Loading...
HomeMy WebLinkAbout20141913.tiff ,§§1 MEMORANDUM TO: Board of County Commissioners COUNTY . DATE: December 5, 2014 FROM: Elizabeth Relford, Transportation Planner SUBJECT: Change Order Atkins — WCR 49 Corridor Study Following up from the November 12th work session , Public Works received the change order from Atkins for the CR 49 Corridor Multi-Use Easement Investigation and Study. During the work session the cost estimates discussed ranged from $200, 000 to $250,000. Following up from that meeting, Atkins provided the not to exceed costs for the proposed change order in the amount of $239 , 000. This amount includes utilizing the law firm of Icenogle, Seaver, Pogue, PC and Harare, Rodriguez, Ostrander & Dingess, PC. The scope of work summary is attached , but is summarized below. Phase 1 — Entity or IGA identification for WCR 49 Project: • Legal - $40,000 • Engineering/Planning - $30, 000 . Phase 2 — Establishment of project entity or IGA and Justification Planning Study: • Legal - $39, 000 • Engineering/Planning - $115,000 Phase 3 — Organization and initiation of project entity: • Legal - $15 ,000 Staff recommends authorization of a change order to Atkins in an amount not to exceed $239,000 . CC : Pil (Fag) l4 CHANGE ORDER#1 Multiple Use Easement Investigation and Study for the Owner's Representative Services for WCR 49 Design-Build Project from US 34 to 1-76 Date: November 24,2014 Project: Owner's Representative Services for WCR 49 Design-Build Project from US 34 to I-76 - P.O. t#P1400673 County: Weld County,Colorado Contractor: Atkins North America, Inc. The following change is hereby made to the Contract Documents: CHANGE TO CONTRACT PRICE: Original Contract Price: $1,287,992.00 Current Contract Price adjusted by previous Change Order: $0 The Contract Price due to this Change Order will be increased by: $239,000.00 The new Contract Price, including this Change Order,will be: $1,526,992.00 CHANGE TO CONTRACT TIME: Final Design Contract Time will he extended to December 2017 The Contract Time will be extended to December 2017 The completion date for all Work is anticipated to be the end of December 2017. RECOMMENDED: , � � DEC 0 8 2014 County Representative Date: See L ouglas Rademacher(Chair) Dept. Head: a.L7 shed ecuie, Date: ip?"' p p -1 y APPROVALS: 4flgd4Contractor: Date: 11/24/14 County: Date: 20lq - �9�3 t6 007D APPROVED AS TQSUpSTANCE: EledTetf, fficial or De artrnent Head IQ(Pi Director of General Services APPROVED AST O FUNDING: .tQ O7/110 ,4 Controller - APPROVED AS TO FORM: County Attorney ,y14,19/2 Atkins North America, Inc. ATKIN $601 DTC is uIevard, Suite 700 De ivec, )ur tdc 80231 Telephone: +1.303.221.7275 +1 303.221 727b www.atkinsglobal.com/northamerica November 24, 2014 Elizabeth Relford Weld County Purchasing Department P.O. Box 758 1 150 "O" Street Greeley, Colorado 80632 RE: Owner's Representative Services for WCR 49 Design-Build Project from US 34 to I-76 Multiple Use Easement Investigation and Study Change Order Request#1 Dear Ms. Relford, Attached is the Scope of Work and Cost Estimate for the Multiple Use Easement investigation and study. Atkins is proposing to utilize the law firms of Icenogle, Seaver. Pogue. PC and Hamre, Rodriguez, Ostrander& Dingess, PC for this investigation and study. If you have any questions, please contact me by phone at 720.475.7002 or by email at ken.hawkins@atkinsglobal.com. Sincerely, 11(11441b Ken Hawkins. PE. Project Manager ATKI N S Scope of Work Phase 1 — Entity or IGA identification for WCR 49 corridor project Confirm required features of the WCR 49 corridor, and advise on types of political subdivisions and intergovernmental agreements (IGAs) which are empowered under Colorado law to provide those features. Assist in deliberation on public purpose and necessity of corridor features in connection with entity or IGA selection, including support for the study regarding those features. Consult on selection of an entity (or entities) and/or IGA, confer as needed with stakeholders, and recommend on selection of the entity. The following is the Phase I sequence detail : A. Meetings with County staff to confirm corridor project features. B. Advise on available entities and intergovernmental arrangements to provide those project features. Advise on pros and cons of entities and arrangements. C. Advise on timing and approval requirements for available entities and/or IGA approvals. D. Confirm public purpose of project features and necessity of project scope, including property acquisition, through study coordinated with project engineer. E. Loop back with decision-makers and provide legal advice on entity and/or selection. F. Provide conceptual design of entity and/or IGA for final selection. G. Determine the scope of the necessary study required to support the public purpose and necessity for a Multiple Use Easement. H. Advise on issues that may arise for potential future condemnation proceedings during the right-of- way acquisition process. Phase 2 — Establishment of project entity or IGA Advise on and prepare documentation and recommended course of action for establishment of the project entity, or draft the IGA. Consult and coordinate with counsel to the County and municipalities participating in the corridor project and other stakeholders, if appropriate. Shepherd actions necessary for entity and/or IGA through establishment and approval process. Prepare the necessary study required to support the public purpose and necessity for a Multiple Use Easement. The documentation and necessary actions for creation of the project entity and/or IGA will depend on the entity/IGA approach selected. Different types of entities need different foundational work, and IGAs may or may not result in a new entity. Without attempting at this juncture to identify all alternatives, some examples are: A. IGA Only Approach. Develop an intergovernmental agreement among the County and participating municipalities, without the establishment of a separate new entity to execute the project. B. IGA Entity Approach. Develop an intergovernmental agreement among the County and participating municipalities, which agreement includes the establishing of a new entity, as allowed by state law. This requires only the actions of the participating existing governments and the IGA Entity executes the project. C. Regional Transportation Authority. Organize a regional transportation authority, which has broad powers involving transportation of people and goods. Organization requires a vote of the electors of the members, the County and municipalities. 2 ATKINS D. Corridor-Only Metropolitan District. Organize a metro district, with no property tax power, with funding obtained from the County by IGA. E. Public Highway Authority. Like a regional transportation authority, a public highway authority has broad powers for transportation, but PHA legislation is presently limited to a circumferential beltway of the Denver metro area. F. Combination. An effective approach may involve the use of more than one type of political subdivision, of which there are a dozen or more under Colorado law. Phase 3 — Organization and initiation of project entity Assist with the organizational and formational aspects of any new project entity. Provide advice on state law compliance with governance, operations, budgeting. Legal services in connection with appropriate intergovernmental agreements and contracts. Provide legal guidance for organizational actions, including initial governing body meetings and actions. Depending on the selection made in Phase 1 and acted on in Phase 2, the first steps of the new entity can vary considerably. 4 Cost Estimate Phase 1 — Entity or IGA identification for WCR 49 corridor project Legal - $40,000 (Icenogle, Seaver, Pogue, PC and Hamre, Rodriguez, Ostrander & Dingess, PC) Engineering/Planning - $30,000 (Atkins North America, Inc.) Phase 2 — Establishment of project entity or IGA and Justification Planning Study Legal $39,000 (Icenogle, Seaver, Pogue, PC) Engineering/Planning — $ 115,000 (Atkins North America, Inc.) Phase 3 — Organization and initiation of project entity Legal - $ 15,000 (Icenogle, Seaver, Pogue, PC) 3 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY&Atkins North America,Inc Owner's representative Services for WCR 49 Design-Build Project from US 34 to 1-76 049 171 THIS AGREEMENT is made and entered into thisol/ day of SepktylbeK,2014,by and between the County of Weld,a body corporate and politic of the State of Colorado,by and through its Board of County Commissioners, whose address is 1150 "O" Street. Greeley, Colorado 80631 hereinafter referred to as "County,"and Atkins North America,Inc,a corporation],who whose address is 4601 DTC Boulevard,Suite 700,Denver,Colorado 80237 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. B1400121".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 confines 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 judgement provided by highly competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional shall further he 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 tenet of this.agreement begins upon the date of the execution of this Agreement by Chatty. and shall continue through and until Contract Protessi,mal's completion of the responsibilities:described in k xhihits A Both of the parties to this Agreement understand and agree that the latcs of the State of Colorado 26no..e 0/U-)9(3 9-a9-4Biv EGod'1O 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 Ageement. However, nothing herein shall he construed as giving Contract Professional the right to provide services under this Ageement 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. 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 tees 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 S I,2H7.992.00, which is the hid set forth in Exhibit B page 24 not to include the Material Testing. Contract Professional ackno\k ledges no payment in excess of that amount \\ill be made by Count‘ unless a "change order" authorizing such additional payment has been specifically appro\ed by the Director of Weld County Public \k itrks. or h\ formal resolution of the Weld Count\ Board of County Commissioners. as required pursuant to the Weld Count\ Code. •\n\ other provision of this :\itrcement nom rthstandin`_. in no e\cnt shall Count\ he 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. lf, 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 he solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Mileage may be reimbursed if the provisions of Exhibit B permit such payment at the rate set forth in Exhibit B. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, 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 hind County to any agreement. liability or understanding. except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law. 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 he withheld in County's sole discretion. County shall have the right in its reasonable discretion to appro%e all personnel assigned to the subject protect 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 h} Count and to the extent of the Services to be performed by the subcontractor. to he bound to Contract Professional h), 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 he 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. In addition to the foregoing warranties. Contract Professional is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contract Professional must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contract Professional shall submit to County originals of all test results, reports. 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 he a waiver of any other breach. Acceptance by the County of or payment for. the services completed under this Agreement shall not he 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 tune of execution of any agreement or commencement of any k‘ork. the tolloe+in`_ insurance co%cling 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, during any warranty period, and for three (3) years after termination of the Agreement.The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating"Should any of the above-described policies by canceled or should any coverage be reduced before the expiration date thereof.the issuing company shall send written notice to the Weld County Director of 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 he 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 he 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 tier losses arising from the work pertin-med by the Contract Professional for the County. A failure to comply \\ith this provision shall result in County's right to immediatel terminate this Agreement. Tyres of Insurance: The Contract Professional shall obtain.and maintain at all times during the term of an\ 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. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) S 100,000 S 100,000 Commercial General Liability insurance shall include bodily injury, property damage,and liability assumed under the contract. S 1,000,000 each occurrence: $1.000,000 general aggregate: $1,000,000 products and completed operations aggregate: $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of S1,000,000 for bodily injury per person,S1,000,000 for bodily injury for each accident,and S 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 nd 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 S 1.000.000 Aggregate S 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 tierce at all times during the tenn of the Agreement as the same may he extended as herein provided. a commercial teneral liability insurance policy. including public liability and property damage. in limn 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. Contract Professional agrees that any duly authorized representative of County, including the County Auditor, shall, until the expiration of five (5) years after the final payment under this Agreement, have access to and the right to examine and audit any books, documents, papers and records of Contract Professional, involving all matters and;or transactions related to this Agreement. 16. Interruptions. Neither party to this Agreement shall he liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement. where such failure is due to any cause beyond its reasonable control. including but not limited to Acts of God. fires. strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate. prior to commencement of work, its project representative ("County Representative'") who shall make. within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations. change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall he deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt: or (h) five (5) days following delivery to the I inited States Postal Service, postage prepaid addressed to a parts at the address set forth in this contract: or (c) electronic transmission ' ia email at the address set forth hclow. where a receipt or acknowledgment is required by the sending party: or id) transmission ' ia facsimile. at the number set forth helm\. where a receipt or acknow ledgment is required by the sending party. Either party may change its notice address(es)by written notice to the other. Notification Infbrmation: Contract Professional: Jeff Kullman, P.E. Attn.: Vice President, Principal in Charge Address: 4601 DTC Boulevard, Suite 700 Address: Denver, CO 80237 E-mail:jcff.kullman@atkinsglobal.com Facsimile:1-303-221-7276 With copy to: Name: Ken Hawkins, P.E. Position: Vice President, Project Manager Address: 4601 DTC Boulevard, Suite 700 Address: Denver, CO 80237 E-mail: ken.hawkins@atkinsglobal.com Facsimile: 1-303-221-7276 County: Name: Don Dunker, P.E. Position: County Engineer Address: PO Box 758 Address: Greeley. CO 80632-0758 E-mail: ddunker@weldgov.com Facsimile: (970) 304-6497 18. Compliance with Law. Contract Professional shall strictly comply with all applicable federal and State laws. rules and regulations in effect or hereafter established. including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non-Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations. representations. and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated. budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest —C.R.S. §§24-18-201 et seq. and §24-50-507. l'he signatories to this Agreement aver that to their knowledge. no employee of Weld County has any personal or beneficial interest whatsoever in the serk ice or property which is the subject matter of this Agreement. Count 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. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities. rights, benefits, protections or other provisions, of the Colorado Governmental immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement. and all rights of action relating to such enforcement. shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County. Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties. Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies. warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement. through participation in the F-Verity program of the State of C'olorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use C-Verify Program or State of Colorado program procedures to undertake pre- employment screening or job applicants while this Agreement is being pertonned. If Contract Professional obtains actual know ledge that a subcontractor performing work under the public contract for sere ices knowingly employs or contracts with an illegal alien Contract Professional shall notit\ the subcontractor and County within three (.1) da}s that Contract Professional has actual know ledge that a subcontractor is employ in or contracting kk ith 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 a new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents. and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach. and if so terminated. Contract Professional shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen(18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the Unitcd States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101. et seq., and (c) shall produce one of the forms of identification required by C'.R.S. § 24-76.5-103 prior to the effective date of the contract. 29. 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. 30. 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. 31. 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. 32. Compliance with Colorado Department of Transportation Regulations and Standards_ Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work perfumed by C'ontract Professional under this Agreement. and Contract Professional agrees to meet or exceed all standards set by these publications. Contract Professional further acknowledger and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Contract Amount. Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms.Both parties further agree that this Agreement,with the attached Exhibits A and B,is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements,oral or written,and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF,the parties hereto have signed this Agreement this A9 day of $P i thbt' ,201 CONTRACT PROFESSIONAL: Atkins Nooth America, nc By: �1/'� Date September 24,2014 Name enneth .Hawkins�GU� Title: Sector Manager WELD COI , GI ;vi ATTEST: a' G BOARD OF COUNTY COMMISSIONERS Weld County Clerk tothe Board WELD COUNTY,COLORADO BY: 0�'V/ a �� a1 k-,,,S,,,,-- Delbuty Clerk to the Board D la'Rademacher,Chair APPROVED AS TO FUNDING: APPROVED S T UBSTANCE: Controller E to fficial or D ..-nt Head APPROVED AS TO FORM: W V a1- ,� ��_1 ty�ctor of enera a sew f{ E County Alto., 'gt Via tat 'O' 1 I A0ic-igl3 EXHIBIT A Request for Proposals "a' 1861 j'=- Owner's Representative Services for t !j - -- WCR 49 Design-Build Project ,rte N =,s From US 34 to I-76 I. Purpose Weld County is soliciting proposals from qualified consultants for owner's representative design-build procurement services for the Weld County Road (WCR) 49 Corridor. The project consists of the development of design-build procurement documents for approximately 20.0 miles of arterial roadway design and construction. The Project begins at the intersection of WCR 49 and U S 34, approximately 2 miles west of the Town of Kersey, and ends at the intersection of WCR 49 and 1-76. The last mile of WCR 49 is in the Town of Hudson jurisdiction. II. Scope of Services Anticipated design-build owner's representative procurement services include: project oversight; procurement support for the preparation of a letter of interest, request for qualifications, request for proposal and selection of a design-build team; project administration, and public communication services, including a public communication plan. Owner's representative construction management and field inspection support services may require a scope of work at a later date. • General Project Description This project will consist of reconstructing approximately 20.0 miles of WCR 49 from US 34 to 1-76 from a 2-lane asphalt roadway section to a 5-lane concrete arterial. Weld County has developed a conceptual/preliminary alignment for the entire corridor along with full design including profile and cross sections of two intersection projects along the corridor. The intent is to utilize the conceptual/preliminary design that has been developed for a design-build procurement to construct project using a modified-design build format. Acquiring right of way through the first 10.0 miles of the corridor has begun and all 20.0 miles are anticipated to be completed by August 2015. Consultant will need to coordinate the required utility/irrigation easements with the utility and irrigation companies and the Design/Build team. • Basic Project Requirements 1. Project Oversight a. Design Development Review — Consultant will assist Weld County with development of the design/concept and assess the viability for design-build procurement. NOTE: If further design development is determined necessary, WCR 49 Owner's Representative Service Page 1 of 11 an additional scope of work and cost estimate for the level effort required will be developed separately. b. Agency and Utility Coordination — Consultant will assist Weld County with coordination of other affected agencies and utility companies, including oil and gas, irrigation ditch companies, Union Pacific Railroad, FEMA, etc., from the RFQ Phase through construction notice of award. Initial contact and coordination with all affected agencies and utility companies will be made after the project initiation and then regular coordination meetings will be held to keep all parties informed of the project progress. c. Project Work Plan—Consultant will develop and maintain a project schedule to include all applicable tasks that include Project Management, Request for Qualifications (RFQ) Phase, Request for Proposal (RFP) Phase, and Project Construction Phase. Consultant will also develop staffing plan and budgets for all scope of work items. Consultant will work with Weld County to update and maintain scope, schedule and budgets, while tracking the overall progress of the project. d. Cost Estimates — Consultant will prepare construction cost estimates for the development of an opinion of probable cost for the corridor construction. These costs will be used in conjunction with the construction schedule to assist Weld County in developing a draw down schedule for fund budgeting. e. Quality Control-Quality Assurance (QC-QA) Management — Consultant will prepare a quality assurance (QA) plan for the project requirements. Consultant will also review the contractor's quality control (QC) plan and monitor the contractor's QC methods and procedures in accordance with the plan. 2. Procurement Support a. Prepare Request for Letter of Interest (LOI) — Consultant will prepare a formal Request for Letter of Interest (LOI) solicitation requiring prospective Design/Build teams to state their interest in receiving a Request for Qualifications solicitation. b. Prepare Request for Qualifications (RFQ) — Consultant will prepare a formal Request for Qualifications (RFQ) solicitation for Design/Build teams based on direction and/or feedback from Weld County. Consultant will notify contractors who previously submitted Letters of Interest for the project and advertise the RFQ for contractors interested in the project construction. c. Evaluate SOQ's—Consultant will participate as part of the selection committee to evaluate the Statement of Qualifications (SOQs) submitted by design-build teams and assist in developing a short-list of at least three (3) teams based on the qualification criteria. d. Prepare RFP — Consultant will prepare a Request for Proposal (RFP) solicitation based upon the latest CDOT 'Modified Design-Build Process' or WCR 49 Owner's Representative Service Page 2 of 11 similar process written to produce a qualified low-bid contractor. At a minimum the procurement documents will include the boiler plate Design-Build contract, Project Technical Requirements, Instructions to Proposers, Modifications to Standard Specifications and Special Provisions, Reference Drawings and other Reference Information Documents (legal review of the draft RFP will be by Weld County legal counsel, and therefore is not included in Consultant's scope of services.) Consultant will provide the RFP documents to the County for publication, and distribute to the short listed qualified Design/Build teams for bid. Consultant will also prepare any Addenda for the RFP as needed during the response period for the County to post. e. Select Design-Build Team —Consultant will participate as part of the selection committee to evaluate the proposals as submitted by Design/Build teams and help in final determination of the successful low-bid team. Consultant will assist in issuing a Notice of Award. Design/Build Team schedule is anticipated to follow the timeline below: i. Letter of Interest issued October 13, 2014 ii. Letter of Interest Due October 27, 2014 iii. Request for Qualifications Issued November 3, 2014 iv. SOQ Due December 4, 2014 v. Request for Proposals issued December 17, 2014 vi. Proposals Due January 30, 2015 vii. Select Design Build February 17, 2015 Contract Award March 16, 2015 f. Negotiate Design-Build Contract—Consultant will assist in preparing the final agreement with the Design/Build team, including obtaining and reviewing submissions of the contractual requirements, bonding and insurance and submit to the County for review. 3. Project Administration — Consultant will be an extension of county staff and shall work closely with assigned project managers; therefore, Public Works will provide an office for the Consultant to coordinate the following: a. Meetings, Record Keeping & Administration - Consultant will meet weekly with the design-build contractor to review project and contract status, and provide updates to the County. Consultant will keep the appropriate files and prepare the necessary documentation during construction as required by any affected agencies and submit copies to the County. b. Design Review — Consultant will review design documents, to include but not be limited to plans, details, shop drawings, specifications, submittals, construction phasing plans, drainage reports, FEMA CLOMR and LOMR, bid tab quantities, maintenance of traffic plans, detours, closures, and traffic control plans for adherence to the contract documents and agency requirements. c. Review Contractor Submittals — Consultant will review and process submittals received from the design-build contractor, including the following: • Request for Information (RFI's) WCR 49 Owner's Representative Service Page 3 of 11 • Material Submittals • Notices d. Review/ Process Pay Applications - Consultant will review the contractor's pay applications including verification of measured quantities, and will process pay applications in accordance with project procedures. Consultant will also review the contractor's progress to ensure schedule and budget adherence and review and approve all pay requests from the contractor. Consultant will monitor any potential contract revisions and review any change order claims and recommend approval or denial of any change orders. e. Public Communication Plan - Consultant will work with the County PIO to assist with providing project information to the public through multiple venues, including but not limited to: open house meetings, press releases, county website, and social media (Facebook/Twitter), etc. In addition, the Consultant shall create design graphic corridor displays for either Hanging as a wall display and/or "Road Show" display of the entire CR49/47 Corridor Project to help communicate the project goals, schedule, and general information and any other fact sheets or other handouts, which will help communicate the project to the public. f. Final Completion and Clean-Up — Consultant will facilitate the construction completion process which will include final inspection and punch list development. g. Post-Construction Closeout — Consultant will facilitate the final completion of punch list items and closeout of project documentation and release of final payment and acceptance of the project by Weld County and the affected agencies. 4. Other Direct Costs a. Miscellaneous Expenses — Consultant will bill for other miscellaneous expenses related to the project with no markup, to include but not limited to reproduction and deliveries. b. Field Vehicle Expenses—The cost for field vehicle use during the construction phase of the project will be included in the hourly cost of field personnel. It is estimated that vehicles will be needed for the assumed two (2) year construction duration. c. Field Office—Consultant's field staff will work from temporary field office space to be provided by the Design/Build Contractor or Weld County. Note: NO BUDGET for this item will be included in this work plan. • Additional Services The Basic Project Requirements may be supplemented to include the following additional services none, some, or all of these services may be used at the County's discretion. WCR 49 Owner's Representative Service Page 4 of 11 1. Construction Management and Inspection Consultant will provide construction management and field inspection during project construction. Consultant will provide a project engineer/construction manager on-site full time during construction activities and a project inspector as needed during peak construction activities to ensure that the Design/Build team is following the requirements of the contract documents, and will monitor the contractor's quality control methods and procedures. Consultant will coordinate its inspection activities with inspectors from Weld County; however, Weld County's inspection team has final authority over inspections. 2. Material Testing Quality Assurance Consultant will hire a sub-consulting materials engineering firm to perform quality assurance materials testing during construction of the project. The firm will be on CDOT's pre-qualified list and approved by Weld County. 3. Additional Projects Should Weld County realize any cost savings from the WCR 49 Design/Build project, Weld County reserves the right to negotiate a change order for additional WCR 47 corridor design/build improvements. a. Extend design/build contract from WCR 60.5 to SH 392. b. Extend design/build contract from SH 392 to SH 14. D. Owner's Representative RFP Schedule (Anticipated) • RFQ Advertisement Issued June 6, 2014 • Consultant Qualifications Due June 23,2014 • Extended Qualifications Due Date July 16, 2014 (10:00 AM) • Consultant Shortlist July 23, 2014 • RFP Issued July 31, 2014 • Mandatory Proposal Meeting August 7, 2014 • Proposals/Costs Due September 4, 2014 (10:00 AM) • Interviews September 11, 12, 2014 • Consultant Selection Week of September 15th • BOCC approval September 22, 2014 • Contract Award October 6, 2014 A Mandatory Proposal Meeting will be held on August 7, 2014 at 1:30 P.M. in the Weld County Public Works Conference Room, located at 1111 H Street, Greeley, Colorado. Consultants must attend and record their presence at the mandatory proposal meeting. Proposals received from Consultants without record of presence at this meeting will be considered noncompliant and rejected. This meeting will be a time for Consultants to ask questions pertaining to this project. Questions regarding the method of submittal will be taken by the Purchasing Department at(970)-336-7225. III. Instructions to Consultants A. Submittal Requirements Qualified consultants interested in performing the work described in this request for proposals should submit the following information to the County. WCR 49 Owner's Representative Service Page 5 of 11 1. Capabilities and qualifications of firm and the staff proposed to perform the work on the project. 2. Provide a description identifying important goals, critical issues, and possible solutions which would reflect that the firm understands the overall project. 3. Provide a detailed schedule of the procurement services. The schedule shall include key phases and target dates for the major milestones. This schedule should accurately reflect your firm's ability to provide the services described, utilizing the staff proposed to work on the project. 4. Project experience on other projects with similar requirements that have been completed within the past five years. Provide reference name and contact information. 5. Consultants shall discuss or state their willingness to enter into the Weld County Standard Contract Agreement included as part of this RFP. 6. Limit the total length of your proposal to a maximum of 25 pages (not including the front and back cover sheets and divider sheets). The Purchasing Department may reject proposals received that are longer than 25 pages in length. 7. Submit a total of six (6) copies of your proposal. 8. The RFP is available electronically at www.co.weld.co.us/departments/purchasing. 9. Proposals must be received no later than 10:00 A.M., September 4, 2014 at: Weld County Purchasing Department P.O. Box 758 1150 "O" Street Greeley, CO 80632 B. Contacts Questions related to the project and Request for Proposals or requests for electronic files should be directed to: Elizabeth Relford, Engineering Supervisor Don Dunker, County Engineer Weld County Public Works Department Weld County Public Works Department (970)-304-6496,ext. 3748 (970)-304-6496,ext. 3749 erelfordOweldgov.com ddunker(a)weldgov.com IV. Terms and Conditions The selected consultant will be required to abide by the terms and conditions of the standard Weld County "Agreement for Professional Services". The payment for services, as described under the Scope of Services, shall be based upon hourly rates as outlined in the submitted cost schedule/estimate. The submitted cost estimate shall establish a "not to exceed" amount for the contract. Any changes in scope to the original contract will be treated as a negotiated change order to the contract. WCR 49 Owner's Representative Service Page 6 of 11 wow Fa palmsgantzwisamosas Selection Criterianal NNE DATE Review and NSW Sidi etNe+tai, lift a lariat a Sri a nip iErarrtatYeea�{ Assessment RFPFEVISCORIle Mc ail Professional firms will be DalNaare 7leeaa FICIIII evaluated on the following tam criteria. These criteria will be eeaaneNel The Me ter MDa alteNeaa e • the basis for review of the orb.SSW* as M fat Si written proposals and De Motet r? interview session. le nw an..d:a me -mini&re No ' The rating scale shall be from an a�aaewtarte Si 1 to 5, with 1 being a poor PRISMS rating, 3 being an average k""r'®"'"PIS amera rating, and 5 being e�abrar�neIshanos 9. an Ss See:em mama:Nee II A outstanding rating. .wee.Deew Woe t mbar r® paint otop abaet ^ *, Please note that, in POI can.e for Wee a e Per accordance with the Home Nee wsntareeeb.wc.q Rule charter, Section 14-9, eaNeeeaseNe paragraph (3), "The County (boor a Commissioners shall give DIM*Ira *Is melee Glad , _'' =Stank nectw'The eetmtae preference to resident Weld eteeau�baweuvRie ,M 50 a County vendors in all cases aMtmeevet na where proposals are competitive in price and RWREVEwSCORE quality". The results of the Qualification Based selection process shall prevail unless the County Commissioners find that a proposal of equal and comparable price, Eva MO fat submitted by a Weld County vendor is ultimately beneficial to the county. '-- le m reed r at,art as ale bee metal a S. Ti,sorb Se !move be 4gtl Pd►aewRea— I art R.0 mSand Neva at a•t Ind rare,mMirt lie Net Uwe entree erne mwtatsit veep atanaalm The Went palest nee.Ne my Dora Re wt bee *DIM LIMNS ante dente et a aI*4lla see e%Ie elicemagen'"S The bn air to nit pal aide t at bled Sal el a sees tinder.Pies Nett e.teN tee altStb Ile pat as w ul Evyuation Criteria Must be Met WCR 49 Owner's Representative Service Page 7 of 11 Selection Criteria Review and Assessment Professional firms will be evaluated on criteria on the following page. These criteria will be the basis for review of the written proposals and interview session. Please note that, in accordance with the Home Rule charter, Section 14-9, paragraph (3), "The County Commissioners shall give preference to resident Weld County vendors in all cases where proposals are competitive in price and quality'. The results of the Qualification Based selection process shall prevail unless the County Commissioners find that a proposal of equal and comparable price, submitted by a Weld County vendor is ultimately beneficial to the county. WCR 49 Owner's Representative Service Page 8 of 11 • Consultant Cost Sheet with do not exceed amounts: WCR 49 Owner's Representative Service Page 9 of 11 (SAMPLE) AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY& PROJECT NAME/LOCATION THIS AGREEMENT is made and entered into this _ day of , 2014, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and , [an individual], [a limited liability partnership] [a limited liability company] [a corporation]whose address is hereinafter referred to as "Contract Professional 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. Exhibit A consists of County's Request for Proposal (RFP) as set forth in "Bid Package No. B ".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. WITNESSETH: WHEREAS, County desires to retain Contract Professional as an independent contractor to perform services as more particularly set forth below;and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. NOW THEREFORE, in consideration of the mutual promises and covenants contained herein,the parties hereto agree as follows: 1. Engagement of Contract Professional. County hereby retains Contract Professional, and Contract Professional hereby accepts engagement by County upon the terms and conditions set forth in this Agreement. 2. Services to be Performed. County and Contract Professional acknowledge and agree that each document listed above is an integral component of this Agreement, and consent and agree that County's requirements are accurately reflected in Exhibit A and Contract WCR 49 Owner's Representative Service Page 10 of 11 Professional's willingness and ability to meet those requirements are accurately reflected in Exhibit B. Contract Professional acknowledges that Exhibit A contains highly important forms and/or documents, some of which must be completed subsequent to the execution of this Agreement, and further acknowledges that those forms requiring completion by Contractor shall be completed to the satisfaction of County at the time and in the manner required by County. Contractor further acknowledges that a failure to comply with any of the requirements of Exhibit A and B may result in County's decision to withhold payment. 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. In no event shall this Agreement continue beyond one year from County's execution of the Agreement unless the parties specifically agree to a continuation in writing. 4. Compensation. A. Upon Contract Professional's County agrees to pay Contract Professional for services performed as set forth in Exhibits A and B, and at the rate of set forth in Exhibit B. Charges shall be based on the time actually spent performing the services. B. Mileage may be reimbursed if the provisions of Exhibit A permit such payment at the rate set forth in Exhibit A. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. C. Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred. D. Payment for services and all related expenses under this Agreement shall not exceed the amount set forth in Exhibits A and B. 5. Additional Work. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement 6. Independent Contractor. Contract Professional shall perform its duties hereunder as an independent contractor and not as an employee. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Neither Contract Professional nor any agent or employee of Contract Professional WCR 49 Owner's Representative Service Page 11 of 11 shall be deemed to be an agent or employee of County. Contract Professional and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law and (b) provide proof thereof when requested to do so by County. 7. Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain (as applicable), the property of County. This includes, but is not limited to, reports, data, plans, drawings, records and computer files All reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of 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. 8. Termination Provisions. A. County has the right to terminate this Agreement, on thirty (30) days written notice. Furthermore,this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contract Professional the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the Manager. B. If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contract Professional provided prior to the date of the termination notice, but which had not PP yet been approved for payment; and (3) the cost of any work which the Manager approves in writing which he determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination, C. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this WCR 49 Owner's Representative Service Page 12 of 11 Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT- INCOMPLETE." D. Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed as described herein. 9. Warranty. Contract Professional warrants that services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional shall faithfully perform the work in accordance with the standards of care, skill, training, diligence and judgment provided by highly competent individuals and entities that perform services of a similar nature to those described in this Agreement. 10. Acceptance of Services Not a Waiver. Upon completion of the work, Contract Professional shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of its professional services. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of covenant or default which may then exist on the part of Contract Professional, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default; and no assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, any professional services performed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance and Indemnification. Contract Professional stipulates that it has met the insurance requirements identified in Exhibit A. Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. Contract Professional shall defend, indemnify and save harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character brought because of Contract Professional's acts, errors or omissions in seeking to perform its obligations under this Agreement. Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its 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 Contract Professional in its provisions of the materials required herein; or through use of unacceptable WCR 49 Owner's Representative Service Page 13 of 11 materials and/or materials not identified in Exhibits A and B; or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. County may retain as much of any moneys due Contract Professional under any this Agreement as may be determined by it to be in the public interest. By execution of this Agreement, Contract Professional has agreed to secure and maintain the insurance required by the terms of Exhibit A. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 12. Non-Assignment. Contract Professional may not assign or transfer this Agreement, any interest therein or claim hereunder, without the prior written approval of County. Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior approval of 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. 13. Time of the Essence. Time is of the essence in each and all of the provisions of this Agreement. 14. Examination of Records. Contract Professional agrees that any duly authorized representative of County, including the County Auditor, shall, until the expiration of five (5) years after the final payment under this Agreement, have access to and the right to examine and audit any financial and non-financial books, documents, papers and records of Contract Professional, involving all matters and/or transactions related to this Agreement. 15. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God,fires, strikes,war,flood, earthquakes or Governmental actions. 16. Notices. Any notice required to be given under this Agreement shall be in writing and shall be mailed or delivered to the other party at that party's address as stated above. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as David Bauer, Director, Weld County Department of Public Works, or his designee. 17. Compliance with Law. Contract Professional shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 18. Non-Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature. WCR 49 Owner's Representative Service Page 14 of 11 19. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto. (each of which is specifically incorporated herein) contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiation, representation, and understanding or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 20. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 21. Employee Financial Interest/Conflict of Interest. C.R.S. §§24-18-201 et seq.and§24- 50-507. The signatories to this Agreement aver that to their knowledge, no employee of County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. Contract Professional has no interest and shall not acquire any interest direct or indirect, which would in any manner or degree with the performance of Contract Professional's services and Contract Professional, shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflict with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. 22. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 23. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 24. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this WCR 49 Owner's Representative Service Page 15 of 11 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 that Contract Professional is not an illegal immigrant. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract and will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E-Verify program of the Department program established pursuant to C.R.S. §8- 17.5-102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a sub-contractor that fails to certify with Contract Professional that the sub-contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional (a) shall not use E-Verify Program or Department program procedures to undertake pre-employment screening or job applicants while this Agreement is being performed, (b) shall notify the sub-contractor and Weld County within three (3) days that Contract Professional has actual knowledge that a sub- contractor is employing or contracting with an illegal alien and (c) shall terminate the subcontract if a sub-contractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice, and (d) shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the Department program, Contract Professional shall deliver to County, a written notarized affirmationthat o it has examined the legal work status of such employee, and shall comply with all of the other requirements of the Department program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for damages. 28. 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 WCR 49 Owner's Representative Service Page 16 of 11 withholding by County of some or all of the Compensation. 29. Compliance with Colorado Department of Transportation Regulations and Standards Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M &S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and Contract Professional agrees to meet or exceed all standards set by these publications. Contract Professional further acknowledger and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Contract Amount. 30. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contract Professional, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date and year written below. CONTRACT PROFESSIONAL: By: Date Name: Title: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: Douglas Rademacher, Chair Weld County Clerk to the Board BY: Deputy Clerk to the Board WCR 49 Owner's Representative Service Page 17 of 11 RFQ #B1400121 ls6l_ " Extended Date �_ 9 Request for Qualifications u N • Owner's Representative Services for WCR 49 Design-Build Project Project Description Weld County is soliciting proposals from qualified consultants for owner's representative design-build procurement services for the Weld County Road (WCR) 49 Widening Project. The project consists of the development of design-build procurement documents for approximately 20.0 miles of arterial roadway design and construction. The Project begins at the intersection of WCR 49 and U S 34, approximately 2 miles west of the Town of Kersey, ends at the intersection of WCR 49 and 1-76. The southernmost mile of WCR 49 is in the Town of Hudson jurisdiction. This project will consist of reconstructing the existing road from a 2-lane asphalt roadway section to a 4-lane concrete arterial. Weld County has developed a conceptual/preliminary alignment, profile and typical cross section for the project. The intent is to utilize the conceptual/preliminary design that has been developed for a design-build procurement to construct a project using a modified-design build format. II. Scope of Services Anticipated design-build owner's representative procurement services include: project oversight; procurement support for the preparation of a letter of interest, request for qualifications, request for proposal and selection of a design-build team; project administration, and development of a public communication plan. Owner's representative construction management support services may be scope of work at a later date. The Weld County Selection Committee will use the qualification submittals to conduct review/scoring process and to select a minimum of 3 most qualified consulting firms (shortlist). Specific details pertaining to the project will then be provided to the selected consultants at a mandatory Pre-Proposal Meeting, and via a written request for proposals (RFP). Shortlisted Consultants will be asked to submit a cost/fee estimate as part of their Proposal. Consultants shall demonstrate clearly their knowledge and capabilities to perform design-build procurement services as described above. Work is to be conducted in close coordination with County Public Works staff and will include but not be limited to: • Project Oversight • Procurement Support • Project Administration • The selected consultant will be asked to enter into a formal contract agreement with the County utilizing a standard Professional Services Agreement. A sample agreement may be available to the consultant upon request. Consultant Selection Schedule (Anticipated) • RFQ Advertisement Issued June 6, 2014 • Consultant Qualifications Due June 23, 2014 • Extended Qualifications Due Date July 16, 2014 (10:00 AM) • Consultant Shortlist July 23, 2014 • RFP and Pre-Proposal Meeting July 30, 2014 • Consultant Proposals/Costs Due August 20, 2014 (10:00 AM) • Consultant Selection September 4, 2014 Consultant qualification submittals for the above stated services will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: Wednesday. July 16, 10:00 a.m. (Weld County Purchasing Time Clock). Please contact Elizabeth Relford at 970-304-6496, Ext. 3748 or Don Dunker at 970-304-6496 Ext. 3749 with questions regarding this RFQ or project. The consultant shall deliver five (5) hard copies and one electronic (pdf) copy of their submittal to the Weld County Purchasing Department by the due date. Limit the total length of your qualifications submittal to a maximum of 20 pages. RFQ Selection Criteria Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the qualification submittals. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. WEIGHT QUALIFICATION STANDARD 5.0 Project Team Qualifications, years of relevant experience, and proven abilities of key team personnel. Experience on similar projects as a working team. Overall Firm Firm's size in relation to the project size, organizational structure, production 5.0 Capabilities facilities, and assets. Capabilities of sub-consultants which will be a part of the project team. 4.0 Performance on Demonstrated ability to produce successful results, meet projects schedules, meet Similar Projects project budgets, and fulfill project goals on similar projects. Work Project team's work location relative to the project site location. Key team member's 3.0 Location/Familiarity familiarity with Weld County and the goals of the Department. 3.0 The firm has described a logical approach towards ensuring a successful Project Approach completion of the project. The firm has demonstrated a clear understanding of the project. p. .\; 2 ,14 /;!;# n«,1 2,1 W,I\| I .',-'1/ § ° /O \N A l', H,,!J;! ,. f (/\� „„,, ---„-\ „„„,,. \\ , . . \ $ . /_ „! °HI §;:§ :0 ,',..,,, ,,A ,A ! § | \ _ 8 2 i \ , | | \ a 1^ O : e ,| } , / fl . . ' ' 4 | | 2 $ \ V, ;;■ " % | || R ,5, . . ; ) . ,. ,,,-",-,41, 2,,,,-,.F: aE . : e ■§ \ . \{ II' >:;_;■ r :! E U.,", m ■ ;, : . §7 al ,4 ■ \ / 8§ |}� -,---f ;;l;/;e :;; ;;;| „ z § §| ;) - „<_:. -g,...,....L's , z . ! §$ )\ f �'° . r. ® : ,,,,, ..22.E _, ;„! . ` ! A !/, , , _„ e/ !, ' ii \ \ \ \ \ . \ ; A #~ _ _ok. _ :� \ /; , y = - - -< , _ ts. : : _ _- is •- , \ °\ \\ § _ _. \82 \� �: ,=r,, ,. ,_,, ». .> ' .4_,,, ,,,s8./ ,A.,,_\\ 4, ,/§ (} , 0 A CORO DATE( CERTIFICATE OF LIABILITY INSURANCE Page 1 of 2 09/30/2014' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME Willie of New York, Inc. PHONE FAX c/o 26 Century Blvd. (A/C NO FXT). 877-945-7378 I (✓c Nor 888-467-2378 P. O. Box 305191 E-MAIL A-MRFss- certificates@willis,com Nashville, TN 37230-5191 INSURER(S)AFFORDING COVERAGE NAIC4 INSURER A: Greenwich Insurance Company 22322-001 INSURED INSURERS: American Guarantee & Liability Insurance 26247-001 Atkins North America, Inc. 2001 NW 107th Avenue INSURER C:Underwriter'a at Lloyds 15792-001 Miami, FL 33172-2507 INSURER 0: INSURER E: I INSURER F: COVERAGES CERTIFICATE NUMBER:22177163 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADD'L SUBd wan WVn POLICY NUMBER POLICY EFF POLICY EXP LIMITS A GENERAL LIABILITY Y Y CGG740901603 4/1/2014 4/1/2015 EACHOCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISESO(Ea RENTED $ 300,000 CLAIMS-MADE X OCCUR MEDEXP(Any one person) $ 10,000 X Contractual Liability PERSONAL&ADM INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PFi° X L0C $ A AUTOMOBILE LIABILITY Y CAH740901703 4/1/2014 4/1/2015 (EOeB!!I INGLELIMIT $ 2,000,000 X ANY AUTO BODILYINJURY(Per person) $ X ALL OWNED SCHEDULED BODILYINJURY(PeraccIdent) $ AUTOS _AUTOS X HIRED AUTOS X NON-OWNED (Pe�accltleny AMAGE $ AUTOS $ B X UMBRELLALIAB X OCCUR Y AUC924234902 4/1/2014 4/1/2015 EACHOCCURRENCE $ 1,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 1,000,000 DED I (RETENTION$ $ A WORKERS COMPENSATION Y CWG740901503 4/1/2014 4/1/2015 X I WCSIMITG iT- I to R YIN AND EMPLOYERS'LIABILITY TORY IM ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 N NIA OFFICER/MEMBEREXCLUDED) yes,dearyin and E.L.DISEASE-EA EMPLOYEE $ 1,000,000 DESCRIPTION under E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below C Professional B080111209P14 4/1/2014 4/1/2015 $1,000,000 Each Claim & Liability-Claims Made $2,000,000 Annual Aggregate 11/11/1961 Retrodate DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Atlach Acord 101,Additional Remarks Schedule,ii more space Is required) Greenwich Insurance Companies Best Rating A XV American Guarantee and Liability Insurance Company Best Rating A+ XV Underwriters at Lloyd's London AM Best Rating: A XV. Professional Liability policy written on claims-made basis. There are no Deductibles or Self-Insured Retentions on the General Liability, Automobile Liability. Workers Compensation and Umbrella coverages. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Weld County Board of Commissioners Ai I�,��� /, i 1150 O Street r`/(r, ,,/'/'//V//// Greeley, CO 80631 Co11:4526465 Tp1:1790205 Cert:22177163 ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 33004588 LOC#: ''COR ADDITIONAL REMARKS SCHEDULE Page 2 of 2_ AGENCY NAMED INSURED Atkins North America, Inc. Willis of New York, Inc. 2001 NW 107th Avenue POLICY NUMBER Miami, FL 33172-2507 See First Page CARRIER NAIC CODE See First Page EFFECTIVE DATE: See First Page ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE RE: WCR 49 Design-Build Project 81400121, Owner's representative Services for WCR 49 Design-Build Project from US 34 to I-76 Weld County Board of Commissioners is included as an Additional Insured as respects to General Liability. General Liability policy shall be Primary and Non-Contributory with any other insurance in force for or which may be purchased by Weld County Board of Commissioners. Umbrella Follows form. Waiver of Subrogation applies in favor of Weld County Board of Commissioners with respects to General Liability, Automobile Liability, and Workers Compensation, as permitted by law. The General Liability policy includes a Severability of Interest Clause. ACORD 101 (2008101) Co11:4526465 Tp1:1790205 Cert:22177163 ©2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: CGG740901603 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s)Of Covered Operations ANY PERSON OR ORGANIZATION WITH WHOM YOU VARIOUS AS REQUIRED PER WRITTEN HAVE AGREED,THROUGH WRITTEN CONTRACT, CONTRACT. AGREEMENT OR PERMIT, EXECUTED PRIOR TO THE LOSS,TO PROVIDE ADDITIONAL INSURED COVERAGE. Information required to complete this Schedule,if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional exclu- organization(s) shown in the Schedule, but only sions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage"occurring after: caused, in whole or in part, by: 1. Your acts or omissions; or 1. All work, including materials, parts or equip- ment furnished in connection with such work, 2. The acts or omissions of those acting on your on the project (other than service, maintenance behalf; or repairs) to be performed by or on behalf of in the performance of your ongoing operations for the additional insured(s) at the location of the the additional insured(s) at the location(s) desig- covered operations has been completed;or nated above. 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. S 3/41 Q CG 20 10 07 04 ©ISO Properties, Inc., 2004 Page 1 of 1 ❑ POLICY NUMBER:CGG740901603 COMMERCIAL GENERAL LIABILITY CG 2037 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- OWNERS, LESSEES OR CONTRACTORS- COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION WITH WHOM VARIOUS AS REQUIRED PER WRITTEN YOU HAVE AGREED,THROUGH WRITTEN CONTRACT. CONTRACT, AGREEMENT OR PERMIT, EXECUTED PRIOR TO THE LOSS,TO PROVIDE ADDITIONAL INSURED COVERAGE. Information required to complete this Schedule,if not shown above,will be shown in the Declarations. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or"property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sche- dule of this endorsement performed for that addi- tional insured and included in the "products- completed operations hazard". cs-Aq_crz, P 1 of 1 D CG 20 37 07 04 ©ISO Properties,Inc., 2004 age WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name of Persons or Organization: Any person or organization with whom you have agreed in writing to waive any right of recovery prior to a loss. Information required to complete this Schedule, if not shown in the Declarations. The following is added to Paragraph 8. Transfer of Rights of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. This endorsement is executed by the Greenwich Insurance Company Premium$ Effective Date 4/1/2014 Expiration Date 4/1/2015 For attachment to Policy No, CGG740901603 Issued To Atkins North America,Inc. Countersigned by Authorized Representative Issued Sales Office and No. Rnd,Serial No. 17 CG 24 04 05 09 ©ISO Properties, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: Business Auto Coverage Form Garage Coverage Form Truckers Coverage Form Motor Carrier Coverage form SCHEDULE Premium: INCL Name of Persons or Organization: Any person or organization for whom you perform work under a written contract if the contract requires you to obtain this agreement from us, but only if the contract is executed prior to the injury or damage occurring. The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your operations of a covered auto done under contract with that person or organization. This waiver applies only to the person or organization shown in the Schedule above. Policy No. CAH740901703 Issued By: Greenwich Insurance Company Effective Date 4/1/2014 Expiration Date 4/1/2015 Sales Office: 0001 Endt. Serial No.35 AX 12 10 02 05 B Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 {Ed.4-84) WAIVER OF OUR RIGHT To RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit:any one not named in the Schedule. Schedule As required by written contract This endorsement changes the policy to which it is attached effective on the date issued unless otherwise stated. (The information below is required onfy when this endorsement is issued subsequent to preparation of the policy) Endorsement Effective Policy No. CWG740901503 Endorsement No. Insured Atkins North America,Inc. Premium Insurance Company Greenwich Insurance Company WC000313 {Ed.4/84) 1983 National Council on Compensation Insurance POLICY NUMBER:CGG740901603 COMMERCIAL GENERAL LIABILITY CG022410 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: . COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Number of Days'Notice 90 (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than Policy Condition or as amended by an applicable nonpayment of premium, the number of days state cancellation endorsement, is increased to the required for notice of cancellation, as provided in number of days shown in the Schedule above. paragraph 2. of either the CANCELLATION Common S3/4citair, CG022410 93 Copyright,Insurance Services Office, Inc.,1992 POLICY NUMBER:CAH740901703 XIC4051007 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION BY US This endorsement modifies insurance provided u.nder the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. Changes In Conditions The number of days required for notice of cancellation by us for any reason other than nonpayment of premium, as provided in either paragraph 2. of the CANCELLATION Common Policy condition or as amended by an applicable state cancellation endorsement, is extended to the number of days shown in the Schedule below: SCHEDULE Number of Days' Notice:90 7 Q All other terms and conditions of this policy remain unchanged. 1 (Authorized Representative) XIC 405 1007 ©2007, XL America, Inc. Page 1 of 1 Includes copyrighted material of Insurance Office, Inc.,with its pennission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY we 99 0110 (Ed. 1/08) THIS ENDORSEMENT CHANGES THE POLICY_ PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US ENDORSEMENT This endorsement modifies insurance provided under the following: WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY Number of Days Notice:90 (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement) For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in PART SIX '"'" CONDITIONS, D. Cancelation of the Workers' Compensation and Employers' Liability Insurance Policy or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above. All other terms and conditions remain the same. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective April 1, 2014 Policy No.CWG740901503 Endorsement No. Insured ATKINS NORTH AMERICA,INC. Insurance CompanyGreenwich Insurance Compafersignedby we 99 0110 Ed. 1/08 ©2007 XL America,Inc. . Willis Limited FINEX Global !I s CONTRACT ENDORSEMENT INSURED: WS Atkins Plc and as more fully defined in the contract PERIOD: 1 ApriI20l4 to 31 March 2015 TYPE: Insurance of UK PI Generic Primary UNIQUE MARKET REFERENCE: B0801 11209P14 1 209P14 ENDORSEMENT REFERENCE: 0002 EFFECTIVE DATE: 1 April2014 local standard time at the address of the Insured. It is hereby noted and agreed that with effect from the effective date above the following General Condition is added to the policy: "If INSURERS cancel this policy prior to its expiry date by notice to the INSURED for any reason,INSURERS will send written notice of cancellation to the persons or organizations listed in the schedule to becreated and maintained by the INSURED (the "Cancellation Notice Schedule")at least 30 days prior to the cancellation date applicable to the policy. This notice will be in addition to any notice to the INSURED. The INSURED will provide an updated copy of the Cancellation Notice Schedule to Insurers on a monthly basis. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Cancellation Notice Schedule in the event of a pending cancellation of coverage. INSURERS have no legal obligation of any kind to any such person(s) or organization(s). Any failure to provide advance notice of cancellation to the person(s) or organization(s)named in the Cancellation Notice Schedule will impose no obligation or liability of any kind upon INSURERS,will not extend any policy cancellation date and will not negate any cancellation of the policy. INSURERS are not responsible for verifying any information in any Cancellation Notice Schedule, nor arc INSURERS responsible for any incorrect information that the INSURED may use." All other terms and conditions remain unaltered. Willis Limited WUv 1081!I st• Willi,Internal Rn'0002 MEMORANDUM Date: September 25, 2014 G O U_N T Yl To: Trevor Jiricek, Director of General Services From: Don Dunker, P.E., Senior County Engineer RE: Owner's Representative Service for WCR 49 Design- Build Project from US 34 to I-76 Contract Award, RFP B1400121 BOCC Approval Date September 29,2014 Public Works has completed the engineering consultant selection RFP and interview process associated with the Owner's Representative to provide services to develop a Design-Build contract for WCR 49 corridor project. The "best-value" selection process was followed. Three (3) qualified consultants submitted proposals which included a service fee estimate and cost breakdown. Atkins North America, Inc. submitted a proposal with the lowest cost and most complete service schedule, in accordance with the scope of work. The following staff members were involved in the selection process: Don Dunker, Elizabeth Relford, Cameron Parrott, Curtis Hall, Leon Sievers and Trevor Jiricek. All of the members of the selection committee agreed and are recommending award of a contract for Owner's Representative Services to Atkins North America, Inc. in the amount of$1,287,992.00. This contract amount is reasonable and fits within the overall project budget. The overall project budget ($125,000,000) is being funded 100% by the County. Below is the score summary for the Owner's Representative Service contract. Atkins 784.45 Wilson & Co - - - 679.05 LS Gallegos - - - 625.80 See the attached spreadsheet for the Cost Comparisons. It is the selection committee's recommendation to award the Owner's Representative Service Contract to Atkins North America in the amount of$1,287,992.00. Notice to proceed will be issued per this contract in the first part of October 2014. 949 O2O - /96 E4cxolo N O CO CD 0 N co n O O Oom N 0 CO C t) U uo CD N- o r 4 16 NJ:a co W Ena N 0- N ad a a a _' C C a a o O in 0 o ` N- 0 In O T r 2 N CO N th to co t0 O r v o = 17) as c o o o to C a to to CO CO 0 CD N r° 0 C") G co V V N M 4 o r co m co n CO ui r o a v o to CO N CO CO CO m 01 C) a {p t9 to to CD CO I J O to t0 r,N 2 in V la o) Co0 C N r 'n o) r N o• 0 a) • CO CO N CO 0. To E o O to U ..J M N 0 0 N 0 0 0 0 0 0 O O SQ o co ,- V V0 CO CD CO 0 co a co 6 c6 to th N CO to N r r CO u) r 69 r N 69 CD CD N C t9 f9 t9 f9 t9 Y a N a O O N Co V tb N 2 O N r N O N- D) y 7 N C r Y Q To O 0 ~ i- .0 C tom O C -t CO 6 O Is a N to t w N W .o) 3 .C O CO 0 N C E E ti).0> 'OCT) E Q °, o N _ U 0 j U 0 O N 2 O L a aH a a` o 25 WELD COUNTY PURCHASING "raw 1150 O Street Room #107, Greeley CO 80631 E-mail: mwaltersAco.weld.co.us !.4 E-mail: reverettVco.weld.co.us - I✓; r r Phone: (970) 356-4000, Ext 4222 or 4223 r o uu N r Y Fax: (970) 336-7226 DATE OF BID: July 16, 2014 REQUEST FOR: RFQ -WCR 49 CORRIDOR REPRESENTIVE SERVICES DESIGN BUILD DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B1400121 PRESENT DATE: JULY 21, 2014 APPROVAL DATE: TO BE DETERMINED (BASED ON SCHEDULE - SEE BELOW) VENDORS ATKINS 4601 DTC BLVD SUITE 700 DENVER CO 80237 DITESCO 1315 OAKRIDGE DR SUITE 120 FT COLLINS CO 80525 WILSON & COMPANY 1675 BROADWAY SUITE 200 DENVER CO 80202 GROWLING BEAR CO INC 2330 4T" AVE GREELEY CO 80631 OLSSON ASSOCIATES 5285 MCWHINNEY BLVD SUITE 160 LOVELAND CO 80538 LS GALLEGOS &ASSOCIATES INC 9137 E MINERAL CIRCLE SUITE 220 CENTENNIAL CO 80112 BOWMAN VISION LAND 603 PARK POINT DR SUITE 100 GOLDEN CO 80401 WM T WELCH COMPANY LLC 1315 OAKRIDGE DR SUITE 100 FT COLLINS CO 80525 Consultant Selection Schedule (Anticipated) • RFQ Advertisement Issued June 6, 2014 • Consultant Qualifications Due June 23, 2014 • Extended Qualifications Due Date July 16, 2014 (10:00 AM) • Consultant Shortlist July 23, 2014 go/44 /913 • RFP and Pre-Proposal Meeting July 30, 2014 • Consultant Proposals/Costs Due August 20, 2014 (10:00 AM) E-6 oO7_O • Consultant Selection September 4, 2014 WELD COUNTY PURCHASING 1150 O Street Room#107,Greeley CO 80631 E-mail:mwaltersAco.weld.co.us E-mail:reverettAco.weld.co.us r' Phone:(970)356-4000,Ext 4222 or 4223 C,oU N T v� Fax: (970)336-7226 DATE OF BID: JUNE 23R°,2014 REQUEST FOR: RFQ-WCR 49 CORRIDOR REPRESENTATIVE SERVICES DESIGN BUILD DEPARTMENT: PUBLIC WORKS DEPT BID NO: #81400121 PRESENT DATE: JUNE 251H 2014 ( Qt5stwL b �or More.sub') APPROVAL DATE: TBD AFTER WORKSESSION WITH BOCC VENDORS ATKINS NORTH AMERICAN INC 4601 DTC BLVD SUITE 700 DENVER CO 80237 DITESCO 1315 OAKRIDGE DR SUITE 120 FT COLLINS CO 80525 Consultant Selection Schedule(Anticipated) • RFQ Advertisement Issued June 6,2014 • Consultant Qualifications Due June 23,2014(10:00 AM) • Consultant Shortlist July 2,2014 • RFP and Pre-Proposal Meeting July 8,2014 • Consultant Proposals/Costs Due July 29,2014 • Consultant Selection August 6,2014 2014-1913 eVa5 E&O0 o Hello