline contracted with Baseline to provide pLAINs
permitting, surveying, and civil design support of their new
transloading facility near Keenesburg, Colorado. As part of the = = ALL AMERICAN
County's review and approval process, CR 398 was to be upgraded to fir PIPELINE, L.P.
support the haul road traffic visiting the transloading facility.
Baseline performed the surveying, civil design, and construction surveying for approximately four miles of
roadway from the facility to the Town of Keenesburg. Approximately% of a mile of the roadway was paved,
and required repavement. Also, drainage culverts were analyzed and added as necessary.
The CTB section recommendations were provided by an outside consultant. No utility relocation, ROW
acquisition or horizontal realignment was required. This project also had a short design and construction
timeframe in order to have the roadway open when the transloading facility was operational. Professionals
from our firm involved in this project were: John McLain QA/QC, Noah Nemmers PM, and Steve
Batchelder Project Engineer.
10
li 6.DI r i RFP#B1500032: ENGINEERING DESIGN SERVICES FOR HAUL ROAD PROJECTS
RESEARCH ROAD ROUNDABOUT AND ACCESS ROAD
Baseline is proud of being named an award winner in ENR's
Transportation Project of the Year for NREL's roundabout project in �,.,
Jefferson County, Colorado. We contracted with NREL and the DOE to , ;�.. - '
provide final design for the Moss Street Extension project, which is I ,-., -
now Research Road. It consists of approximately 1/2 mile of a new, .$ . `
two-lane collector roadway and bike lanes extending to NREL's ',-
campus. A'
The project required that we analyze and resolve multiple utility
conflicts throughout the design process. We handled them using AutoCAD Civil 3D and pothole information
that we obtained on the project's existing utilities. Additional project elements included multiple, large-box
culverts under the roadway to convey flows within two separate floodplains. These floodplains bisected the
project and required map revision permitting through FEMA.
In addition, NREL's project required approval and review through multiple agencies and crossed three
significant floodplains. Environmental and ecological issues were also at the forefront during design and
construction. Baseline was responsible for coordinating the project with the DOE, The Alliance for
Sustainable Energy, NREL, Jefferson County, and the Pleasant View Parks and Recreation District. Input and
approval came from many agencies including CDOT, the City of Golden, the City of Lakewood, FEMA, Metro
Districts, RTD, and XCEL Energy. We also managed a right-of-way acquisition process involving five private-
property owners.
Baseline's involvement was from start to finish—transportation planning, field surveying, NEPA Phase work,
right-of-way acquisition, hearing representation, construction plans, survey construction staking, and
construction oversight. We're proud to say that our engineering cost estimate came in just 3% of the
awarded bid. Professionals from our firm involved in this project were: John McLain QA/QC, Rick Behning
PM, Noah Nemmers Construction Phase PM,and Chris Rundall Project Engineer.
11
..� Is. ..
r I RFP#B1500032: ENGINEERING DESIGN SERVICES FOR HAUL ROAD PROJECTS
5. DETAILED SCOPE OF WORK, FEE ESTIMATE AND HOURLY RATE SHEETS
Baseline has itemized the project phases and deliverables in a tabulated format for the County's
review. This procedure allows us to identify all project asks and estimate the staff required to
complete them. Additionally, we have identified a preliminary resource schedule to determine
staff loads so we can build our project team. We have cross referenced our estimates with past
performance on WCR HRP projects. Therefore, we are confident our estimate is complete and
provides for the product level that meets Weld County's expectations.
Baseline has reviewed and agrees to enter into an agreement with Weld County using their
standard Weld County Professional Services Agreement.
As instructed in the RFP requirements, we have included hourly rate sheets to augment the project
budgets, attached.
Below is our budget summary. Please refer to the following pages for a detailed Fee Estimate by
County Road.
• Weld County Road 32 Design Fees: $ 146,916.25
• Weld County Road 39 Design Fees: $ 167,546.25
• Other Professional Services Budget: $ 10,000.00
• Total: $ 324,462.50
12
I
t0 7 N U) V M tr• 2 w O nA'f
t)D NN
N O n
M
! N
Q (o
O
N •
O
a e
i
O 0
•
O
0 r
1
e
0
i
h co a (n NPt
_
cu
0
a co a) In v v on o 0,
t C
W 00
0O
I o
o
o V V co to wit
o
cc
1, ..gcn
ko
I h 4, v v v v O On.
h
ii iii, 04. V (1') (O v
N Co,...
U) co 7 N d N , CI D -
,.1- (
n
aN
SOON so co V 0 v - j•
w'
N co
tl4 pp pp N
11 c0 O d O N V v 0 O C O V COO (00 00 V O (D - 0 0. 00 (O OM "n 00 w cco OM uul pi
- c4 NNy (O d: U) . 1 . rl - (O 0OO N m COD ° ' h o up M r (in U) f� T N K M O M O) N (T 46
V N 6 T W �V-• M �g 6. U) r (/1 U) N N N O - (S r N N O M r- O t{
ti � 0owolos w we-4 (..0 49Go
- we) cower n w W (ntowt% w
o •.to cm crD= V N cor U) V M ( I 1 �w (O r. O �. N
Q
Zio
O N
m
b
i I: 1
L.
o
Ec ≥I $ O 0
d 0
C q o. a o
C to
ro -
m
O 0000000 00 0 0 0 clops 0 0 00 0 0 0 0 000000
• r-- .- r 1- L r r
o C) .
-t C U) U) U) U) MU) c0 U) NU) NU) U) U) N 00000000 lnd) U) U) tn U)
uihlTFIJI7Iç
W 0000000 00000000000000000
dr,T0000000 00000000 000000000000
Erie
r r r — r
C 0:93 (n0tou) 0 :004 of 000 0to0, .i: - V) (nv) tou) v) (n
1--
p• N '
1 JFilm
co
p .-
3
U O,: O o o O'O o o o o <00.0 .' & %.;- ..--...'. O O O O
1.0 U) LO (n U) (n U) N U) U1 U) (n U) (l) N U) U) U) (n tf) Ua (n U) N (n U)
y CCr) nu) (n COCO , (nco (nn coU) u) u) (n (n 0 (nu N) (n (n (n0. to0 (n (nN
t
a
h o w v m d
C ll m N
(y , N
O F op
N = r '
„d„ 0000000 00000000 00000000 000000
n O- N- N- (\ h r N- O- N n N- n O- N- n N O- N N- O- N- (` n f` r O- N- N
m cc 0000000 00000000 00000000 000000
i--
0
Q O (1O O O (O UD !b d O Mai
W '.ON() N d - Co
O 1a lit o
x a
tv
2 W U) L7 to U) U) U> U) (n (A U) U) U) U) U) U) U) U) U) U) U) 0 Ln LO 0 O U) U) U) U)
gm 00 OD o W co Q) 00 O CO CO CO CO CO W CO CO CO CO CO co W 0O CO 00 CO N CC CO N-
W C U) u) CO U) CO U) U) 0 O (n U) U) U) U) U) U) cn U) U) U) U) v, U) U) U) 0 U) U) CO
C
CU --
C MN COO M tb d (O tO of... O (O V' V (OD
ii
CO
M.
Lo
W u)
T (LE L0 ,00tculL00
` • 0000000 00000000
00000000 00000000
00000000 000000
rr
QiCt U) U) U) 4 ) () U) U) (n to U) U) U) co co CO U to U9 NU) U) U) U) U) (n U) U) U)
C W
O
ea Q 2 Q (D `N d O N N N d N 7 W N o7 CA
0 CI.. T, T
VZ - _. --_—_ _ - - -_ 1 : :- . - ___ --
m U) U) U) .n U) U) U) N U) U) U) U) O U) U) U) U) U) (n (n (n M N U) M M (n 0
C N V m M M M M M M (M)' M M M M M M M M M M M M Cn M M M M M M M M M
c") CQ' MWU) (OU) UU .. ® U) (n (n (fU) (ntn U) W U) N (ntnl!) W N (n U) (OMU)
L C
O V .,
c 3 I
•en y , v (p • N (o co - d
c c U N T
w Ucc ^ a a o Ili (°o
S. b a O a � _
0 av
m
m y
d o m
E
U
c
to
: 1.3, 1 3 (1pp Si -2 � ^ v m a
« T
U) g g
ll Cn k 3Ei M .i c J'E m gJVJ
ii
to cc
mt O
o zo 0
M
t pC ^ Co f0 C ^ C (A' O (� V1 (f = V) c N c c C
' C47CO '-' C C - C (6CG - im �CvlCCI . 0. C CCd. nO 3 Q c o rn' . o Q c m ogc
Io, aw
o � m` U U u C (a to N ac w .al y — U dO � a) t 3mi
= m mcO � � 0 � .(2 ?e U
•
cc m — 0- Oa -Y (o as ° W o fb m o
0 mZ c c. V U � c mU
c;... . ti . E iil glow a- o m o
CM
(u
ill
U a :N o C' m c
-fl a z — a
. zS J U Q cam_
3 Q H cc co
Nit Q Z g U
• . (i Q
iN d' (O r CJ 01 V rtn 0 r a: fl T N v V r N M T3 0 0 S
y) N N N N N N M (") M M cM�i. V V d 'S V V'
f_ -
41 UD CO 40 t. :t CO v. V : : : : 1 : 0 Lt.
G ,
qN
M
C] c0
in
O
a
N N
h .-
0
co
O ii
a (ntov (mootD010Ocal 1A Col 'et * to
O _
U Oi
U) I.
a F
0 •
O 0 � vmay.
304.
h 11: et in co .st
In
a N
•
in
to
CO
h 4 (N.) A--
A
O
n
h r • i
h
N
aI
co
N N O 0 0 0 O O _ .. 0 0 0 -''O I!> - 0 0 0 0 0 0 0 al p
LL O g 7 O O .,, .- O n• c) t0 Lt. CO (',J O ' CO O M M 3- 0 ° V CO h
St()
N a to to N N t--: 0 • to tT a N N. . M M to::.-` N h N — 0) 0 O N M
70-ee N .- r •Up `� CO N M 7 :j, - taf3 N .- f;(. In•... • N N O v N O) co to
`ON � (A to to EA N u) ,..I tr. ua lfl NNE ,- WO, (A is isd30 fil to
ir- 00
69
•
S.• q 1
z
co ca to co O bn. co O O ON tD r O.moon , 00 0 ^ t.
r- t�) Cu -. N - �,,, .- r N N N '- N (y' (D
w
ra
u7 I
Ill
_•
•
Lrl N N
in
a - 000 0 0 0 0 0 0 0 0 1 O O O 0 0 0 0 0 0
CN .-r r t- lln t- r a-- r ems- a-- 'r�r .-
4' U) U) (A U) U) U.) U) U) U) (I) U) (o (n U) V) �.t" U) (A U) (A (A V) (o V) U) U) U) tf) V)
y
NI
N b
0 i go
N.
N Z ...
• w
0000000 00000000 :00000000 000000
3 co 0000000 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0
NJ a U) V) 0000 07 00 00W00090
0�o c. 041100000 M0N (t) toto
•
a t o0
y z o
—' ,
d a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
U U) 0 1.0 L') In U) L') 0 U) WI to to U) l() tO lf) to U) 0 U) U) 117 to to In to tO 0L) 1[)
a a (o,4A•V) U) to to in u> to to U) V) co U) U) U) to U) to U) (OU) U) 0U) NU) Cl) CO
t
J
U) 3 CO 7 N (N)
O ~
r
N = . pI
w 0000000 0 0 0 0 0 0 0 0 00000000 000000
t0 N N N N N N N N N N N N N N. N. N N N N N N N N N N N N N N
(c) a u) . . Cal toU) UwUto0 (» U) u ) U) U) tototn (nto U) U) (OU) ) U)
a
t_
Q N .•• (:) 00 O co O 00 O O N c07
U to
a O
ZU)
L.
o
a to n (f) to to in1I) ((J 1n IO U) U) to U) u) U) In to to U7 1n In tf) w to U) to lf) o
di-
„„,,g. m O Co t)) Co CO CO dJ co O CO co Co 0 co CO IX) co W 0o co (A Co (b W t)) CO N co N
e a tou) a) (OU) cn (n (nto (» U) (nu) toU) to (n (n (» a) U) U) U) to (nu) to (n (n
in
a
c CO CU omao (oOoo Co CD 0 (n7 c) CD N C7 CD
a I iO. _ N In N ,- '- r M
Al
C O On
co
E 4 T • - • -
Ill
W V)
Q) J a to to to U) to to U) u7 U) It) U) If) to to to LO U) tO to tO In tO to to to to to to In
O O O O O O O 00000000 00000000 000000
LL
4 a' to M U) U) co U) on U) U) U) (o U) (o u) U) to (o U) V) U) U) u) U) (I) u) U) U) U) U)
0 w
O
•N 1
O N to c0 00 N O N .11 0 N N M 7 N (O Co N CO M• _ 4 j N N IAA
Q d =I O
0
O in
m u A M M c'�') Cam') M M cct) M c) co co M M cam) M M M n tr M M r cc M M M M M M
•- th '-' t to N (n U) U) to CO U) t0NU) U) V) ) U) .. (n ( (0 (n (0 ( (0 (0 (ntoto (n (AU)
a
U
c 3 v A
(7I V N (NN (° O V
n N
' 0 r° Lo 6 -7.. L., ll,
°1U & ao co•co
on
co
to i E
•:.•-,; 4 ,.., a 8 It
U c)
E b 0 ft
-- e A . 9 c
c CO o m , to •
I • F- Ow ?w a!y
-- v o •
92 y 2 If .c (p j ijI .
U si, lc� mQ
co
I.
•Hi M
...
n o) a N a c (} c n to '. c - - c o (n mp ._ c .1 to -oo c
O C a c o N O CO O O E C p fU C O
`co ae o •o _. d m 6 m •0. .0 o ca E a a od' c ` 00 •u_ m u
a a a p y n a c 4. co m a C c_ C g ' ct �:d .� 0 .- E a s
02 c o ao i )1 QQa sE E wd `= .sT. c to •
il 3 21 11 8 to to
S c a ._ co X c E c o E .- a) r o E — m " _, ra
1411
Z � d a d 'o (n D N _, a`N ti
— O Vr d w o >
VI FO 5 iUaa � 0
U ❑ o' w
z
ilill 0 (zf' a F
Li
a m
z
_- HQ I
N t Q .. .ii
00 .4. to cop_ N - r� In M N '�''•-.
, IIPBASE_ LINE
Engine ing - Planning • uryeyin
Company Standard Billing Rates - 2015
Description/Job Title 2015 Rate Description/Job Title 2015 Rate
ENGINEERING SERVICES PLANNING SERVICES
Principal $175 Lead Planner, AICP $ 135
Project Manager, PE $135 Project Manager $105
Project Engineer, PE II $120 Senior Planner $95
Project Engineer, PE I $105 Principal Planner $80
Project Engineer, EIT $ 100 Associate Planner $75
Staff Engineer/Designer II $85 CAD Technician I $65
Staff Engineer/Designer $80 Planning Technician $55
CAD Technician I $65 Administrative $50
Administrative $50 FIELD SERVICES
SURVEYING SERVICES Field Inspector $80
Survey Manager, PLS $ 105 OTHER DIRECT COSTS
Chief Surveyor, PLS $95 0.40/sf (B/W)
Prints
Land Surveyor $82 6.25/sf (Color)
Survey Technician II $60 Mylar (does not include photo 2.50/sf
Survey Technician I $45 mylar)
0. 10-0.20 (B/W)
Survey Crew (2 man) $ 154 Photocopies
0.40-0.80 (Color)
Survey Crew ( 1 man) $132
Deliveries and Express Cost + 10%
CAD Technician II $70 Shipping
CAD Technician I $65
Administrative $50
ATV $12.50
Notes:
1 . Reproduction required for Consultant's own office work is included in Agreement. Reproduction required for submittals to reviewing
agencies, contractors, architect, planner. client, etc. shall be billed at the rates listed above.
2. Communication and local transportation expenses are included in the fees associated with project services, unless otherwise noted
in Agreement.
3. Outside services provided by others and charged to Baseline Engineering Corporation shall be billed at the rate of cost plus 10%.
These services include technical and/or professional work not specifically included in the Scope of Services provided by Baseline
Engineering Corporation.
4. Overtime work directed by Client shall be charged at 1 .5 times the standard hourly rates listed above.
5. Mileage and Per Diem when applicable are charged at the current federal GSA rate found at
http://www.gsa.bov/portal/category/21283
Corporate Headquarters High Plains The Dakotas Rocky Mountains
Downtown Golden Downtown Greeley Bismarck, ND Ski Village
1950 Ford Street 710 11th Avenue, Suite 105 6550 University Drive 1815 Central Park Drive, #370
Golden, Colorado 80401 Greeley, Colorado 80631 Bismarck, North Dakota 58504 Steamboat Springs, Colorado 80477
Ph 303.940.9966 Ph 970.353.7600 Ph 701 .222.2291 Ph 970.879.1825
Fax 303.940.9959 Fax 970.353.7601 Fax 866.242.9106 Fax 866.242.9106
into .
pRFP #B1500032: ENGINEERING DESIGN SERVICES FOR HAUL ROAD PROJECTS
6 . SAMPLE PLAN & PROFILE SHEETS
In Appendix A, we provide a selection of plan and profile sheets, and culvert cross sections, from
our work on Pawnee Roads CR 110 . These examples demonstrate our solid understanding of the
County's product expectations . They also highlight our ability to create a complete and readable
set of plants to support the chosen contractor's success.
13
.- 1:. :0/:2014 10 35 '9 AM. Michael yVhoP
V T 1 J ' (SI, 1 I ` i ��N t .•
i g -~ ( 1 / .8 ' cam' ) �� 1
? 5007.97 BP: 0+00.00 as PAS: 0700 -)1 71 \ 1 I( I �
g I ELEV: 5007.97 '--I PVIE: 5007.97 I I I I I I --astir—if-1jr `� uC f�r r�� J
II , / li // / " '� + r �l �
J BVCS: 0+25.36 ,,, — 7 I , r�� ;;i-t /l Ak /1..
BVCE: 5008.38 „-j-_
5008.71 , 1 I l 1 _ _ _ _L t �, PI: o+ •.. ✓
5008 4 EI: 0500 ITr a
\ WCR i� i ° ' ` `\ 5 Q '`` '�
I, ,i i I _ z ',,rte,N.F� pp�` g * � S �— 1, \
~� - HP: 1+01.97 ! . ni ��'
g f�t#1P1ElJrY 1+0f _ 1� 1I I i !1 —'lo ; • -t Vu)?\
1, k
5008.75 I , ,
w8 p
l � f7 � � il ,k 1 f5308 2 I' / ! 1 i ' ;Q / PI, 1+71.99
aEvsooa9°4r� Isat,Iji
/J j \ g ''‘q r � c t, 0 .
ii cq / 7 / , ( I
/If /) / // / 7 / / '
^
/ /i r 5006.4 r/ r7, � " �; Ir `4l 1 I /� J
11 / / /° ( / 1 ito, , , I / / l
c 5_005.69 _ (/ ( / j / / .-, g / / I I l
8 5005.4 s m / f 7
/I % / < /
. to [110 : :76$11 I
It/
5004.,6 1,AA'"" ? / r / / / . /,
// ( 21
I / J � I r
5004.2 88 1/ / r / I, : 1I /1 ) I/ /r // � � 1t � I
A ` )02.39'• i , 1 11 ( ( r ( / / 8 .t, < lui 1 I Y
/
� l.,., : � \t \ � 11 ( I •, ; � , t I l
\ tip , \ �� \ t I �'� / 1 , I \ r /
5000.37 _ _ y c-) �'� \��` '`l)� 1 �f / / ,.$
f / /I 1
11 I r?Al I i,
( a998.11 l l �� �� f r U ,.;,. - .o �: a a, 58 ,-,coo / r
9u 4998.1 l l _. '�"/�r • :`�', 1 r I, �I ♦ S 6 cJ / 4r ��e......„ :_... aI
4995.82 BVCS 5+46.34 �^ { i. I I J
c.�:__ . . BVCE: 4995.98' I$J' 1ij4_ - �_ _ ' ` J / / / /
• H r � �/ � /� 'fry 9* t
',- f /
i 44999340. I , - a - // /7 ; i
CD
: � 'i / ` w I 1
4991.89 + _ J / / / / l ^ t! ) I
_ _ - — - o / J11, _
I / ( < r
.8 o a
Ler--e\t";<- L'i? / g
cli0 V 4990.4/ , , i';�VVt 4989. " ` �- v arI
: 141 1
. .Pk 7+42.29 8 - '�` r 'Per s....----1:\ 704.1est wi 8 4889.23 1 u = �' r ; P8.1\(.4.-
.
i
.t ,1
;tE
gas.a :,g) 1 • 1498837ite, t8l8`�+� SANoF 4 � 1' -.--N >fiy„1� gI 1"' - ` : , ' l m• y1�
(., K of Z N O to
8 4087.5 .8 g z 2 < '' P _. n �-1 I \ *' mg ,
2 � � Fi w 1 J � ♦ C+oa + ' YiSB) 1 l l ' 54g E(
J( po 99'' - ``
4987.83 ED;
-8
J }I �S`n Z ' � r f�� ` ` • '. 11y♦♦� v._ . j''�1. r�
P � . -
_. � � f I r / c f t
11• � `'� • �_\-. •1_ � �
q N + I /// '/ 4` `41/11-1 SQ c 1 r `„ng6r
4985. (\J` f+i I ( f ��/• [l Af l/ 7F Is
q3 j ' 7} I II -+ � � ' /��
8 4987.61 I. I ! ! I . : ! I I ! ! . v8 I I 4k: r- 2 ' f LP: 9+10.58' � � " =J�\ ,� —�
LOW PT STA: 9+10.58 .ry `� 1:71- , . f ��^ $ �
I LOW PT ELEV: 4987.60. ' k. C. , r / 2 ' I - ,�
Z , ` 1 I cyi �'tk6�� I Ij /1"- ``;s�
7w"ffimmfr---4"riass
4987.70 'i .-
1\I\ cH \ ( flit ‘\ ci s- ,./- (. --1-_-
) \\ 'it\ S \( 'Cl 0 \ I - i ER ,1-.,4•..` ----,etri\-i-4
s,.\\ \ m
8 4'967.8 i 4 k \\ ' \\\\ ( ¼ +` j� 1< ( ,_sr
f E'VCf 14968 t ? 1 '\ -J- 0. ' ( . �4 `� S �/.r� r
am I III
10+47.97 , \\\--N
/ ( �' I I 1 '1r�f/�' \
BVCE: 4988-77I
19eae _ .41/1-1._e-',1/4---`'S l // 1 \ ` . I; (I'� i it i(i I/ // / (/// / I ri\ \\'' i% ...-. } • ‘Rj ----.e."-tt—N-----211-----1—:764-1--
8 4989.2 - 011 I / / /7( ( ( 1
II I HP: 11+38.26_
I 11 till
l
RICH PT STA: 11+3_8 28 I i r 1 t \ i 1
4089.41 . 4918.43 �j 1 + A, /
4990.0 -4- — �F' +1 �T. - �/ 1 1 \ '4',� \ Moa .os X3}— �+� 1 r f /
1 - ( � ) \ \ " I ( / ) � , I tikil / ///
r. ;� f / / ) , 1 / / N , -� Ai / 1 ( ( t
N tx-. o p r /IJ / / 1 8 l r / S
$ '9697 i ,,,,,4/0 ,-g.-. :: :N j(/�7////rl / / { 1 it. 11 i 1 I ( 1 f/ / / �/ � , I ; Ix I
4$ 41 _ /1�'/ 1� // ',`'°►�,'• " bcV5 / 1 c
gas • ///// // Y / L '1
I 1 AY1'!;
l / /
47) / / (/ / / / / /e2/ I � I I ,s' s /
l
8 4987.0 / / ) 1 l 1 i ) (' ( / 1
�� ' �/ / i
S ( t ) L1� 1t'4' )_ __ ' / /
4985.3 a i - I f , / r�I 1 ,(' / 2 ) /
III / / / 11 / ' ; I , � r'k , 7 / / '/
i 4964.14 1 . BVCS: 13+97.57 1 ' ' g _._
0
g 4983.9 RBVCE: 4964.22Eill k o
a g
Y REVISION DESCRIPTION PREPARED BY DATE CONNEDn
;f 1 NOBLE ENERGY 100% SUBMITTAL TO WELD COUNTY r + MJW
a
� : giWELD COUNTY COLORADO REVISED PER COUNTY COMMENTS 4/4/14 a,d„a,� AS E L I N E
-N 4 PAWNEE ROADS CR 110 MJW Engineering • Planning • Surveying
$ PSI ii GX WELD COUNTY, COLORADO _ tRSISD �
L.a . I PLAN & PROFILE STA 0+00-14+00 - - RAB Tao KM AVEAH SUITE 105 •GREELEY, CDLGRADO 806.1
P9703537600 • F 9703537801 • wwwbeaelmecapcom
I
I
N. \co15204 Pawnee Roads\drowings\CR110\15204 CR110 CULVERt5.dag, 4/22/2014 8:26:37 AAA. Mlrc!l •White
h
c
N ttO O a co
n
N N n
n Z A 0cn m m i
a2r,
cN
GI +b n T m r
O Z AJ I,7 x Z *it .
? 70
Q m L ,orl 8+13.96, 23.4' L
N 180+ 23.7' l E n g i��'� 24" RCP FES
n `- - ' C , ,INV = 4982.40
(3) sr X 4 HERCP FES fe r .-it.-2.
8 0 C NV • 4721.07 8 II r $ g 1
11 f :q N� rn ,4 1,. C
a - QRI f- J O Ag f °4
W I > Q
� n x ® �r-1• Fg- i
liciQ LL = gg Q LL c = J ,� •� on
4812. 17.7' R D4.1 7+92.77. 24.2' R
g r�V4 g X g = T D = . ►� a': HEADWALL & WINCWALL$ - —
z c t A J rN INY'• 4 0.86 �' 24" RCP 83. m
g�o ?or4, � estqr4, c > 6). v - - o +r+ —INV = 4983.50 f
c -A _F , �� -'A c t o 0 � ---•--• - N ha
- 2 � _ 2vv$ggg -A JI I \\
Loamr m w I/ I
m �
r4i �m^ c;. r� ZV Z gOry^�� 2 g Or' f Cs- g g p �' O do m
Qil7 O5. z —m2c) 0 M • 25
�� z 032„Rr2 g P g -a$It -, Al
pAg2gg�g/(� f-igOFEgx O mt - - - O y 5� if;* Z �g - SA O v
SG zrlAgg Z O� 2Z .. ''-
iRns � N . . XU � ��y,�
> r}2vn $ >v � CI Zg §i § F sa. m ^Mc:n � • z* 0
� p m L N '�t m Zo 11 II .7 f7 V� N r rM• A !C
v- . xs �4Rev_-)_7Ai m �^a o' '6' -8 x �;-1 on o c o ! , c
Z ;p 0 8 0 � o � � q, v, � 45 -- A p 2 F`,WSQ2r in2x P
x r0i re ; '> N $m gi, Zwb �„ r p F-tom $ •x �-4 vx m
EQ g n nm� c
a• 0 �� � + n Ci+ -Hy IiI P
3,16 -.1 >Z c� CO's 1111 p co 1 . 1'�l f+5 X iK X co + pp m G
el.t\\\\\\\:,,i. i f R--
-4I O F 04 2 m I I — - 0 0 66+46.60, 21.3' L
o c 208+00.05, 21.1' L N 2 23 X 14 HERCP FES
z z m r^ N 23" X 14" HERCP FES INV = 4865.30
Fg � ' Nv = 4703.80 4 I, I
m c:
T' o § 2 (OZ .1 . I I 8 eII 0 Xi m co
8Q g ' y e N O; �. N `" CT
66+46.65, 21.1' R
S < to c�o ; J tt++77 z '
9 v) ® 2 = g I 207+99.95, 21.0' R a w _— a`� . . . 1 '- 2 23 X 14 HERCP FES
CO ^_ •
� ' ,. 23' X la" HERCP FES on N _ INV = 4865.51 -o
n q N \ INV = 4703.82 _� n a Pl
* o
NO O r rn • S co
P _
A- I I I N ,N„ K J c l i
m ,,
o gt x g 1Rg o , - Z c
to
v ..g5 R
My .
m .
0 " Z
o .F U
W
S m 5
cnr _6 x
C3(
In
0
m o+ v a u 1.4 - 9;
c A c P 4' o o > 3 0 $
o UQ g -g g3 3g 3.p j g
LA
7ng Eo • ,„ � ~ s r ads Q IP=w " fit ; a s 4gQ a i4g If _____
cm l/ � _ 1
zom -Aoo a (m� o X S $m R a S 2t -J o (,.I 65 im mS ��J1 ImJ a cm I
^y r1",
g N {9-931 s4 999- ig Q N0 •4
Mr-r n R H x . a - l '101+40.96, 21.2' L
A n Tin E •
lVC 0 `, 23" X le HERCP FES
A rn n g m oe $ 0 N INV = 4821.39
-Sg Z Lo
yZ li g oftl .
r•' m w o n m o O u u — 0•2RD Sn Qar) aor/, g - y sj • gq � p 4_ on t' rig 101+41, 21.5' R
tnm- b i, 61 Z o m v J$ gR 3 �. • g = 3 m ZTp' ,a 7� �+ m g y c� N (�j + 23 X 14 HERO' FES
mcnc r om Hmis9gt ^ � v Am � z � � I (r t7 F � .'im vi N C''' INV = 4821.18 -;
O ->-i d g ^ o YYYX 426 glq w g g g a R m' j nx g , QQ> I o co 1 I I ti I i 1 � D o .ri
2 •S tllS .rl., r' • a: `� °' cS im° �7 h a L`.i g.--, N -a- r
Z b ti O C J S b > S@ N i. C N
z ca11 : 2 8. 32 rS { m 6a99g . i=it T 5 lad o 4. x I •
Fi 2g au t tar ms 9 3ajrn
1 '
•
d y •
z3 sV gml ; ^ s g c• a G a = 0 • co Z Sp
s c JJ o C a 2V Rx f y
� $ � nmg g 3 a ` g � E n
_ v gig
(,t224- W
3 Og. 71aa s Canis s 2
8 & i � g 2 �� `cT x� zstI$ s
A3 r C�7� Op�J, as N N N Q Q~, _ 4S2% ."04
O fA al C O cH W li
Ili P 31 1I ?
to
Qm �, _
sts
cii.A0 0 004
pp - Z Ar p
�1 Z Ny p .Z1 A 0np
It mmm
- ,�I Z > Oyy {r[/ -- n z
V'lmilppo -1-j\rril > X0Z
0 Vp-7 ≥ S g p�p z rl
z ry�r, Jpp' �f tl 2 m Z-,b o
m Wm -n-2 2 m "33 - tnro ,0 rl 0027 �*— x
� m0� 2 or" -- = 7ZC a 0 C 0
p ~
n A � z% o X m $ —R— ---_-
co CHANNEL BANK
cA A ll
&I m -Cc rn 6 > p V �-II
I V v
LA a / �� in
W II II
H tiff.j O i.
8240
CD
D WgO= C o c —� � frn
ma
Vaa- yA 0 A m = 05 �f� I A .1 go le 5 x — x 7
�S38.3 � p gm Q U7A I • I y w� �� rp�I S ��y/�{
TE� m a Z0 mm O0oZ • \ � � I in
fgN K
. � cjl 3Te4140 t I VSOZ N c A m J r.i r^
o0
L_.�_f,.. > P �j 215 SxM 2 y 000 loil!tng
ffQ�� h! 000
r pp 2AAz
rg
MZv vpp , r 2 mp +51 iCYtg onz 2- •� An p
C ov,
>0
Z 0 -gm P F kr: 1 M L.: q
-92 In cz >
03o"f `� rG 0CtRpb a
- > AR c t+l
p Z A c , C 0 a
N o x-d i z 't g s
aai
<S
1p
i REVISION DESCRIPTION PREPARED BY DATE �Im RV
1 i o t b I NOBLE ENERGY 100% SUBMITTAL TO WELD COUNTY NM 3/7/14 MJW ASFI
C� $ It1isWELD COUNTY COLORADO REHS£D PER COUNTY COMMENTS MJW 4/4/14 INF
W ° C r PAWNEE ROADS CR 110 — _ ear
Engineering • Planning Surveying
$ I K WELD COUNTY, COLORADO11 — a�olm � Y g
CROSS CULVERT PROFILES RAG 7 117H AVENUE SUITE' 105 •GREELEY.COLORADO 80631
11.
r t RFP #B1500032: ENGINEERING DESIGN SERVICES FOR HAUL ROAD PROJECTS
APPENDIX A) ADDENDA
Request for Proposal
Engineering Design Services for Haul Road Projects (HRP)
WCR 32 & WCR 39
Bid Request No. 81500032
Weld County, Colorado
ADDENDUM NUMBER ONE — February 26, 2015
TO REQUEST FOR PROPOSAL
The following shall be as fully a part of the above named Documents and Specifications as if therein
included and shall take full and complete preference over anything contained therein to the contrary.
Acknowledgment: Each bidder shall indicate their acknowledgment of receipt of this
Addendum by including this addendum in their proposal.
The following is to clarify questions/comments from the mandatory pre-proposal meeting which was
held February 24th, at Weld County Public Works building:
• As-Built drawings, by the consultant, will be required at specific locations to include culverts,
driveways and intersections including: (Culvert - Invert & Top of Pipe), (Intersections and
Driveways - PC's & PT's, Radius Dimensions, Centerline Elevations, etc.) Also; for the new
roadway surface - Centerline & Edge of Pavement (both sides) @ 500' intervals.
• The proposals should include a description and cost for inspection for both roadway segments.
Assume 30 (12 hour) days for each segment. The cost should be shown separately but also
be part of the total cost.
• The proposals should include a fee amount for TCE preparation and acquisition. For this
project, assume a total of ten (10) TCE's, primarily at culverts and driveways, etc.
• The RFP specifies maximum reimbursable miles for design and inspection. For this project the
maximum miles shall be 1,500 miles for design and 2,000 miles for inspection.
NOTE: No further questions will be addressed if received after - Tuesday, Mar. 3`d at 5 pm.
Page 1
MEMORANDUM
Date: April 2, 2015
To: Trevor Jiricek, General Services Director
From: Matt LaPorte, Project Manager
RE: RFP Request No. B1500032
BOCC Approval Date April 6th,2015
The Public Works Department provided a Request for Proposals for engineering services for the design of
two segments of HRP roadway; WCR 32 between WCR 31 and WCR 39 (4 miles); and WCR 39 between
WCR 28 and WCR 38 (5 miles). Public Works has completed the engineering consultant selection
process associated with the design of this project. The QBS "best-value" selection process was followed.
Three (3) qualified consultants submitted proposals which included a design fee estimate and cost
breakdown. Baseline Corporation submitted the best proposal and most realistic cost. Baseline had the
most reasonable scope of hours needed to complete the project on time and within budget.
The following staff members were involved in the selection process: Don Dunker, Richard White, Cinde
Wright, Rose Everett, and Matt LaPorte. The selection committee is recommending award for
engineering services to Baseline Corporation in the amount of $324,462.50. This contract amount is
reasonable and fits within the overall budget. The overall project budget ($5,742,060) is being partially
funded by a grant from DOLA in the amount of($2,000,000).
Recommendation to the Board:
Public Works recommends approval of the award to Baseline Corporation.
006 055a
EG 60-
WELD COUNTY PURCHASING
1150 O Street Room #107, Greeley CO 80631
� �. E-mail: mwalters(W,co.weld.co.us
E-mail: reverettCa�co.weld.co.us
Phone: (970) 356-4000, Ext 4222 or 4223
` I Fax: (970) 336-7226
� UK!Y .
_ r_1
DATE OF BID: JANUARY 30, 2015
REQUEST FOR: RFQ - ENGINEERING DESIGN SERVICES - ROAD HAUL PROJECTS -WCR 32 & 39
DEPARTMENT: PUBLIC WORKS DEPT
BID NO: #B1500032
PRESENT DATE: FEBRUARY 2, 2015
APPROVAL DATE: APRIL 6TH, 2015
VENDORS
BASELINE ENGINEERING CORP
910 11T" AVENUE SUITE 105
GREELEY CO 80631
ICON ENGINEERING INC
8100 S AKRON ST SUITE #300
CENTENNIAL CO 80112
ROCKSOL CONSULTING GROUP INC
6510 W 91 AVE SUITE 130
WESTMINSTER CO 80031
OLSSON
5285 MCWHINNEY BLVD SUITE 160
LOVELAND CO 80538
ALLIANCE ENGINEERING
9737 WADSWORTH PKWY
WESTMINSTER CO 80021
BOHANNAN HUSTON
MERIDIAN ONE
9785 MAROON CIRCLE SUITE 140
ENGLEWOOD CO 80112
GLEAFTS LLC/CONSULTING ENGINEERING
1675 BROADWAY ST
DENVER CO 80202
IT WAS THE DECISION TO SEEK PROPOSALS AND FEE ESTIMATES FROM THE FOLLOWING FIRMS;
BASELINE ENGINEERING CORP, BOHANNAN HUSTON, AND OLSSON ASSOCIATES.
THE RFPS WERE DUE ON 2/27/15. THE FEE ESTIMATES WERE:
BASELINE ENGINEERING CORP - $324,462.50
BOHANNAN HUSTON - $299,347.00
OLSSON ASSOCIATES - $295,339.00
**SEE THE ATTACHED SCORING SHEET.
Consultants Ranking Summary
WCR 328 WCR 39 HRP(#2)
Committee Member BHI Olsson Baseline
RE 1 2 3
ML 3 1 2
CW 3 2 1
RW 2 3 1
DD 3 2 1
Total Points 12 10 8
RFP Ranking 3 2 1
WELD COUNTY PURCHASING
186i •
a�....EF: 1150 O Street Room #107, Greeley CO 80631
E-mail: mwaltersanco.weld.co.us E-mail:1 i
reverettco.weld.co.us
_ ' V1 Phone: (970) 356-4000, Ext 4222 or 4223
--
y0 rYc_. Fax: (970) 336-7226
DATE OF BID: JANUARY 30, 2015
REQUEST FOR: RFQ - ENGINEERING DESIGN SERVICES - ROAD HAUL PROJECTS -WCR 32 & 39
DEPARTMENT: PUBLIC WORKS DEPT
BID NO: #B1500032
PRESENT DATE: FEBRUARY 2, 2015
APPROVAL DATE: WILL LET CTB KNOW WHEN RFQ/RFP IS READY TO AWARD
VENDORS
BASELINE ENGINEERING CORP
910 11TH AVENUE SUITE 105
GREELEY CO 80631
ICON ENGINEERING INC
8100 S AKRON ST SUITE #300
CENTENNIAL CO 80112
ROCKSOL CONSULTING GROUP INC
6510 W 91 AVE SUITE 130
WESTMINSTER CO 80031
OLSSON
5285 MCWHINNEY BLVD SUITE 160
LOVELAND CO 80538
ALLIANCE ENGINEERING
9737 WADSWORTH PKWY
WESTMINSTER CO 80021
BOHANNAN HUSTON
MERIDIAN ONE
9785 MAROON CIRCLE SUITE 140
ENGLEWOOD CO 80112
GLEAFTS LLC/CONSULTING ENGINEERING
1675 BROADWAY ST
DENVER CO 80202
*`* THE PUBLIC WORKS DEPT AND TEAM WILL BE REIVEWING THIS RFQ PROCESS.
1 0w/5-- 1.35.2-)
00 7,2--
Hello