Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20140475.tiff
AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY&SHORT ELLIOTT&HENDRICKSON INC.(SEH1 BRIDGE 26/25A REPLACEMENT PROJECT WCR 26 BRIDGE CROSSING THE PLA[Tit VALLEY CANAL E.OF SH 85 THIS AGREEMENT is made and entered into this l0 day of Alll1KI ,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 SEH, INC. a corporation whose address is 2000 S. Colorado Blvd. Suite 6000, Colorado Center Tower One, Denver, CO 80222-7938, hereinafter referred to as"Contract Professional". 3 E Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A, B,and C each of which forms an integral part of this Agreement. (Exhibits A, B, C attached to this Agreement and are specifically incorporated herein by this reference.) The parties further acknowledge that this Agreement may be further modified from time to time by both parties' execution of"Change Orders". These documents shall also be incorporated herein by this reference. To the extent that the terms of these Change Orders may conflict with the terms of this Agreement and Exhibits A,B,and C,the terms of the Change Orders shall control. Exhibit A consists of County's Request for Proposal(RFP)as set forth in"Bid Package No.B1400052".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. Exhibit C consists of the"Scope of Work and Compensation". 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 'I agree as follows: i33 I. Entvasement of Contract Professional, County hereby retains Contract Professional, and Contract Professional hereby accepts engagement by County upon the terms and conditions set forth in this Agreement. 2. Services to be Performed. County and Contract Professional acknowledge and agree that each document listed above is an integral component of this Agreement, and consent and agree that County's requirements are accurately reflected in Exhibit A and Contract Professional's willingness and ability to meet those requirements are accurately reflected in Exhibit B. Contract Professional acknowledges that 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 L' t � ee, Old (Re, A9, 42 �°) as y-a y7s F Y-G- Jo/y a5 (7; .81/6/ / eGcx)7a 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 tbrth 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 fur its acts and those of its agents and employees for all acts performed pursuant to this Agreement.Neither Contract Professional nor any agent or employee of Contract Professional shall be deemed to be an agent or employee of County. Contract Professional and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes(if applicable)incurred pursuant to this Agreement.Contract Professional shall not have authorization,express or implied,to bind County to any agreement, liability or understanding,except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law and(b)provide proof thereof when requested to do so by County. 7. Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain(as applicable), the property of County. This includes,but is not limited to, reports, data,plans,drawings, records and computer files All reports,test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form,shall at all times be considered the property of 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 he limited to,(1)the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which 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 2 completed under this Agreement,together with all other items,materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked"DRAFT-INCOMPLETE." D. Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against 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. 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 which it provides, 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 negligent 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 negligent 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 materials and/or materials not identified in Exhibits A, B,and C ; or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. in the event of Contract Professionals deficiency in performance as enumerated in this paragraph,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-Assienment. 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. 3 3 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 P P tt s P rP Agreement is hereby identified as County Engineer, 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. IS. Non-Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature. 19. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto. (each of which is specifically incorporated herein) contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiation,representation,and understanding or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 20. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. 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. Q424-18-201 et seq. and Q24-50-507. 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 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 net 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 he 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. 4 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 3 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 s'o s tonal(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 contacting with the illegal alien within three (3) days of receiving notice, and (d) shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R..S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the Department program, Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the Department program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-10I 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 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. CONZ1OFE7L: By:f/ ' p Ai-,&.t W . S, ,tA,,v,-..erg Date Nan`te: _ Title: 1/ BOARD OF COUNTY COMMISSIONERS WELD COUNTY,COLORADO A 1WS.:Ii4) p � `macher Chair Le AUG 0 6 2014 Weld County Clerk to the B'and ti !Ad BY: ' j ' ►4 is / • Deputy Clerk to ls'e Bo.r 1861 We/9-6'4/75 Request for Proposals Exhibit A quo 1/n t�� Engineering Services for Bridge 26/25A Replacement Project , ��ihl �� 1 , G o U N Y ENGINEERING,SERVICES FOR BRIDGE-20/25A REPLACEMENT PROJECT RFP#B1400052 Purpose Congratulations on being shortlisted on this Weld County Bridge 26/25A Bridge Replacement project. Weld County is requesting a proposal for the design and construction management services. II. General Project Description Weld County has received federal funds for the replacement of Bridge 26/25A over the Platte Valley Canal. The project is located on WCR 26 just south of the town of Platteville, approximately 300 east of SH 85. The County intends to replace the existing deficient bridge, which is a 37 ft (16 girder) steel structure built in 1960, with a slightly longer structure, from 37' to 40' and slightly wider from 30' to 32'. The bridge is currently "load posted" at 23 tons. In order to minimize impacts of the bridge replacement on WCR 26 and canal access roads, the vertical alignment for the new structure should be minimized. The total construction budget has been estimated at approximately$400,000. III. Scope of Services General engineering services: The services will consist of detailed road and bridge design generally consisting of overall plan preparation, surveying, hydraulic evaluations, report preparation, ROW plans, specification preparation, and construction management services including materials testing. The requested services will also include a structure selection report and a hydraulic report. Approval of the Farmers Reservoir and Irrigation Company (FRICO) will also need to be acquired. Conceptual Design, Preliminary Design (FIR) and Final Design (FOR) phases are further described in the project requirements section of this RFP. As noted in the RFQ, the County already has geotechnical investigations & report, design quality topographic survey & base map in CADD format which are attached for your information and use and all required environmental clearances are in process. A. Project Requirements DBE Goals • CDOT may determine that a contract goal for UDBE participation in this Contract will be met with certified UDBE's who have been determined to be underutilized on professional services contracts. The UDBE goal for this project has been established as follows: Professional Services Consultants and/or Subconsultants: TBD- estimated to be approximately 10% General Requirements • The consultant will be expected to provide a full range of engineering services and accept project management responsibility at all levels. The services shown below are not to be considered the final scope of work. The final scope of work will be determined between the selected consultant and the County. Conceptual Design • The consultant will be required to review the County survey provided and determine if it is sufficient to complete the services requested. If not, the additional information should be included in this proposal. At the conceptual design level the consultant will be required to provide conceptual design alternatives for bridge concepts (as many as three) to be included in a structure selection report. • At the completion of the conceptual design phase the consultant shall prepare a Conceptual Design Report. This report should include conceptual drawings and design calculations, identify all land acquisition requirements and contain a conceptual Opinion of Cost to identify any possible funding shortfalls. Preliminary Design • At the preliminary design level the consultant will be required to provide detailed design plans for all components of the project. A status set of plans will be kept available to the owner for review and submittal to the appropriate agencies, utility companies, and affected property owners as needed. • The plans must locate all existing utilities and obstructions. They must be shown both horizontally and vertically and in relation to the proposed improvements. All utility conflicts must be identified Weld County will perform the coordination with appropriate utility companies. • The consultant will be required to coordinate the identification and acquisition of rights-of- ways and easements. The work will require the preparation of right-of-way/easement exhibits and plans. Weld County will perform the ROW acquisition process. • The consultant must provide detailed written monthly progress reports throughout the duration of the design. The progress reports will be pad of the billing submitted monthly. • The consultant shall be required to provide an opinion of probable construction costs based on 50% & 75% complete plans. • At the completion of the Preliminary Design Phase, the consultant shall provide the County with eight (8) 11"x17" sets of review plans, three for County and five for CDOT. The plans should be approximately 75% complete. The consultant shall also be prepared to provide the County with drawings in electronic format. • The Consultant shall prepare and attend the F.I.R. meeting and provide the support information for the meeting in accordance with CDOT procedures. Meeting minutes will be prepared by the Consultant for group distribution. Final Design • At the final design level the consultant will be required to provide detailed design plans for all aspects of the project. This includes roadway, bridge, property restoration, drainage and erosion control. Half-size drawings will be required and they shall be plotted on high quality paper to ensure accuracy and scale. One set of final design drawings shall be signed and stamped by a Colorado registered professional engineer in legal size format. • The consultant will be required to prepare project special provisions and current CDOT Standard Specifications. The technical specification format shall be in the Colorado Department of Transportation (CDOT) format. Near the completion of the Final Design Phase, the consultant shall provide the County with eight (8) 11"x17" sets of review plans and the specification package, three for County and five for CDOT. The plans should be approximately 90%-95% complete. The consultant shall be required to provide the County with drawings on CD in PDF format. The consultant shall receive comments from the 2 County and other affected agencies and incorporate these comments into the final set of documents. • The Consultant shall prepare and attend the F.O.R. meeting and provide the support information for the meeting in accordance with COOT procedures. Meeting minutes will be prepared by the Consultant for group distribution. • The consultant will review all shop drawings for conformance with the contract documents and compliance with the provisions of the Standard Specifications for Road and Bridge Construction. All work shall be completed using the latest AASHTO and CDOT design and construction standards or guidelines, practices, and procedures. Construction Administration (construction tasks to be listed separate from design) • The consultant will be required to provide construction administration and project management including submittal review, materials testing, and continuous full time field inspection for the project per CDOT protocol. • The consultant will also be required to produce "as constructed" drawings at the completion of the project. Final drawings shall also be submitted on CD in PDF format. All material submitted at the completion of the project shall become property of Weld County. The Resident Project Representative, throughout the duration of the construction, must also keep monthly progress reports as well as daily logs. B. Project Schedule (Anticipated) • Pre-proposal Meeting March 6, 2014 (1:00 PM) • RFP Issued March 7, 2014 • Proposals Due at Purchasing March 17, 2014 (10:00 AM) • Estimated Consultant Interviews week of March 24, 2014 • Estimated Contract Negotiations April 2, 2014 • Estimated Contract Award April 16, 2014 A pre-proposal meeting will be held on March 6, 2014 (1:00 PMT at the Weld County Public Works Conference Room, located at 1111 H Street, Greeley, Colorado. The project schedule currently anticipates the following milestones: • Design complete by September 1, 2014 • Advertisement for construction September 15, 2014 • Bridge replacement November 2014— February 2015 IV. Instructions to Consultants A. Submittal Requirements Qualified consultants interested in performing the work described in this request for proposals should submit the following information to the County in any order they choose. 1. Qualifications of your firm and staff proposed to perform the work on this project. 3 2. A list of similar projects completed in the last five years. 3. A list of critical issues that the consultant considers to be of importance for the sample site. 4. Provide ideas or suggestions on how your firm may be able to meet the shortened design schedule. 5. Provide a scope of work for the proposed design and management of the sample site. This effort will only be used for RFP scoring and selection. 6. References from at least three other projects with similar requirements that have been completed within the past five years and that have involved the staff proposed to work on this project. As part of the reference check process, the County may choose to visit one or more of the listed projects and/or request a copy of the plans and documentation completed. 7. A sample plan and profile sheet(s) of a similar project should be included in each submittal. Examples should be no smaller than 11"x17". 8. Consultant's willingness to enter into the Weld County Standard Contract Agreement included as part of the RFP. 9. Limit the total length of your proposal to a maximum of 20 pages (excluding covers). The County will reject proposals received that are longer than 20 pages in length. 10. Submit a total of five copies of your proposal. Proposals must be delivered to the Weld County Purchasing Department, P.O. Box 758, 1150 "O" St., Greeley, CO 80632. Weld County reserves the right to reject any and/or all proposals, to further negotiate with the successful consultant and to waive informalities and minor irregularities in proposals received, and to accept any portion of the proposal if deemed to be in the best interest of Weld County to do so. The total cost of preparation and submission shall be borne by the consultant. All information submitted in response to this request for proposal is public after the Notice of Award has been issued. The consultant should not include as part of the proposal any information which they believe to be a trade secret or other privileged or confidential data. If the consultant wishes to include such material, then the material should be supplied under separate cover and identified as confidential. Entire proposals marked confidential will not be honored. Weld County will endeavor to keep that information confidential, separate and apart from the proposal subject to the provisions of the Colorado Open Records Act or order of court. B. Contacts Questions related to the submittal requirements and procedures should be directed to: Richard White, P.E. — Project Manager Weld County Public Works 970-356-4000, ext. 3742, rdwhite@co.weld.co.us :PART 2'- SELECTION PROCESS V. Selection Criteria and Method 4 The Weld County Purchasing Professional Services Selection process describes the consultant selection criteria and method. This document is available for review in the Weld County Code, Revenue and Finance, Chapter 5, online at www.co.weld.co.us. A selection committee shall include Weld County Public Works representatives. Selection Criteria Review and Assessment Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the written proposals and interview session. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. WEIGHTING QUALIFICATION STANDARD FACTOR 5.0 Scope of Proposal The proposal clearly shows an understanding of the project objectives, methodology to be used, and final results that are desired by the Department. The proposal demonstrates the firm clearly understands the 5.0 Critical Issues major issues associated with the project, and offers realistic solutions to those issues. The firm has described their methods of controlling their design and construction cost. The firm has demonstrated an 4.0 Project Control ability to insure State or Federal procedures are used where appropriate. Does the firm have a Quality Control process in- place to manage the quality of their product. Work Project team's work location relative to the project site location. 4.0 Location/Familiarity Key team members familiarity with Weld County and the goals of the Department. The firm has provided documentation which supports their 2.0 UDBE Goal ability to meet a UDBE goal, estimated to be approximately 10%, for this project. The designated UDBE subconsultant(s) have proven abilities. Final selection will also consider verification of references. Final DBE's goals are going to be established by CDOT. PART 3 PROFESSIONAL SERVICES AGREEMENT 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. 5 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 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 6. Independent Contractor. Contract Professional shall perform its duties hereunder as an independent contractor and not as an employee. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Neither Contract Professional nor any agent or employee of Contract Professional shall be deemed to be an agent or employee of County. Contract Professional and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes(if applicable) incurred pursuant to this Agreement. Contract Professional shall not have authorization,express or implied,to bind County to any agreement, liability or understanding,except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law and(b)provide proof thereof when requested to do so by County. 7. Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain (as applicable), the property of County. This includes, but is not limited to, reports, data, plans, drawings, records and computer files All reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of 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,(I)the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which 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 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 7 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 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. 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 8 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. &624-I8-20I et seq. and 624-50-507. The signatories to this Agreement aver that to their knowledge, no employee of County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. Contract Professional has no interest and shall not acquire any interest direct or indirect,which would in any manner or degree with the performance of Contract Professional's services and Contract Professional, shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any 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. SeverabilitL If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction,this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 23. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act§§24-10-101 et seq.,as applicable now or hereafter amended. 24. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 25. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County,Colorado or its designee. 26. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution,and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 27. Public Contracts for Services. C.R.S. 68-17.5-101. 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 affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the Department program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for damages. 9 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 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 10 WEIGHT23T j LIMIT a •M 36T AA 38T • a _ -_ it• drigobAnt Er,- TVir e _ - -a 4347. . • Exhibit B PROPOSAL FOR ENGINEERING SERVICES Bridge 26/25A Replacefflent ProjectJ WELD COUNTY, COLORADO March 17, 2014 SEH Building a Better World for All of Us® Engineers I Architects I Planners I Scientists %_ SEH TABLE OF CONTENTS Building a Better World for All of Us' Letter of Interest 1 March 17,2014 Firm Qualifications 2 Richard White,Project Manager Weld County Purchasing Department Staff Qualifications 3 Weld County Administrative Building 1150 0 Street,Room 107 Greeley,CO 80631 Similar Projects 10 Dear Mr.White: Critical Issues 11 We are pleased to have been shortlisted to present this proposal for the replacement of tiro bridge carrying Weld County Road 26/254 over the Fri n e Reservoir and Ii ricatio r(ompn- Scope of Work and Contract ny's(FRICO)Platte Valley Canal.Based on initial discus ions among team members.gather Agreement 14 information during the pre-proposal meeting.and analysis of infer oaf ion in the Bequest fw Proposal(RFP),we have concluded that the following items are essential for a successful Schedule 16 project outcome. • ▪ Code-compliant bridge design that adheres to all State and Federal requirements References 17 • Meeting an aggressive design schedule that includes canal,railroad,and CDOT reviews and approvals Sample Plan and Profile Sheets 19 • Cost efficient design,construction inspection,and bridge construction • Integrating additional project scope of road paving from the bridge to the Union Pacific Railroad(UP) lo fully address these items.vco have assembled a team Ihal has: L Familiarity with County staff and knowledge of criteria and standards,In Pant.we helped the County create the County Engineering and Cnnsl rod ion Criteria and lie currently pr ovidiug Short Elliott Hendrickson Inc. design services for the Weld County Road 4rl/40 intersection unprovernenl project We have 2000 South Colorado Boulevard. also provided engineering design services on the Weld County Road 27/66A over Greeley Canal Suite 6000 #2 bridge replacement and Weld County Road 6/25A bridge rail and pier rehabilitation projects. Colorado Center Tower One ocal agency bridge replacement experience.This s-s rr i lenge includes I I pi otecls eaihnr the Denver. CO 80222-7938 last five years that have gone through the cnor local agency y resign.r ne• ,and approval pro• 720.540.6800 i 800.490.4966 cesses.SEH's project manager,Steve Kaye.I as 1 event ly i.vullgid will]CDO r Region 4 Bridge Unit Leader Dick Osmun on the BNSF Railroad over SH 7 bridge and re , 888.908.8166 fax t arming wall design project in Boulder.This relationship will allow Sieve to wort<closely with Dick to ddreamline and expedite the CDOT review process as much as possible. SEH is 100% employee-owned Experience navigating the railroad and canal approval processes.This includes: sehinc.com • Five successfully completed railroad approvals for roadway projects completed by QA/QC manager and railroad coordinator Phil Weishach. • 10 successfully completed railroad crossing projects and seven canal crossing projects (three of which are with FRICO in Colorado)by lead roadway engineer Paul Wells. • Successful canal coordination for design of the Red Springs Road Bridge replacement over Minnequa Canal for Pueblo County by structural engineer/canal coordinator Vince Dorzweiler. • Hydraulic design for six canal crossings in Colorado by SEH hydraulic engineer Danny Elsner. Creative solutions for meeting the design schedule.SF H proposes oses to split the design suhed• �ule for the hi idge and railroad approach pavement fins will allow('RICO and UP approval `°' o'a t r I rmom, n a,r „ 1.../ processes to proceed independenll/ which in twin dill facilitate the approval process for ,I.rn coon rna r,.d p,r, r ro c va,m . area entity and expedite our design schedule. w.cfirnmo, inra,nl:rnuet nrn,i.l,,rp,nro rraaon. we mould ngi1Hn;,l i;you:0¢,:rermn in i lc,1,.uducaor Weld County can trust that SEH will deliver a code-compliant,cost efficient bridge and road aura d',irrn',tloo Tins mmnnazon r,n See„Iadr,rrrl paving between the bridge and railroad—on time and within budget. .n you!snear,a n,Jeri tt;ised m:;ill.,,r„ae,idr..m,;; ti viiiirttriit ii nn a tiNIQitiiii,sli,ktilir m a Kir: Respectfully submitted, arvriii Ii,l a I,.I .mnla el vill i.one&nmrenl,nn 4 i �e r'ru,crlrin N 'l In'it l b i m , iell na!,i It. _AL 1 ifrz- r r aiv,dua inc 'it'll, t t n „ur: .;;EH IC?I vitlerrn irficKinniliiiii Sin irl Elliott Stephen Kaye,PE,LEE)AP halm W.Simmer deieirriemii lire Project Manager Principal in Charge SHORT ELLIOTT HENDRICKSON INC. 1 WH WE Firm Qualifications AND O HATEWEEDO SHORT ELLIOTT HENDRICKSON INC. CLIENTS Municipalities BUILDING A BETTER WORLD FOR ALL OF US Counties Short Elliott Hendrickson Inc.(SEH®)is a 100%employee-owned company providing engineering, Federal Agencies architectural,planning,and environmental services to public and private clients throughout the Regional Agencies country.Our work—delivering valuable solutions in the Buildings,Energy,Environmental,Infra- State Agencies structure,Transportation,and Water markets—is focused on Building a Better World for All of Us®. Commercial/Industrial "Building a better world"embodies our commitment to improving quality of life through safer Food and Beverage roads,bridges,parks and trails;renewable energy and sustainable design;and cleaner air, Manufacturing drinking water,rivers,and lakes."For all of us"means we design customized solutions for our Mining clients including the residents and businesses in the communities we serve,employees in the companies we serve,and citizens of the world. Oil and Gas OUR CLIENTS CAPABILITIES Since 1927,we've helped clients overcome challenges through strategically tailored services. Airport Planning and Design We understand our public clients—local governments and state,regional,and federal govern- Architecture mental agencies—must meet a wide array of needs with often limited resources.When working Bridge Design and Inspections with clients in the private sector—commercial developers as well as industrial businesses:oil Civil Engineering and gas,food and beverage,and mining—we help businesses respond to the dynamic needs of Community Planning the marketplace.You'll find our clients spread out across the United States,with evidence of our work in 42 states. Construction Services Dams/Levees/Reservoirs WORK LOCATION/FAMILIARITY Drinking Water SEH has 26 offices company-wide.In the Western Region,we have offices in Denver,Lakewood. Energy Sources and Pueblo,Colo.,along with an office in Laramie,Wyo.We anticipate that the majority of the Community Development and Project work on the Bridge 26/25A Replacement Project will be completed from our Denver office,but Funding if required,staff from any of our office locations is available to the County. Environmental Services We anticipate scheduling and attending progress meetings at the County's office.We also Geographic Information Systems leverage technology to enhance our service to our clients.including tools such as video and Geotechnical Engineering teleconference,GoToMeeting.and FTP sites. Highway Design We are familiar with the goals of the Weld County Public Works Department,as many of our key Land Development staff members have worked or are currently working with the County on the following projects: Landscape Architecture • WCR 6/25 Bridge Rehabilitation - -• Mechanical Electrical • WCR 27/66A over Greeley Canal Bridge The SEH Denver office is located just Municipal Services • WCR 44/49 Intersection Improvements 41 miles from the project site.This provides easy access for SEH start to Natural Resource Sciences • SH 14/WCR 33 Protective Coatings Management • SH 52/WCR 41 get to the site for project coordination g g- on snort notice,it required. Site Planning Solid Waste Management Western region offices Structural Engineering Colorado Surveying Denver j 800.490.4966 I - - - Traffic Engineering Lakewood I 877.986.1444 I j Transportation Planning Pueblo l 719.423.7400 / Urban Design Wastewater Wyoming / Laramie• I Water Resources Laramie 307745.1492 • - - I Watershed Engineering , Additional offices located i I Wetland Services Denver I in Indiana,Minnesota, i Lakewood� sehinc.com North Dakota,South Dakota, I Pueblo• and Wisconsin. SHORT ELLIOTT HENDRICKSON INC. 2 Staff Qualifications A QUALIFIED AND EXPERIENCED TEAM SEH has assembled a qualified and experienced project team for the 26/25A Bridge Replacement Project.As always,the SEH team is committed to providing high-quality technical work and responsive project management services to Weld County.Our successful experience on past projects is the foundation of our ability to provide the level of expertise that this project will require. SEH is fully capable of providing all of the services required for this project in-house,except for materials testing and geotechnical engineering. However,if CDOT determines that a contract goal of 10%UDBE participation be met on this project,we have identified two trusted partner finns who are ready to lead construction services,survey,and right-of-way tasks as needed.These firms are Geocal,Inc.and 105 West,Inc.Geocal is also able to provide geotechnical engineering services if needed. The following organizational chart and accompanying bins and resumes highlight the key team members who will work with Weld County to provide the best solutions for your project. TEAM ORGANIZATIONAL CHART Weld County Project Manager Richard White,PE SEH QA/QC Manager SEH Project Manager Principal-in-Charge Phil Weisbach,PE Steve Kaye.PE John Simmer • • BRIDGE ENGINEERING ROADWAY ENGINEERING HYDRAULICS ENGINEERING SURVEY AND RIGHT-OF-WAY SERVICES SERVICES SERVICES SERVICES Task Leader Task Leader Task Leader Task Leader Steve Kaye,PE,LEED AP Paul Wells,PE Danny Elsner,PE,CFM,CPSWQ George Robinson.RLS Support Support Support Support Vince Dorzweiler,PE Mike Perez,PE Lucas Babbitt,PE Scott Klinker,RLS Kevin Almada,El Stan Barnett CANAL COORDINATION RAILROAD COORDINATION CONSTRUCTION SERVICES Dan Sundeen Task Leader Task Leader Task Leader Vince Dorzweiler,PE Phil Weisbach,PE Chuck Gustafson,PE Support Support Support Tim Nuetzel.PE Jon Larson,PE.PTOE David Davis,PE Set vi yes polennully provided by Lo5 West Inc Services potentially provided by Geocal.Inc. SHORT ELLIOTT HENORICKSON INC. 3 PROJECT TEAM MEMBERS • Steve Kaye — Project Manager I BridgeIll Stan Barnett — CADD Design Design Stan is a Senior Designer and Lead Technician with 3l years of experience in a variety of engineering a Steve is a Structural Engineer with more than 4. 13 years of structural design and inspection disciplines,including roadway,bridge and strut- ,, tural design for many projects in Colorado and experience in the transportation industry His Wyoming Stan is extremely knowledgeable in bout glit j project experience includes design and inspection - •r klicrostation and AutoCAD platforms,and in the of br rail infrastructure, culverts,transportation use of InRoads,Geopak..and Civil 3D He produces excellent plan sets, structures,light and heavy rail infrastructure,and train platforms. and is particularly adept at COOT plan development requirements and Steve will he the Project Manager and primary contact person for producing'plans in COOT format.For this contract,Stan will be the lead this project and is responsible for overall project management, CADD designer and provide drafting for all aspects of the project cooed Inabon,and scheduling- John Simmer - Principal in Charge Dan Surideen — CADD Support John is SEH's Western Region leader.He has a long- Dan is a CADD Technician with more than 24 years of experience in roadway and structure design standing relationship with Weld County and serves as fl His structural design drafting experience includes SEH's Client Service Manager for the County.John's bridges,box culverts,retaining walls,and dynamic role is to ensure necessary resources are provided to i message signs(DMS)structures Dan will provide the project team and serve as an independent prof-g. CADD structural design support for this project. ect contact if corrective action is needed John and Steve will work closely together to help make the project a success and Danny Elsner -- Hydraulics provide Weld County with exceptional client service Danny is a Civil Engineer with 16 years of experience in the engineering of major drainage facilities, including hydraulic and hydrologic modeling for Phil Itas more than 34 years experience in the plan- • bridge projects.channel improvements and stream y ring,design,and construction of transportation and restoration,sustainable tlevelepment/LEED,erosion trod pro oar. ga_fond the normal project develop- L.., cot deer,sediment transport.and storrnwater li merit elements,tie knows how to get COOT Local management la.r• For this ornject,Danny will he responsible for analyzing existing hydrologic conditions,rleveloping hydraulic Agency nrnier_ts'clearer)to ad"efficiently.PH will provide independent review and oversight of the QA/QC process,as well recommendations,and performing any needed irrigation adjustments. as facilitate the project's railroad approval process. George Robinson - Survey/ Vince Coordin er - Bridge Design j I Right-of-Way Canal Coordination ' i George manages land survey operations for SEH's Vince is a Project Engineer with three years of strut- . ;.e Western Region and is a Senior Land Surveyor. tural engineering experience.Vince provides project i He has 28 year s of experience in a wide range of design,field inspection,and construction obsenra- �!- land surveying situations His experience includes tion and administration for a variety of hydraulic and writing and reviewing contracts,coordinating with structural projects.His responsibilities also include engineering staff,and reviewing title reports.George will provide ROW quantity calculations and shop drawing app royals.Vince will provide survey services i in accordance with Weld County standards and project bridge design engineering services for the project and also facilitate requirernents- the project's canal approval process. tin j Kevin Almada - Bridge Design Chuck Gustafson - Kevin is a Structural Engineer and recent gradu- Services ate.Kevin provides experience in structural design Chuck has more than 28 years of Construction nce in of steel and concrete bridges.He has also worked project management that spans construction as a construction inspector of transportation and management services for highway,railroad,trans- , roadway projects.Kevin will provide bridge design portation,drainage and stonnwater management, engineering services for the project. water/wastewater systems,and construction management projects Chuck will oversee any conshuction inspection Paul Wells - Roadway Support required for ibis project. Paul has more than 18 years of experience in the a transportation industry.He is knowledgeable of the CDOT design process and has worked on multiple local agency projects. Paul will provide roadway design assistance as required for the bridge and bridge approaches.as well as support to the railroad and canal approval processes. 4 WELD COUNTY-BRIDGE 26/25A REPLACEMENT PROJECT Stephen Kaye, PE, LEED AP Project Manager I Bridge Design Mr.Kaye is a licensed Structural Engineer with more than 13 years of structural design and inspection �\ experience in the transportation industry.Steve's project expertise includes design,assessment,and inspection of bridges,tunnels,culverts,transportation structures,light and heavy rail infrastructure,train platforms, buildings,wastewater treatment structures,water storage tank foundations,mining structures,and airport EDUCATION terminals.His structural engineering experience includes reinforced col acre Le design,prestressed concrete Bachelor of Science design,steel design,and construction phasing design.Steve has worked on transportation projects that Include Civil and Environmental Engineering low volume local roadways and bridges,interstate highways and bridges,snowmobile and pedestrian bridges, Infts University retaining walls,light rail stations and platforms,and heavy rail layover yards, Medford,Mass.(2000) EXPERIENCE PROFESSIONAL REGISTRATIONS/ Weld County Road 1.3 Bridge Deck Rehabilitation—Town of Windsor,Colo.Lead structural engineer on a LICENSES 4000 sq.ft.,2-span bridge deck rehabilitation.Steve was responsible for performing a field inspection to determine limits of deck deterioration;reviewing existing bridge plans;designing bridge deck repairs includ- Professional Structural Euglneer in ing the use of sacrificial anodes,designing bridge joint repairs with an asphaltic plug joint system.rating of Colorado(#47416,2013) rehabilitated bridge,and designing bridge approach improvements. and Massachusetts(#48506,2009) Baseline Underpass Project—City of Boulder.Colo.Lead structural engineer for providing preliminary and CERTIFICATIONS final design for a hike and pedestrian underpass near the University of Colorado campus.The project process supports the City's commitment to multi-modal transportation planning and a high level of citizen involvement. LEED Accredited Professional In addition to the public and the university,several owners of businesses in a busy nearby shopping center have (2009) unique access cone-ns.SEH was engaged for this project because of our team's ability to maintain traffic flow and bike/pedestrian access as well as address COOT coordination,stakeholder communication,and utility and PROFESSIONALASSOCIATIONS right-of-way issues.Steve is responsible design on the structures that are part of this project.These include a American Society of Civil Engineers 120 ft.long reinforced concrete three side box pedestrian underpass under Baseline Road,and 1,100 linear ft of (ASCE) retaining walls Retaining wall types include cast-in-place reinforced concrete,MSE,and spread caisson walls American Institute of Steel Con- Red Creek Springs Road Bridge Replacement—Pueblo County,Colo.Project manager for design and con- I struction(RISC) struction services on a 44 ft.long,single span.prestressed concrete bridge carrying County Road 200 Red U,S.Green Building Council(USGBC) Creek Springs Road over Minnequa Canal.The design services for the project include bridge engineering.topo- graphic survey and survey plans,bridge approach roadway engineering,hydraulic.environmental,and traff c engineering.Bridge engineering includes design of temporary bridge,reinforced concrete deck,adjacent pre- stressed concrete deck beams,reinforced concrete abutments and wingwalls,steel H piles for foundations. John \11/. Simmer Vice President I Principal in Charge Mr.Simmer is a Vice President and Principal in Charge with more than 30 years of public works and project management experience.John brings expertise in projects such as street and utilities,roadways,bridges, and trail projects.He has worked in project cost control,contract negotiation,management,public relations, EDUCATION media relations,budget management,cost containment,and quality control John also brings seven years of experience as Director of Public Works for Pueblo County Bachelor of Science Geology/Engineering Geology EXPERIENCE Colorado State University-Pueblo Overton Road,Federal Emergency Relief Project-Pueblo County,Colo.Project Manager for a roadway (1982) realignment and structure construction project affecting one mile of roadway and five structures John provided management.engineering and observation services for the construction of four minor structures and one major CONTINUING EDUCATION structure,bridge removal and new construction of the realigned section of roadway.As this was a Local Agency Business Management Colorado project,efforts were performed in accordance with CDOT standards,manuals,and documentation. State University-Puedla(1983) Pinon Road Bridge 1038 Repair-Pueblo County,Colo.Project Manager for the Emergency Relief funded bridge repair of a two-span 45 ft.steel girder bridge with a composite steel and asphalt deck with a concrete pier. Business Leadership Classes University of Minnesota-Carlson Aspen Road over the Bessemer Ditch-Pueblo,Colo.Project Engineer fora single span 72 ft.pre-stressed School of Management box-girder bridge with a composite concrete topping,concrete abutments,steel H pile foundation and a clear roadway width of 55 ft.John provided design and construction inspection.Bridge design services included Minneapolis.Minn.(2011) preliminary engineering,site survey,cost estimates,final design,bid specifications.construction inspection. materials inspection and construction administration. SHUNT ELLIOTT HENDRICKSON INC. 5 Philip 1. :. eisbach, PE Quality Assurance/Quality Control j Railroad Coordination h Mr Weisbach has more than 30 years of experience managing design projects throughout the Denver metropolitan area,the North Front Range.and western regions of Colorado.He skillfully orchestrates the transportation planning,highway design,traffic engineering,structural engineering,drainage design,and envi- EDUCATION ronmental clearance work required for major transportation projects.Phil has managed large projects and staff workloads as the Transportation Director for the City of Boulder,and for the last nine years he has managed Bachelor or Science traffic engineering,transportation planning,arid interchange and highway design projects for SEH clients. Civil and Environmental Engineering i University of Colorado-Denver(1976) EXPERIENCE Oversight of On-Call Contract for Civil/Structural Projects—Boulder County,Colo.Project Principal and PROFESSIONAL REGISTRATIONS/ Contract Manager for SEH's On-Call Contract for Boulder County Civil/Structural projects since 2004.In LICENSES this role,he has overseen the efforts of SEH's project managers assigned to the following projects:SH 7/East Professional Engineer in Colorado County Line Road;95th Street Bridge Replacement Valmont/Isabelle/95th Street Feasibility Study:as well t1t18097,i981) as the SH 119/Jay Road/63rd Street Transit Efficiency Projects.His role is to make sure Boulder County's needs are met on all projects,and to help solve any problems that come up during the projects. PROFESSIONALASS0CIATIONS 95th Street Intersection Improve moots for Isabelle Road and Valmont Road(Boulder County—Boulder, Fellow—Institute of Transportation Colo.Project Manager for 0.5 miles of 95th Street including reconstruction the Intersections of 95th Street/ Engineers(IrE) Isabelle and 95th/Valmont.The goal of the project is to improve multimodaf safety and reduce crashes while increasing the efficiency of the operations at the intersections.This goal will be achieved by providing bike Amer can ocrety Jet,tR Engineers lanes while providing adequate'turn lanes zit the intersections.SEH is in the preliminary design phase of the (ASCE) project and will proceed to a final plans,specifications,and estimate package_ Lite Member-American Public HockCreek/Coal Creek Trail Resign,120th to Ski 7—Boulder County,Cola.Project Manager for this exten- aricsAssociatioo(AMA) sion of the Pock Creek/Coal Creek trail.SEH is providing an innovative and cost effective trail design.When 'rtf. location arose,Phi! team Fri Ira prey .�t��,���conccrrscbou. -rabcsLtai :,.underpassefSH7andMsa. c.J:_. I_am thorough and objective analysis of the two underpass localions The preferred underpass location was subse- quently approved by two commissions and two elected bodies Vincent Dorlweiler, PE Bridge Design I Canal Coordination Mr Dorzweiler is a Project Engineerwith three years of structural engineering experience.Vince provides project design,field inspection,and construction observation and administration fora variety of hydraulic and structural projects.Responsibilities also include quantity calculations and shop drawing approvals. EDUCATION ' EXPERIENCE Bachelor of SuIruee Crow Cut-aft Bridge over Muddy Creek Replacement- Pueblo Ccunty,Colo.Design Engineer for a Civil Engineering new,federal) funded 96 ft.,single-span brid e replacement that significantly improved the hydraulic: Colorado School of Mines capacity of the ,e bridge and the vertical alignment of the road. the new structure is a precast concrete girder Gulden,Colo.(2008) bridge.founded on cast in-place caissons.A shoo-fly detour was constructed to maintain traffic.Vince was responsible for assisting with the bridge girder design.abutment design,and caisson design.He also PRCFE5SI0NAL REGISTRATIONS/ provided quantity calculation and the bridge load rating LICENSES • Harebell Bridge over Sari Juan River Replacenreuf—Archuleta County,Cub,Design Engineer for a new, Professional Engineer in Colorado federally funded,150 ft,two-span bridge that crosses the San Juan River Vince designed the wingwalls and provided the independent design check of the superstructure.He also assisted in the structure quantity calculations.The project is adjacent precast concrete box bridge,founded on cast-in-place caissons.A new waterline was installed on the bridge,using an electric trace system to prevent freezing.The structure is i located within a metro district,presenting unique construction staging requirements.Construction was phased to maintain traffic at all times. West Cat Creek Bridge Replacement,AR 700A over Stollsteirner Creek—Archuleta County,Cole,Design Engineer for a new a 55 ft..single-span bridge replacement.Vince designed the precast slab girder and approach slab.The project used federal funding and followed all COOT procedures and requirements.The bridge location was 100 ft.from a concurrent COOT project on US 160,so close coordination with CDOT was required 6 WELD COUNTY-BRIDGE 26/25A REPLACEMENT PROJECT Kevin Alifiada, El Bridge Design Mr.Alrnada is a Structural Engineer recently graduated from the University of Colorado-Denver in Civil Engi- neering.He brings experience in structural design of steel bridges and commercial buildings,Kevin has also worked as a construction inspector of transportation and roadway projects. EDUCATION EXPERIENCE Bachelor of Science Red Creek Springs Road Bridge—'ueblo County.Colo.Project Engineer for replacement of a 44 ft.long, Civil Engineering single-span.prestressed concrete bridge carrying County Road 200 Red Creek Springs Road over the Min- University of Colorado Denver nequa Canal.Kevin provided the structural selection report considering precast box girders of a single-span (2012) bridge. Dillon Drive Interchange over 1-25—City of Pueblo,Colo.Project Engineer for design,layout,and detailing PROFESSIONAL REGISTRATIONS/ of a two-span,160 ft.bridge with prestressed concrete BT54 girders and 8 in composite concrete deck that LICENSES carries Dillon Drive over 1-25.Kevin provided the preliminary superstructure design and quantity calcula- Engineer in Training tions.the project required coordination with multiple subconsultants for bridge monuments,retaining walls, special bridge and pedestrian railing,horizontal and vertical alignments,and final project grading.Work was CERTIFICATIONS completed using InRoads,MicroStation V8i(SS2),and ProjectWise ACI Concrete Field Testing 59th Avenue and Canal No.3—City of Greeley,Cola Project Engineer for the load rating of a single-span Technician—Grade I bridge constructed in 2012 Hied balski Bridge Rehabilitation—City of La Crosse,Wis.Project Engineer for the load rating of a multi- PROFESSIONAL ASSOCIATIONS span,continuous steel girder bridge.The client was considering replacing the concrete deck to increase the American Concrete Institute load carrying capacity.Kevin provided load ratings for current and proposed conditions and designed the deck replacement. I American Society of Engineers Society of Hispanic Professional Engineers Paul .tellS, PE Roadway Support Mr Wells is a Senior Highway Engineer with 18years of experience in the transportation industry,including s more than 13 years in the Color ado market.Paul's experience includes project management,marketing, technical expertise,operations,and resource management.I le has expertise in roadway design,roadway modeling,plan preparation,design calculations.construction cost estimates,specification writing,project EDUCATION coordination,design schedules,and project budgets. - Bachelor of Science Civil Engineering EXPERIENCE Arizona State University U.S-Highway 287(COOT Region 4)—near Berthoud,Colo.Project Engineer responsible for the development Tempe,Aria (1995) of preliminary and final roadway plans,specifications,and estimates for five miles of a rural arterial.Designed mainline plan and profile,side roads,at-grade intersections,approaches.and an interchange.Other tasks I PROFESSIONAL REGISTRATIONS/ included design criteria verification and staff coordination. LICENSES S.Buckley Read,Arapahoe Road to Orchard Road(Arapahoe County)—Arapahoe County,Colo.Design Professional Engineer in Colorado Engineer for the development of preliminary and final roadway plans,specifications,and estimates for one (p38989,2004) mile of an urban arterial,Paul's responsibilities included development of a four-lane curb and gutter section with acceleration and deceleration lanes.plan and profile design,storm sewer system design.traffic signal PROFESSIONAL ASSOCIATIONS design,signing and striping plans,and approach roads from adjacent propel ties I American Society of Civil Engineers SH 92 Austin to Hotchkiss(COOT Region 3)—Delta County,Colo,Project Manager responsible for the (ASCE) development of final roadway plans,specifications,and estimates for eight miles of rural two-lane highway, The design included reconstructing the roadway to COOT standards and adding passing lanes and safety American Society of Highway Engi- shoulders.The project was advertised under three separate construction packages to match CDOT funding. neers(ASHE) Additional tasks included coordinating design team assignments,project schedule,and project budget. American Council of Engineering Companies(ACEC) SHORT ELLIOTT HENDRICKSON INC. 7 Stan Barnett CADD Design R Mr.Barnett is a Lead Technician with 31 years of experience in a variety of engineering eisciplines.Stan's structural design drafting experience i includes hridgs.box culverts,retaining walls,and buildings.The bridges drafted include highway and pedestrian structures constructed with steel,reinforced concrete,cast- EDUCATION in-place concrete slabs.pre-stressed concrete girders(box girders,I girders,voided slabs,and solid slabs), and retaining walls for both mechanically stabilized earth(MSE)and concrete. Architectural Drafting Pickens Tech EXPERIENCE Aurora,Colo(1981) County Road 337A eve°Rio Blanco River -Archuleta County,Colo.Lead Technician tor the design of the CONTINUING EDUCATION federally funded,60 ft.,single-span bridge replacement administered by CLOT.A restricted site mace the roadway alignment and bridge phasing challenging.Stan was the lead technician in the development of the InRoads(NlicroStation) V8,XM and proposed geometries,alignments,grades,modeling,development of construction plans,and estimated quan- V8i(551&532) titles.The new bridge will consist at spread precast box concrete girders founded on caissons COOT coritiguretiorus ivticroStauon Craw Cut-off Rrtdge over Muddy Creek Replacement -Pueblo County,Colo.Lead Technician for replace- and InRoads cent of an existing steel structures with a new federally-funded 96ft„single-span bridge that significantly Nlicru3tetimlCmwrn D'ue Styles improved the hydraulic capacity of the bridge and the vertical alignment of the road.Stan's responsibilities included the development of the proposed geemetrics,alignments,grades,modeling,and development of GREW(Roadway Desk construction plans and estimated quantities I lie new structure is a precast concrete girder bridge,founded Eagle Point for Micro Station Road- on cast-in-place caissons.Ashoo-fly detour'was constructed to maintain traffic way Design Harebell Bridge over San Juan River Replacement—Archuleta County,Colo.Lead technician for the prelim'- AutoOAD 12.14,2010,and 2011 nary and final design of a new federally funded 150 ft.,two-span bridge.Stan developed proposed geometries, alignments,grades,modeling construction plans,and estimated quantities.The project is adjacent precast Civil 30 2011 concrete box bridge,founded on east-in-place caissons.A new waterline was installed on the bridge,using an ctnctrtc trace ystem to prevent freezing.nor tructron Fro.phased to >ai.tain traffic at all times. Dan Sundeen CADD Support Mr Sundeen Eras more than 24 years of experience in roadway and structure design.His roadway design experience includes horizontal and vertical alignments,typical section templates,cross sectinns.slope selec- tion,detour design,site grading,and earthwork volume estimation.His structural design drafting experience includes bridges,box culverts,retaining walls,and Dynamic Message Signs(DMS)structures.Dan has pro' eDIJCATION video design work on highway and pedestrian bridge structures constructed with steel,reinforced concrete. Associate of Applied Science cast-in-place concrete slabs,prestressed concrete girders(box girders,I girders,U girders,voided slabs and Architectural/Structural Drattiog solid slabs)and retaining walls for both mechanically stabilized earth(MSE)and oust-in-place concrete Denver Technical College Denver,Colo,(1995) EXPERIENCE Weld County Bridge 27/66A Replacement(Weld County)—Greeley,Colo.Senior CADD Technician for a single-span,60 ft.prestressed concrete slabs,composite concrete slab,skewed bridge Dan completed prelimh retry and Heal design including horizontal and vertical alignments and cross sections of mainline and ten approach toads,bridge layout and final site grading,and irrigation drainage details.Healso prepared all bridge details.Work was completed using InRoads and MicroStation VS. US 85 Bridge Replacements over Lower Latham Ditch(COOT aria Weld County)—Weld County,Colo. Senior CADD Technician for a double cell 20 ft.by 10 ft.by 143 ft.concrete box culvert.Dan created construc- I tion documents with multiple option layouts.Drawings included roadway design with shoulder widening, detour and CBC construction phasing,and CBC wingwall and debris wall details.Roadway and CBC design was completed using CDOT's configuration for InRoads and M1croStation, County Road 337A over Rio Blanco River Bridge Replacement— Archuleta County.Colo.Lead Technician for the design of the federally funded,60 ft..single-span bridge replacement and mad realignment.Dan was responsible for preliminary and final design and construction plans of the bridge replacement.which included roadway and bridge realignment,pipe culven t extension-detour and traffic control.and bridge.details for a 27 ft wide by 60 ft long precast concrete box girder bridge 8 WELD COUNTY-BRIDGE 26/25A REPLACEMEN r PROJ EC E. Danny Elsner, PL CFM, CPSVVQ - Hydraulics Mr.Elsner is a Civil/Water Resources Engineer with 18 years of experience and knowledge in engineering major drainage facilities.Danny's design and modeling abilities include hydraulic and hydrologic model- ing for a variety of project types and the design of infiltration and detention ponds,channel improvements and stream restorations,erosion control,and sediment transport.Danny also has significant experience EDUCATION developing stormwater management plans,including drainage basin planning studies and stormwater best Master of Science management practices.He is intimately familiar with regulatory requirements affecting drainage facilities, Civil Engineering Danny regularly prepares and submits necessary applications to local and national governments at all stages IColorado State University of land development projects.These include Letters of Map Revision(LUMPS),applications to reestablish/ Fort Collins,Colo.(2007) maintain habitat and wetlands,and similar applications. Bachelor of Science EXPERIENCE Civil Engineering First Creek Restoration(Urban Drainage and Flood Control District)—Denver,Colo.Project Manager on Colorado School of Mines this trail restoration project.Danny oversaw the project including hydraulic design and trail design,including PROFESSIONAL REGISTRATIONS/ design of a pedestrian bridge for the creek crossing. LICENSES Rock Creek/Drainageway G Improvements(UDFCD)—Boulder,Colo.Project Manager for this project Professional Engineer in Colorado located at the confluence of Rock Creek and Drainageway G.The area had experienced erosion ssues and a current headcut was compromising the existing infrastructu re.Danny was responsible for design and (#36217,2002) management of the project.This fast-track project included design of three small drop structures to Tower CERTIFICATIONS Drainageway G into Rock Creek and then to meet the new invert caused by the headcut.In addition,hank pro- tection in the form of soil lifts and geotextiles was placed upstream to protect existing utilities. Certified Professional,Storm Water Boulder Creek/South Boulder Creek Confluence(Boulder County)-Boulder,Colo.Danny oversaw SEH's Quality(CPSWQ)(#353,2008) efforts on behalf of the Courtly(Dave Webster)to provide all independent review of floor stud es done by Association of State Floodplain Man- other engineers In the Valmont/57th Street area,in an attempt to reconcile differing flooding conclusions. agers(AST PM)-Certified Floodplain Manager(CFM)(#309/1.2010) George Robinson, RLS i , Survey I Right-of-Way f�V Mr.Robinson is a Senior Land Surveyor with more than 28 years of experience supporting engineers,contrac- I �� tors,and clients.George is highly organized and detail oriented.with proven skills solving problems in a wide range of land surveying situations.He has led diverse teams and coordinated with diverse contractor teams. George's experience includes writing and reviewing contracts,employing subconsultants,coordinating with EDUCATION engineering staff,communicating with contractors,reviewing title reports,and writing legal descriptions. Survey Program Denver Institute of Technology EXPERIENCE Denver,Colo.(1983) Traffic Signal Replacements—City of Colorado Springs,Colo.Project Manager for the City Traffic Engi- neering Department project.George supervised and conducted quality control/quality assurance.SEH CONTINUING EDUCATION established horizontal and vertical control based on the City datum,located all utilities using FIMS and Safety Training Refresher(2012) locates,and provided research to determine the right-of-way and property boundaries within the five inter- section project sites. PROFESSIONAL REGISTRATIONS/ Pipeline Integrity Program(Xcel Energy)—Central and Northern Colorado.Key Member of the team put . LICENSES together by Xcel Energy with a goal of replacing and rerouting LOB miles of gas pipeline by 2015.This five-year Registered Land surveyor project began in 2010 and covers portions of Weld,Lorimer,and Boulder Counties Under George's leadership, in Colorado(#35593,2001)and SEH has provided route planning and mapping,topographic surveying,legal descriptions,pipeline design, Arizona(#31033,1997) floodplain studies,construction staking,and as-builts of the completed portion of this p'oject.In addition, assistance has been provided for permitting and licensing of river,railroad,and irrigation ditch crossings PROFESSIONAL ASSOCIATIONS Valve Replacement Program(Xcel Energy)—Colorado.Lead Surveyor Coordinator for multiple projects that Hoard Member,Central Colorado remove and replace existing valve vaults from high traffic intersections to locations that are not affected by Processional Land Surveyors traffic.George was responsible for the services,including coordination of underground utility locates and traf- fie control,topographic and boundary surveying,and mapping of the right-of-way and adjacent land parcels. (2011-2012) SHORT ELLIOTT HENDRICKSON INC. 9 fl{� Projects tr PROJECT CONTROLS — FOLLOWING STATE AND Si 1 1! I ''LL$9 . . .._.. FEDERAL PROCEDURES SEH understands each bridge must be designed in keeping with The projects listed,on this page are all local agency projects its environment and the okay tsocial context in which it exists.SEH that went through,the CBOT review process.SEH is very bridges embody harmony,balance,and proportion because our design- familiar with this process and has developed relationships ers effectively balance technology,sound engineering principles,and • with many of the COOT staff who are responsible for review- class ic principles of aesthetic composition. ing local agency projects.SEHfosters this relationship to SEH brings a team with extensive experience in the design of over 500 facilitate the COOT review process.If a question comes up in bridge replacement projects.The projects listed below have been corn- the design.we can correspond with CBOT staff to get a quick pleted by team members based in SEH's Western Region offices in the answer rather than waiting far an official review.This makes past five years. the FIR/FOR process go smoothly because we have already discussed the project with C DOT and they are already aware of the critical items. • Structure Structure Engineer's II Feature Span Out-to- Cost Prefect _ Client Intersected Length out Width Substructure Superstructure Estimate_] Reinforced Concrete Precast Prestressed WCR 27/66A Weld County {Greeley Canal#2 57.2 ft 43.0 ft. Abutment on Concrete Slab Girders N/A Caissons and Concrete Deck AR700A(West Stollsteimer Reinforced Concrete Precast Prestressed ( Archuleta County 550 ft. 31.0 ft. Abutment on F Concrete Slab Girders $755,460 Cat Creek Road) Creek Caissons and Concrete Deck Reinforced Precast Prestressed Concrete CR 7.29(S.Crow Pueblo County Muddy Creek 93.5 ft. 35.0 ft. Abutment on Concrete RT54 Gird $808,140 Cutoff) ers and Concrete Caissons Deck 4Precast Prestressed . Red Creek Pueblo County Minnequa Canal 415 ft 35.0 ft. • Reinforced Concrete Concrete Slab Girders $568,210 Springs Abutment on H Piles and Concrete Deck 73.75 ft.. Reinforced Concrete Precast Prestressed Harebell Drive Archuleta County San Juan River 73 75 ft. 25.0 ft. Abutment on Concrete Box Girders $902,160 Caissons and Concrete Deck Precast Prestressed Reinforced Concrete Concrete Bf72Gird- CR 551 Archuleta County San Juan River 1475 ft 33.0 ft. $737792 Abutment on H Piles ers and Concrete Deck Reinforced Precast Prestressed Concrete County Road 19 Boulder County Boulder Creek 122.5 ft. 37.0 ft Abutment on H Piles Concrete Box Girders $1,451,520 and Concrete Deck Precast Prestressed State Hi Highway 9 Bement Count Currant Creek 644ft. 43,0 ft. Reinforced Concrete Concrete Box Girders N/A g y r 65.1 ft. Abutment on H Piles and Concrete Deck Precast Prestressed 52.2 ft., Reinforced Concrete County Road 54 Cheyenne County Big Timber Creek 522ft. 35.0 ft. Abutment onHPiles Concrete Box Girders $611,630 and Concrete Deck Reinforced Concrete Precast Prestressed County Road D25 Delta County Dry Creek 63 5 ft. 33.0 ft Abutment on H Piles Concrete Box Girders .409,150 ) and Concrete Deck Reinforced Concrete Precast Prestressed 60.67 ft.. Abutment on Spread County Road 477 Las Animas County Purgatoi re River 29.0 i Concrete Box Girders $1,456,707 60.67 ft. Footing and Pier arid I and Concrete Deck Abutment on H Piles SHORT ELLIOTT HENORICKSON INC. 10 1. BADGE REPLACEMENT OPTIONS The purpose of the project is to replace the bridge carrying Weld County Road 26/25A over the Platte Valley Canal.The bridge is required to be safe,code-compliant, and cost efficient, meeting all State and Federal requirements.In order to meet these requirements,the following elements need to be considered: superstruc- ture options,substructure options.geotechnicai criteria with respect to the foundation configuration, and bridge geometry. A CONCRETE BLAB-1 BRIDGEnuunn 1 Three beam/slab bridge and one precast arch/footing replacement 1I / options can be considered for the project. ( J a ED©[--] l= L Reinforced Concrete Deck with prestressed concrete adjacent box pBEBTR[BseG beams ABOOXSBAMB 2. Reinforced Concrete Deck with prestressed concrete spread box OPTION i •ADJACENT DECK BEAMS beams 3. Reinforced Concrete Deck with steel I beams 4. Precast concrete arch with precast spread footing Advantages to Ibis lo "� cenc[em B.A[ - BRIDGE RAILING , ndqse' uu fir' typr m rh rllernu ethe bc,un S -- ir' Await.buiir di-ir'i ICI 'of we'lockand'newn air rrinmllu'd - l j �l in 1 l- ii mrpaed to ins other beauv;l„b bridge options 'Eris is an advantage \ BSED SPREAD for Ibis piHerr aver•tie other beams/slab badge options bereu°u it will BOX SEARS Inn nmlre veri i,il prink impacts A trislyarragir ni Ihis o lion is hen OPTION 2-SPREAD DECK BEAMS because the beams are adjacent,the quantity of beam concrete will be higher than the concrete spread beam option. An advantage to this superstructure type is that you can achieve maxi- CONWeiE BEAR- BRIDGE RAILING -. mem material efficiency for the beams because they are spread,rather _ than adjacent.A disadvantage to this superstructure type is that the I overall structure depth will be greater than the adjacent beam bridge A option.This is an important disadvantage hecause of the potential -BreERO STEEL GIRDERS impact to the vertical profile of the bridge. OPTION 3-SPREAD STEEL GIRDERS This structure type would use a precast concrete arch made by Figure 1 Contech Engineered Solutions(Contech).This structure typically is designed,fabricated,and delivered to the site by the arch supplier.The contractor then installs the structure wife assistance from the arch OAB,...,wA.. designer cud installation drawings.Contech also provides precast . .r pow,„es„, footing option,which consist of a precast concrete voided ided form that ts>ct fur tenons as a footing, will'supports the arch before the form is filled with cast-in-place concrete- The main advantage of this structure type is that if the precast footing r system is used to support the precast arch,this can be instated tier y /// CA""DUTTUM quickly(approximately one to two days)after the sobgr ado is pie / s pared.This will limit the duration of construction am k:vi tl iin the canal. �- i Another advantage is that the precast concrete anon r typo.ally mole CON.XnEruuT'NB ..[CAST 5.151DS..B • cast-in-place g concrete because it is made at a precasting durable thanpotentialdisadvantage facility.A disadvanta e is that because of the arch shape,it g9rlgga-PRecA@T AReN wlrII PI@CyB$LoanyG may be difficult to maintain the current hydraulic opening without rais- ing the roadway profile. Figure 2 SHORT ELLIOTT HrNOvICRSON INC. 11 The bridge design will have to be done using the Load and Resistance PROJECT CONTROLS — CONSTRUCTION COSTS ' Factor Design(LRFD)method in accoi dance with current COOT and AASH FO standards.The geotechnical report provided in the RFP does Controlling construction cost,darts with the conceptual not include the required LRFD values and coefficients to perform the structure options.These options are selected based omprevi• .i LRFD analysis.A licensed geotechnical engineer should be used to ous experenr.❑to provide it ucturally sound,cost affluent interpret the boring logs and determine the required values and coeffi- solubons_As part of the Structure Selection Report(SSR) , cients to perform the design.The required values and coefficients may and during preliminary design(FIR level),conytruction coat include but are not limited to;nominal bearing capacity,bearing resin- estimates are deteunined to coinpare the preliminary design tance factor,lateral soil coefficients,and soil internal friction angle. options.These cast estimates are considered along with other criteria to determine a preferred strucl trial solution.A FOR cost estimate is also provided to track the construction cost during design.Major differences between the FIR and During the ere-proposal meeting.the County mentioned that they FOR cost estimate are reviewed,Finally,an.advertisement typically use a deep foundation configuration for their structures. ; cos['estimate is provided.SEH can provide prdledtwsf esti The geotechnical report provided in the RFP recommended the use mates at more frequ❑nlintervals lt.theCounty-prefers. of a shallow foundation system.The report recommends not using ,I a deep foundation because of the depth of the rock.Typically,deep - - foundations get their capacity from soil end bearing,soil friction.or a combination thereof.If the depth to the end bearing layer(rock) is significant,then end bearing becomes cost prohibitive.If the soil or one ii cc1:I: s.ch tnet sod for tiorl%:ansuppolt the piles,a deep'cum dati on system using friction may be economical.It is unclear from the geotechnical report it sot friction was aonsidemc. j1-11 I L i� If the County would like to consider a deep fni iodation system,addi- tidnal geotechnical recommendations for potential systems will be J ro .... required.We were planning to use a subcontractor for construction 'yammer.. _ IINT management/inspection and/or materials testing to meet the County's -""" UDBE participation goal.This subcontractor also perlornls geutechni- sEMhINTEOttAL,Ar1UIMENT WITH-HORIZONTAL JOINTS CJ ongine,-I inn ser vices and can provide deep foundation.geoteci near recommendations based on the boring logs,if the County prefers Ir.inv. -- -_,,,..,,,.us,.,. I Our typical design practice for a bridge of this size and configuration f with a deep foundation system would be to design the substructure to he fully integral with the superstructure.Th is requires a rigid connec- ,„,„,„„c„,„, •_ .cm' tion between the superstructure and the substructure and eliminates —A' I - - TULLT INTEGRAL ABUTMENT WITH NO JOINTS vertical joints(a primary cause for bridge deterioration)at the abutments.This improves the durability of the bridge.Bridge super- structure elements expand and contract with temperature changes and a fully integral structure accommodates this movement using ,_e, v...•..esneur deep foundation elements(steel piles,drilled caissons,etc.)that are 1 flexible en run ough to accorodate the expansion/contraction. — — — - -- ;o,"„r,""` On the other hand,a IRA nil i few al system uses vertical joints to accorn- f modate the thermal expansion/conk action while a semi integral ,o,„„„,„„„„ •system uses horizontal joints to accommodate the thermal expansion/ .\. I rms. /r) contraction.Figure 3 shows details of a semi-integral,fully integral,and NON-INTEORAL ABUTMENT WITH VERTICAL JOINTS non-integral abutment configuration. A shallow foundation is more rigid and does not allow thermal expan- sion/contraction(the way a deep foundation does)when it is made Figure 3 fully integral with the superstructure.As a result,shallow foundations are not typically used in fully integral configurations.Because the geo- technical report recommends the use of a shallow foundation system, SEH will consider a semi-integral configuration for the replacement bridge.This allows for thermal movement,but protects the bridge ele- ments from the deterioration at vertical joints.If a deep foundation system is used.a fully integral configuration is most likely the best solution. 12 WELD COUNTY-BRIDGE26/25A REPLACEMENT PROJECT 2. DESIGN SCHEDULE The County has expressed a desire to meet an advertisement date of September 15,2014.This is an aggres- sive schedule, and in order to meet it,SEH has identified the following critical path schedule items: Railroad Approval,Canal Approval,and COOT Approval. Both the hesign and cr nstruntion sorrel Meade parana:Mil concerns hr lhn Cniinry nn this rnlect.Tle County has expressed their desire I no bridge crosses the Platte Valley Canal which D ocetroic ipkdlCU. to have a mid September advertisement date Thies a very aggressive Canal coordination and approval is acrOpel part a';he design scandule design schedule,censideriagi ale arolect.vii need to achieve approval for h e bridge.It can he a time consuming process and a cetrimeat to front the Union Pacific Rail'odd(UP) the Fanners Reservoir and inriga- he overall project design schedule it the canal owner is unresponsive. I:on Company(EHICO) and CDD I prior to advei Lenient. 'Jlh e Dorzweiler cur designated coral coominalar.recently sump eted loonier fro meet this scaedule,we propose to.sold the design of the the design of a bridge replacement for Fdeblo County ever the Mauer bridge and the re.(road approach pavement.b appears hat tie bridge qua Canal.Vince corresponded with the canal owner to loco acruatc their sac the r i'road aa,tar enoughawn,twat their designs can'oe done bide deign Palm ernoits and tacilitate Canal acproval of the pxaje-T Cased nenderly and'approvals of the nringn replacement from[RICO mf1'not on his recent success on the Pueblo County Project,Vince will he mile to ale cam-Urgers capon approvals of Hu pavement from lilt and vine versa more etficienhy Dentate the renal approval process for thls aroject. !oat way the pavement design,which will he completer]mods quicaly their He bridge design,can p amass and two railroad approval process cai begin as quickly aslc.,_ible Caereuelc,l he b'idri,design car Throughout ccii previous ex'onrience"vital CLUE,huta an CDO If and progress without consheri rg the railroad approvals This will result it a local agency project- we h ace dr n:l oped rcla'i,nsl ips with-the CDC consolidated design vchedule Jed th nh,equirerl clearances and approval. staff who ere responsible for rewevninglocal t rn pea feels 'We have recent y worked with Dick Csmun who s the CURT Region 4 Bridge Unit Leader on the BNSF Railroad over Rh 7 tterige proect in Boulder. Wecootie ten r 7 at It l- nn prfUCll r d ,nerf"UC n Prater to expedite Me CDOT review process.SUB puma to have an inp_r dual is red. trod for the paying,vii airi 'n.UP,:¢,t xr ,v(Rr"Ii inturnr a nentiing with Lick Oman tc r h roduce him to the Project,dis Pau iusa ling tinier will col -rmge any of the ern:rang motechim and cuss tire conceptual design options,and discuss any potential rr,hca .vi l not widen the cross.rg,we believe:hal PLC action is no:required. items or issues.4f this meetinr,‘Ne Carl also duoc_s combining the FiD The FUCaul:i ova!pme^ssI uaaeconsur:iag,so avoiding this process and FOR mertirgs tor,rpeoltetne CDt_1 iv' eafr in is advantageous to meeting tae project schedule. eddilionally,SFH owns to discuss drapimmereted questions as they I`Pl1C approval is re-mired,Phil Weise Etch.our rai'.rcxd coord'nah:r for coma up with COO l bridge slag so that theirrdime ion and inferences the project. pas prepared/URIC cad/railroad crossing apulicationsfor can be incorporated'No the rimiest.This wit facilitate the CDOT'cvirm adw-ry pulects.11rs experience car he'p anticipate issues and cUC pries because they will airoac w be Urger r j.th t m l,i'Iga. Vhen they r t hmeuts and rake the p oees as smooth as possible. perform[h,e7 rev Awn, the resign will he r.accordance w chi their s-.n- We will correspond with BP earl try to minimize the approval process cards and posterences and required submittals because cf the munonal impacts to the railroad. If possible,we will try to comolne submittals to speed up tae approval urocess as much as poss ble. 3. SCHEDULE AND IMPACTS OF CONSTRUCTION During the pre-proposal meeting the County mentioned that the canal can have water in it at anytime and with very little notice,so a bridge configuration and construction technique that minimizes the amount of time that work is being done in the canal is an important consideration.There are also several adjacent stake- holders to the project whose temporary access must be maintained during construction,and whose property must be minimally altered as a result of the final construction. bridges and midges over tream Including replacements when water there are several stakeholders s tooted aojaceat pn the bridge that was flo d.ng'hi the canal a-sr ram Usually we mu Ethic to design a Include arable company,gas company,forms.land owners,UP FMCS), shoe-'lv detour that includes suthciert conveyance struck pr's to and potentially others.-he County has reeationec du-iag the pre- address the flow requirements.We have sometimes used a in MI-pipe proposal meet'cig that the mad coce be closed.so bridge construction inslallar ion where we desigied side-ayode,48 in.CMPs,ard once onasingfs not required,alt cough a deform plan will bere pulped. wcas: oal'y used an8`t.Siff.DI course,a balance must he achieved he bridge'^_placement should'esutrr arrn'e,nal humus In the verb between the cost of the temporary detour and the benefit achieved.VJ9 cal profile.Pry profile increase oculd affect temporary and aernmanent are experienced in helping our clients achieve ttis'ha'ance.Whore there access for the adjacent stakeholders.This favors a nrinimr.m bridge is a will,we always find a way, structure depth so the structue can maintain the required aydraulie mother construction sceedctc nonce,ri is to minimize work n the opening while matching the etist„Etgvertcal profile as closely as passible. canal This favors a precast option so that instellat pa duration cf the S LH team(members have significant experience in replacing Dana' hridgestructure and work in the Cana,are minimized. SHORT ELLIOTT HENDRICKSON INC. 13 Scope of Work and Contract Agreement SCOPESCOPE OF WORK survey file does nut appear to adequately cover the area needed CC WORK to complete the pavement Design Additional topographic SEH proposes the following(rail scope of work for the Weld County survey may need to no pm formed to complete the pavement Road 26/254 Bridge Rep lacer:ent rnlecf he following is intended design between the bridge and tan i ailroad crossing. only as draft,with the Intention at revising and finalizing once under b. Conceptual pavement design-prepare conceptual level draw- contract with the County. togs showing pavement plan,typical section,and typical details. 1. Project Management(Project Duration) c. Conceptual pavement cost estimate-calculate quantities from a. County contact-attend project kick off meeting.provide conceptual pavement design and prepare cost estimate using monthly(or more frequent)project progress repots for County COOT cost data book. project manager,attend progress meetings,prepare meeting d. Railroad coordination-correspond with UP to determine agendas and record minutes. design criteria and required reviews and submittals,discuss b. Prepare project management plan(PMP)-the PMP typically combining reviews to streamline review process. includes design schedule,quality management plan,risk man- e. Submit approach pavement conceptual design drawings to UP agement plan,communication plan. for review(if review is required at this stage). c. Coordinate and monitor subconsultants. _ _ d. Coordinate and monitor canal and railroad correspondence. PROJECT CONTROLS - QUALITY e. Project financial management-prepare invoices,track budget, process subcontractor invoices,track subcontractor budgets. SEH•s stanuard operating procedure is to create a Quality 2. Quality Assurance/Quality Control(QA/QC) (Project Duration) ianagement Plarl(QMP)for each project.This plan ire spe, cificaily tailored for each project to define quality control a. Review and follow all County.CDOT,and SEH quality procedures. elements and the sfaft that are responsible.to pertorm them. b. QA/QC all project deliverables including drawings,calculations, Additionally.SEH nas a Design Quality Procedures Manual specifications,cost estimates,and important correspondence. that desctihes our process for checkingcalcula bons.draw- 3. Conceptual Design—Bridge(0%-30%)-1.5 months :des,specifications,computer program inuut.apu reviewing studies or reports,SEH will also follow COOT standard a. Canal coordination—correspond with dF subICO to determine procedure for this project which includes an design design criteria and required reviews and submittals. , checked byto licensed engineer and an ipd original n d eign b Conceptual bridge design—psi foe conceptual level cal if pe,fprmed'o,ra lice' eed engineer who was notinlolved in ' culations for bridge eonfigurahnn notions(up to i option;), • the original design.Tlieproject Will also go thnuugh the Stan• determine conceptual mem'mr sir:..,pmpare coneeirlual level I dard CDOT local agency.revlew process-By Following SEH general layout sketches showing p,an.typical sei.tior I.died and CDOT'standard procedures we will provideahigh quality, elevation views. ,af.,cost efficient ono-ends-compliant dpsien, c. Conceptual bridge cost estimate-calculate quantities from r - - _ .. — conceptual sketches and prepare cost estimate using COOT cost data book. 5. Preliminary Design-Bridge(30%-75%)-2 months d. CDOT Staff Bridge meeting-meet with Dick Osmun(Region 4) a. Incorporate conceptual design review comments from the to introduce the project,review bridge configuration options, County,FRICO,CDOT,stakeholders,etc.Into preliminary design. and discuss combining the FIR/FOR meetings. b. ROW plans-Prepare ROW plans in accordance with COOT e. ROW survey delineate RON/lines to identify required land standards. acquisitions.This item also applies to railroad approach pave- ment in scope section 4. c. Structural Selection Report(SSR)-prepareSSRinaccor- dance with COOT standards, f. Utility locates(if necessary)-perform utility locate survey to d. FIR/FOR meeting-schedule meeting,prepare agenda and determine the location of all adjacent utility. minutes with COOT,County,and stakeholders. g. Adjacent stakeholder coordination(if not performed by the County)-identify adjacent stakeholders and correspond to e FRICO coordination-continue correspondence with FRICO determine access requirements during construction. and provide any required submittals or information to facilitate project approval(if review is required at this stage). 4. Conceptual Design-Railroad approach pavement(00430%) f. Perform hydraulic design as required by the County,FRICO or -1.5 months(0.5 month design+1 month approval) COOT.This may include analysis of hydrau lie opening,scour,rip I tnpugi.q,hu-.Si;m oy(if i 9,Hut'ol) -'i!e rv.rm•;,r•(iiii ai vey..Ir, rap design.ditch run off protection,etc. p,,„,,H d with!ne NH'min' to the prs uronu',al muohn/, Ink it n,To.nrd i0 ii,ikw iflinogn riot matron co•:•e, the, '11u"nI-Ill g. Preliminary Bridge Design-progress the bridge design using ni the bridge.Ai he Hie Ceeely iequesle"l ui,'inrlu'•nui,,i hie the structure configuration determined during the SSR and h,iv,,.rn•nt'met,,,,,en'Ii,',i,elect ledirIli n! yr mi,'il Fh,,i inn FIR/FOR process.Perform required design and analysis for SHORT ELLIOTT HENDRICKSON INC. 14 bridge elements including superstructure,substructure,wing- 10. Bidding Services -1 month walls.bridge rail,bridge approaches,bridge approach rails,and a. Attend pre-bid office/site meeting. utilities. b. Respond to pre-bid contractor questions. h. Create project drawings including,but not limited to:title sheet;summary of quantities;quantity tabulations;stormwa- c. Review bids and provide recommendation. ter management plans:erosion control plans;construction 11. Construction Management and Inspection-6 months plans;detour and traffic control plan:survey drawings,irriga- a. Respond to RFIs. tion details;grading plans;roadway cross sections;ROW plans. b. Review shop drawings. i. Create bridge drawings including,but not limited to:general information;engineering geology;construction layout;founda- c. Conduct weekly construction meetings tion layout;abutment details;wingwall details;superstructure d Perform daily on-site construction observation. details;bridge rail details;excavation and backfill limits;and e. Observe and oversee required material testing. bridge deck elevations.These drawings will show the bridge f Facilitate final project punch list and closeout. geometry,material properties,structural member sizes, orientations,and configurations with enough information so the bridge elements can be fabricated and the bridge can be constructed. -; j. Provide bridge construction cost estimates as requested by the PROJECT CONTROLS - DESIGN COSTS County. b. P =linunary Dr•,i41 r RailroadrPPn,-t'h u;,,r rood (:iOt/-Ib4'r r Confrollinr design cost tarts with having n detailed design . 1.5 n�.nnlhs(0�5 Months d¢ergr:.1 wont approval) scope So t�nr tp[nc Cnuaq' nmd- nrr net.v)itiio d prquirf- m unner r a er,;cr h s;crinn nodldhe carefully a. Incorporate conceptual design review comments from the vafteii ono reviewed 1-pr oorh ill.+County and SEll ,o all the County and UP into the preliminary design. ewue&a thaw.gov and limitation; tre:nown.Also. b. Progress railroad approach pavement design and sketches. SEH prat hoe a pniactivr prdlletr rrtaragemen,approach to c. Provide approach pavement construction cost estimates as keep the.project on track and anticipate/identity potential . requested by the County. issues.Tiffs approach Includes regular urulect,progresscor- respondence nod prnjecl progress repo Os that track scope.d Submit approach pavement preliminary design drawings to UP , for review(it review is required at this stage). chedUle:❑and b`utlgrt,. - _ 7. Final Design-Bridge(75%-95%)-1 month - _� T(',..,t�•,I a. Incorporate preliminary design review comments from the County,FRICO,CDOT,stakeholders,etc.into final design. b. Finalize bridge design and drawings as mentioned above in steps 4g appro . CONTRACT AGREEMENT c. FRICO approval-provide RICO with the information required to assist the County to get final canal approval for the bridge. d. Support the County and COOT to obtain the required utility Our proposal is based upon the requirements,terms,and conditions of your RFP.We understand the contractual requirements and are clearances. willing to enter into the Weld County Standard Contract Agreement, 8. Final Design-Railroad(75%-95%)-1.5 months(0.5 months as referenced in the RFP. design,1 month approval) a. Incorporate preliminary design review comments from the County,UP,stakeholders,etc.into final design. b. Finalize pavement design and drawings. c. Submit approach pavement preliminary design drawings to UP Railroad For final approval(if review is required at this stage). 9. Advertisement Plans,Specifications and Estimate(100%) -u 5 months a. Incorporate all final design review comments from County, COOT,FRICO,UP,stakeholders,etc. b. Combine bridge and approach pavement drawings,specifica- tions,and estimate of probable cost, c. Assist County as needed in the advertisement process. 15 WELO COUNTY-BRIDGE 26/25A REPLACEMENT PROJECT Schedule Using the County's anticipated project milestones,SEH proposes the following schedule.While this is an aggressive schedule that will require com- munication and coordination between the stakeholders.SEH has the experience,knowledge.and staff availability to meet it. The proposed schedule is highly dependent on timely reviews and approvals by both FRICO and UP.Splitting the design schedules of the bridge and the railroad approach paving will allow us to achieve these approvals as quickly as possible. 2014 - - - 2015- - •Tasksand'DeYverables - - - — ' Iryrl Mat' :Jun July: Aug 1 Sep Oct Nov Dec • Jan Feti ,. Mar for . 1.Project Management PIMI•MIM.!gl_'_J.J.- earC-tYirla 2.Quality Assurance/Quality Control(QA/QC) �--'^+Jfv.--'k'A" `-S-"PMEN w 't__ • 3 Conceptual Design-Bridge V 4.Conceptual Design-Railroad Approach Pavement L I 5.Preliminary Design-Bridge . 6.Preliminary Design-Railroad Approach Pavement 7.Final Design Bridge 8.Final Design-Railroad Approach Pavement 9.Advertisement,Plans,Specs,Estimate 10.Bidding Services 11.Construction Management -t • I I I I SHORT ELLIOTT HENDRICKSON INC. 16 References The following three projects demonstrate our past perinea lum en and experience no projects that have similar Rios to the Weld County Bridge 2b/25A Replacement Project Additionally,these projects involved key SEH team members veha will work oh the upcoming Weld County project, bvi i' %•!/ :a li t'IU41'-. V.t.11 91'dI VI.' V Din Mini] FAH ' - Wd d r .urtn H prundrtl isltor.e li Weill:oad ntln -huchu diterle.0of no. "1410441 '- <h rbrlll mun l Ole IA itigO CM only geld Cornd Iioadl ow(lhl_Soul'I di I im rd : dI(tlI II.hog,r pdo, otdl 000mt dtmolo `9'+S,�_ -.i Mr. :hi Imo I'm Toldi mId hloincluded I oovdl•.ri lh .sniiit-IsomIII r "�•,r�,T�' ldco ooS i-ofghJplpol ommbl:Ini on inn 11 the nxiiRrl rui'n:! •le'k.nl ! IAA:reread of n-me:hh,dl.mid addition Il Hew,cndr li imprio iu e"uk t rti. - Ih mfr•..I pJ nl the rntenr;i -t-v word out.) rn conen•I� IM I ,r pi .rt I E ► - 4 lu• cdLsndrn.. I If'aI ! ll Iv lie.WO dohs HO Ili oI '.quu'cd lu pl:n:u tit v in rawer., . _ Julio Snowy; sonilcHo ..i r: IP,L.r rocr. ,'%ilk!Cvdcll.Pt `hood I m tmm 'Align( HO/ Dep.0 Inmmo W;l).try{liddri•';d i/1k, oniwrrdl•PCri n-Jtl-woe. l am:pleased to provide this letter of recommendation to SEH for their design and construction services on the recently completed Bridge 6/25A Rehabilitation Protect. SEH provided structural design services and the plan sheets associated with the structural elements of the prnjecf. During construction,they helped with shop drawings review and site inspections. The SEH bridge design group addressed every issue in a timely manner and provided plans and docu- ments of very high quality. Structural issues involved with this project Itiere handled and documented properly,and solutions were cost-effective.Their efforts resulted in plan sheets which were easy to follow and required very little change during construction. Weld County is thankful for the expertise provided by SEH and pleased with the outcome of this project. •Michael.beach.PE Senior Engineer Weld County Public Wo1Ms Department SHORT ELLIOTT HENDRICKSON INC, 17 ' r �r;.. ) ri. eiEeCe. W IilC E F;EPl_AC'E MEN - V?OICi Carrrty, C:elo I; . SEH designed a replacement for an existing 52 ft.,single-span.steel girder _•' • . -ite bridge.The new structure is a 60 ft single-span,pre-stressed concrete °: ` — girder bridge that improves safety,meets all current design standards,and - .�_ = 1 I is designed to pass the deci eed flow of 650 cfs.The approach roadway was - reconstructed,primarily to allow vertical alignment improvements south . ••, -" of the btyioge.wne SEH worked dr wssh Weld County acc ss.coordinate with,and - �' '' 4, property owners and address right-of-way,access.landscaping,and irriga- v 1.14.1 -.v Extensive coordination with the Cache la Poudre Reservoir and , T Irrigation Company was required.This project was constructed using CDOT . . -. . oft-system bridge replacement funds. '� ' Pnjr t Renew: I ' b4 �' i This project required extensive coordination with the Cache La Poudre - Reservoir and Irrigation Company to incorporate their requirements for the Greeley Canal and several other adjacent canals.SEH will use this experi- ` , ence on the Bridge 26/25A Replacement Project. This project was completed with CDOT funds and went through their design and construction procedures.SEH can use this experience and knowl- edge fur die Bridge 26/Z5A project,which will also go through tho CVO I design process. SEH Tednr Member's: John Simmer,Vince Dorzweiler,Stan Barnett Clien',:Reference.: Mike Bedell,PE,Senior Engineer Weld County Public Works Department 970.304.6496 ext.3706 mbedell@co.weltheo.us 65r: HAh#II i I AM)N - of , r.olu- _ SEH provided design,bidding,and construction services on this 4000 sq. ft.,two-span bridge deck rehabilitation carrying Weld County Road 13 over Ik ' 'a`• the Cache La Poudre River.The bridge is a 123 ft.long,pre-stressed concrete ,,, - - -- - double tee superstructure that had experienced significant deterioration - - - — C. to the exposed concrete topping.SEH design tasks included performing a - field inspection to determine limits of deck deterioration;reviewing existing bridge plans;designing bridge deck repairs,iurkidiugllre use ofsacr ificlal - -, - . ' -r anodes:designing bridge joint repairs with an asphaltic plug joint system; rating of rehabilitated bridge;and designing bridge approach improvements. i - ' The SEH design uses sacrificial anodes embedded in the new deck concrete �t '-ad to prolong the life of the deck and prevent additional deterioration that can - �`T ' he caused by placing new concrete adjacent to old concrete.SO I provided ,yr "'�t;•• 41. �?'+!1 •.. .- a • bidding assistance services to the Town of Windsor,as well as construction - off' r. services including review of shop drawings,response to R F Is,and site visits • ' !- •t',7n' to monitor construction. Project Benefit: This project used the relatively new technology of sacrificial anodes to protect the existing reinforcing and new concrete to prolong the life of the structure.This deferred the replacement cost of the bridge and demonstrated SEH's ability to use innovative technology in our design. SEH Team Members: Steve Kaye,John Simmer,Vince Dorzweiler,Kevin Almada,Dan Sundeen Client Reference: Doug Roth,PE.Civil Engineer Town of Windsor 970.674.2435 droth@windsorgov.com 18 WELD COUNTY-BRIDGE 26/25A REPLACEMENT PROJECT /1 'EXHIBIT C Building a Better World for All of Us'° May 22,2014 Mr. Richard White, Project Manager Weld County Administrative Building 1150 O.Street Greeley,CO 80631 Dear Mr.White: We are pleased to provide this letter scope and fee to provide Professional Services between Weld County,Owner,hereinafter referred to as the"County",and SEH for providing professional services in connection with 26/25A Bridge Replacement Project(hereinafter called the"Project"). The project will be federally funded and must go through the required CDOT design process. Scope of Services: Our scope of services to replace the bridge carrying Weld County Road 26/25A over the Platte Valley Canal will include the following tasks: 1.Project Management 2.Conceptual Design 3.Preliminary Design (including FIR) 4.Final Design (including FOR) - 5.Design Services During Construction A detailed description of each of the scope items includes: 1. Project Management a. Project Meetings—SEH will participate in project meetings with the County and/or Stakeholders as required. We assume there will be 4 meetings at the County office including the FIR and FOR meetings. Additional communication will be performed as required and will be clone via conference call. b. Project Coordination—SEH will perform project management tasks including general coordination,tracking of the project budget and preparing project invoices with status reports. 2. Conceptual Design a. ROW delineation and utility locates—SEH will perform a ROW delineation to include in our project base file. We will also perform utility locates within the project limits to Engineers I Architects I Planners Scientists Short Elliott Hendrickson Inc. 2(100 Sts Is Cults arin Sonleve e d.Suite 5000 Color ddo Center fewer One.Denver,CO 80222-7938 SEH is 100%employee-owned I sehinc.com 1720.540.6800 1800490.4966 1888.908.8166 fax Weld County 26/25A Bridge Replacement Proposal May 22, 2014 determine the effect of proposed construction on the associated utilities. Potholing of utilities is recommended, but not included in our scope. b. Conceptual bridge alternative design—SEH will perform bridge design tasks including conceptual design of bridge span length,substructure configuration, superstructure configuration, and other design tasks required for conceptual design of other disciplines. c. Roadway Design—We will perform a conceptual level roadway design for paving and roadway within the project limits including a plan, profile and typical section.We will confirm design and construction criteria and requirements to facilitate the review process. d. Hydraulic Design—We will ascertain the decreed flow from the County and perform an analysis to determine the required hydraulic opening and scour envelopes. e. QA/QC—We will perform QA/QC reviews on all conceptual design work performed. 3. Preliminary Design a. Preliminary Bridge Design—SEH will review available geotechnical reports to incorporate in the project design. The previous geotechnical report provided recommendations for a shallow foundation system for the bridge. We recommend that the County retain the same geotechnical engineer to revise the report to include recommendations for deep foundation system and design criteria in accordance with the current AASHTO LRFD design requirements. We will prepare a Structural Selection Report(SSR) based on the information and comments collected in the Conceptual Design. We will consider three superstructure options and 3 substructure options for the SSR. We will review FRICO design and construction requirements to incorporate into the project design as appropriate and as directed by the County. b. Roadway Design—SEH will perform preliminary roadway design to prepare FIR level plans. Pavement design will be provided by the County. c. Hydraulic Design—SEH will finalize the required hydraulic analysis to confirm the required hydraulic opening and scour profile. We will prepare stormwater management plans/erosion control plans.We will prepare a hydraulic memorandum in accordance with CDOT standards and requirements. d. FIR plans,estimate and meeting-SEH will coordinate,attend,and take meeting minutes of an FIR meeting with the County and CDOT.We will prepare FIR plans and a cost estimate in accordance with CDOT requirements. e. QA/QC—SEH will perform QA/QC reviews on all preliminary design work performed. 4. Final Design a. Final Bridge Design—SEH will perform final bridge design engineering and analysis to prepare construction plans,a cost estimate with quantity calculations, and specifications incorporating previous review comments. Bridge design tasks include final analysis of all bridge superstructure,substructure, and other required elements. b. Independent Bridge Design Check—SEH will perform an independent check set of bridge design calculations and quantities in accordance with CDOT requirements. c. Final Roadway Design—SEH will perform roadway design services to complete the design of the roadway within the project limits. d. Easement acquisition support—SEH will determine if easements are required for the project and prepare exhibits and legal descriptions to be used in securing any required easements. Page 2 Weld County 26/25A Bridge Replacement Proposal May 22,2014 e. Final Hydraulic Design—SEH will perform final hydraulic design tasks including the preparation of final Storm Water Management Plans and required final hydraulic analyses. f. FOR Plans,Specifications, Estimate, and meeting—SEH will coordinate, attend and take meeting minutes of an FOR meeting with the County and CDOT.We will prepare FOR plans, specifications, and cost estimate in accordance with CDOT requirements. g. Incorporate all FOR comments from County, CDOT,and Stakeholders. h. Assemble Construction Package including Advertisement Plans,specifications, estimate, and CDOT field Pack. QA/QC—SEH will perform QA/QC reviews on all final design work performed. 5. Services after design a. SEH will respond to Contractor questions, review RFIs, and review shop drawings during bidding and construction. SEH will provide up to five (5) responses to contractor questions or RFIs and review up to six(6)shop drawings. Deliverables: SEH will submit to the County 1. Structural Selection Report(SSR) 2. FIR documents including plans, calculation of quantities, and engineer's cost estimate 3. FOR documents including plans, specifications,calculation of quantities and engineer's cost estimate. 4. Final plans, specifications and engineer's cost estimate for project advertisement The County will review each submittal and provide comments that will be incorporated into each subsequent submittal. SEH will prepare each submittal to be in accordance with County and CDOT standards and requirements. A potential list of final drawings may include: 1. Title Sheet 2. Standard Plans List 3. Roadway Typical Sections 4. General Notes 5. Tabulations 6. Plan and Profile Grade 7. Grading Plan 8. Survey Control 9. Survey tabulation sheet 10. Stormwater Management Plan/Erosion Control Plans(1 Drawing) 11. Pier Repair Plan, Details, and Sections 12. Bridge-General Information and 5OQ 13. Bridge—General Layout Page 3 Weld County 26/25A Bridge Replacement Proposal May 22,2014 14. Bridge—Engineering Geology 15. Bridge—Hydraulic Information 16. Bridge—Construction Layout 17. Bridge—Foundation Layout 18. Bridge—Abutment 1 Details 19. Bridge—Abutment 2 Details 20. Bridge—Abutment Details 21. Bridge—Wingwall 1,2 Details 22. Bridge—Wingwall 3,4 Details 23. Bridge—Typical Section 24. Bridge—Prestress Concrete Beam Details 25. Bridge—Approach Slab Details 26. Bridge—Bridge Rail Details 1 27. Bridge—Bridge Rail Details 2 28. Bridge—Excavation/Backfill 29. Bridge—Bridge Deck Elevations 30. Roadway Cross Sections Engineering Services Fee: You will pay SEH a fee of$98,916.40 for our services related to the Project, including labor and other direct costs.A breakdown of this fee can be provided on request. If property or temporary construction easement acquisition is required,SEH can provide this service for an agreed upon fee upon request and approval from the County. Additional Services: We will furnish such Additional Services as you may request. Payment for additional services shall be based on the time required to perform the services and the billable rates for the principals and employees engaged directly on the project, plus charges for expenses and equipment.SEH would be happy to provide additional services once authorized by the County. If an item is not specifically included in this scope, it is specifically excluded.Services specifically not included in this scope are included but not limited to: 1. Additional meetings,beyond the four meetings mentioned above. 2. Environmental Engineering Services(Provided by the County) 3. Topographic Survey Services(Provided by the County) 4. Stakeholder Coordination 5. Geotechnical Engineering Services(Provided by the County) 6. Permanent CDOT ROW taking drawings Page 4 Weld County 26/25A Bridge Replacement Proposal May 22,2014 7. Hydraulic Revetment Design 8. Bidding Services including non-technical specifications 9. Construction Inspection Schedule: We will start our services promptly after receipt of your authorization and will complete our conceptual design within 2 months of receipt of your authorization.We will complete the preliminary design within 2 months of completing the conceptual design. We will complete the final design within 4 months of completing the preliminary design.This project schedule is subject to all other stakeholders meeting their respective deadlines. If there are delays in the Project that are beyond our control,you agree to grant additional time to complete the services. Since rely, SHORT ELLIOTT HENDRICKSON INC. ') 1 /y/7/ \ /John Simmer Steve Kaye,PE / Vice President Project Manager !Wa:r4i�nnnnical'inns\xlmdwdll-YIIImlll n6U➢14\add aa.nry 26 25x ditlye rryluen,eM\smpe and feexope and r e Idler.daox Accepted by: Project Manager Weld County Public Works Department By: - Date: - - Authorized Client Signature Page 5 N n in Lo U N Q u 00000,0 O ~ a N r W 0 ,N � m � � , w "° O mma hoO 6 OzwWW O 0 � U ow-iKll r U K E O>U m isi U_ o• N 10 O N ; w W > w v. N W or r U N e N U O e w c7) w U I r M O o w0 > U z wo W z r 0 O• d d' W W 4 OZ a 0 ll w 0 a r 2 0 m Ln a y C = I w w N. m W co r (q o « a` in VI to m E N W to 0. n wii . U n 0 10 0 ai b t0 a 0 w N m O P O • f, z• ` 1O m a co' W a` 2 O p 0 0 z H z 0 E o U O co 0 F z_ K 2 I K 0 2 (7 0 0 a.'c W W I W m (7 a 0 0 0 n a Q C U' C H . 2 s G N w w 0 r i 2 w in w z 9 O 0 00 7, 0 -I3 y U fn 0 d s s s 33 w N O N w q z o w » a a '2 0 ,2 a, - LL ii o ! 6 U Z d C = > > > O N n 0_ 5 r ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/Y1'1^/) TN 09/2S/2013 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(les)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: H. Robert Anderson & Assocs. , Inc. -PAINCNE Eat: 952.893.1933 r, No):952.893.1819 8201 Norman Center Drive ADDRESS: Suite 220 INSURER(S)AFFORDING COVERAGE NAIC# Bloomington, MN 55437 INSURERA: XL Specialty Insurance Co. INSURED Short-Ell iott-Hendri ckson, Inc. INSURER B: SEH, Inc. INSURER C: 3535 Vadnais Center Drive INSURERD: St. Paul , MN 55110 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: 10/13-14 PL 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. IRSR TYPE OF INSURANCE ADDL SUER POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER (MDDIYYYY) (MM/DD/YYYY) GENERAL LIABILITY EACH OCCURRENCE $ UAMAGt I U NEN I EU COMMERCIAL GENERAL LIABILITY PREMISES(Es occurrence) $ CLAIMS-MADE OCCUR MED EXP(Anyone person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 7 POLICY n JE° 17 LOC $ I.UM1fINLU SINGLE LIMI I AUTOMOBILE LIABILITY (Ea accident) E ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPER I Y DAMAGE HIRED AUTOS AUTOS (Per accident) UMBRELLA LIAR OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTIONS WORKERS COMPENSATION I WCYLAMU- I �E11 AND EMPLOYERS'LIABIUTY R ANY PROPRIETOR/PARTNER/EXECUTIVGY/NI EL,,EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ Il yes,desalbe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Professional Liability DPR9710022 10/01/2013 10/0112014 Each Claim/ $5,000,000 A Annual Aggregate $10,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space Is required) This certificate or memorandum of insurance does not affirmatively or negatively amend, extend, or alter the coverage afforded by the insurance policy. 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. Weld County Richard White, PE Weld County Public Works AUTHORIZED REPRESENTATIVE 1111 H. Street —iiekdf OA fi�dl-.11.0-,1 Grgeley, CO 80631 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD 73905 ® A�CORO DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 10/2/2013 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 Kara Schwarz NAME: • Commercial Lines-(952)830-3000 PHONE 952-563-O598 I FAX 866-707-0301 (A/C.No.Eat):. UA/C,No): Wells Fargo Insurance Services USA, Inc. E-MAIL SS: Kara.E.Schwarz@wellsfargo.com ADDRE 4300 MarketPointe Drive,Suite 600 INSURER(S)AFFORDING COVERAGE NAIC N • Bloomington, MN 55435-5455 INSURER A: Hartford Casualty Insurance Company 29424 I INSURED INSURER B: SEH, Inc. INSURER C Short-Elliott-Hendrickson, Inc. INSURER o: -. 3535 Vadnais Center Drive INSURER E: St. Paul,MN 55110 INSURER F: COVERAGES CERTIFICATE NUMBER: 6695423 REVISION NUMBER: See below 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. IN TYPE OF INSURANCE ADDL SUBW POLICY EFF POLICY EXP YY LIMITS I S LTR INS- WVDI POLICY NUMBER IMM/DDIYYYY) (MMIDD/ YYI A GENERAL LIABILITY 41UUNAQ5367 10/01/13 10/01/14 I EACH OCCURRENCE j $ 1,000,000 X DAMAGE TO RENTED 300,000 j COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ I CLAIMS-MADE rX OCCUR MED EXP(Any one person) $ 10,000 I I PERSONAL B ADV INJURY $ 1,000.000 GENERAL AGGREGATE $ 2,000,000 _ I GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000.000 is 1 POLICY PRO- $ T LOC , i AUTOMOBILE LIABILITY i CEOaaBINED SINGLE LIMIT) $ ANY AUTO __ BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS HIRED AUTOS NON-OWNED U Pa accident)PROPERTY DAMAGE $ I $ UMBRELLA LIAB I OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ ' DED I RETENTIONS _ S WORKERS COMPENSATION I 'TOUT ST LIATITS ERU- TH 0 - AND EMPLOYERS'LIABILITY Y/N M ANY PROPRIETORIPARTNERIEXECUTIVE i E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory In NH) I I E.L.DISEASE-EA EMPLOYEE $ [Asa yes,describe under I DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS(VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) • HG 00 01 06 05 Weld County is an Additional Insured with regard to General Liability when required by written contract with the insured. CERTIFICATE HOLDER CANCELLATION Weld County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Attn: Richard White PE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1111 H St • Greeley, CO 80631 AUTHORIZED REPRESENTATIVE 9( 4.- I The ACORD name and logo are registered marks of ACORD ©1988.2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) MEMORANDUM Date: August 4, 2014 To: Trevor Jiricek, General Services Director From: Richard White, Project Manager RE: RFP Request No. B1400052 BOCC Approval Date August 6,2014 The Public Works Department provided a Request for Proposals for engineering services for the design of Bridge 26/25A replacement project. On March 17, 2014, four requests for proposals were provided to the four consultants that received the highest scores from the selection committee after reviewing 9 RFQ's that were submitted. Four individuals from Weld County staff reviewed and scored the proposals following the typical procedures of a qualifications-based selection process as required for CDOT grant funded projects. Four consultants scored the highest as a result of a combined score which included interviews conducted on March 28, 2014. Weld County General Services Director, along with the other members of the selection committee received authorization to begin the negotiations from the BOCC early in April. Public Works Engineering has Negotiated the scope and fee (attached) with Short Elliot & Hendrickson (SEH). A negotiated fee amount of$98,916.40, which is about 18% of the overall project costs, has been submitted by SEH and they have signed an Agreement for Professional Services. The BOCC gave staff authorization to execute the agreement via pass-around dated July 8`h. It is our recommendation to award the bridge 26/25A design contract, as specified in the attached contract documents, to SEH in the amount of$98,916.40, Attachments: 1)Copy of pass-around dated July 8m and QBS process scoring sheets. 2) Agreement signed by SEH which is ready for Weld County signatures. A holy- OV7S 640070 BOARD OF COUNTY COMMISSIONERS PASS-AROUND REVIEW/WORK SESSION REQUEST RE: Bridge 26/25A Replacement Project, Design Consultant Contract Award DEPARTMENT: Public Works DATE: 07/08/14 PERSON REQUESTING: R.White, E. Relford, Public Works, T. Jiricek, General Services Director Brief description of the problem/issue: The Public Works Department provided a Request for Proposals for engineering services for the design of Bridge 26/25A replacement project. On March 17, 2014, four requests for proposals were provided to the consultants that received the highest scores from the selection committee after reviewing 9 RFQ's that were submitted. Weld County staff reviewed and scored the proposals following the typical procedures of a qualifications- based selection process. Four consultants scored the highest as a result of a combined score which included interviews conducted on March 28, 2014. Weld County General Services Director, along with the other members of the selection committee, recommended the consulting firm of Muller Engineering and received authorization to negotiate from the BOCC via pass-around on 03/29/14. Public Works Engineering was not able to come to acceptable terms with Muller Engineering due to their proposed fee amount of$185,600, which is 30% of the overall project costs. Negotiations were then started with the firm that had placed second during the selection process, Short Elliot& Hendrickson(SEH). A negotiated fee amount of$98,916.40, which is about 16% of the overall project costs, has been submitted by SEH and they have signed an Agreement for Professional Services. It is our recommendation to award the bridge 26/25A design contract to SEH in the amount of $98,916.40. What options exist for the Board: Option 1. Authorize execution of the Agreement for Professional Services which has been signed by SEN. Option 2: Direct staff to try to further negotiate with the other consulting firms shortlisted. Recommendation: Option 1: Authorize execution of the Agreement for Professional Services with SEH Based on the latest cost estimate the total project costs will be$612,000. Approve Schedule Recommendation Work Session Other/Comments: Douglas Rademacher, Chair ___ ______ Barbara Kirkmeyer, Pro-Tern _`___ Sean P. Conway EdV Mike Freeman _d _ __.____ William F. Garcia ft. i _ Weld County Bridge 26/25A Request for Qualification Summary Date: 2/21/14 Committee Members RFQ Summary Total Scoring RG TJ WH Rw Benesch 4 2 4 4 14 3 l— Bohannan 2 3 2 1 8 1 5 Collins 3 7 9 5 24 6 I— 9 9 7 9 34 9 D Hatch vi k Z HCL 7 8 8 8 31 8 O V KDG 5 5 1 6 17 5 _ Muller 6 2 3 3 14 3 Olsson 8 5 5 7 25 7 S.E.H. 1 1 6 2 10 2 Low score is best Shortlisted Bridge 26/25A RFP& Proposal Final Scoring Completed on 03/28/14 Consultant Evaluation Results RG TJ NM RW Individual Evaluations as Ranked (lowest total is best) Consultants Benesch S.E.H. Bohannan Huston Muller Ranking by Committee Members 1 2.5 3 4 3 2 5 1 1 4 4 4 3 2 1 2 2 1 Totals 10.5 7.5 15 7 WELD COUNTY PURCHASING PURCHASING "StVile 1150 O Street Room #107, Greeley CO 80631 j ` jt F 17 E-mail: mwaltersaco.weld.co.us .co.uss E-mail: reverettna.co.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 -._G._u._N 7_t Fax: (970) 336-7226 DATE OF BID: FEBRUARY 14, 2014 REQUEST FOR: RFQ - BRIDGE 26/25A REPLACEMENT/ENGINEERING SERVICES DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B1400052 PRESENT DATE: FEBRUARY 19th, 2014 APPROVAL DATE: OPEN UNTIL DECISION IS MADE VENDORS O S ALFRED BENESCH & COMPANY HCL ENGINEERING & SURVEYING 7979 E. TUFTS AVENUE, STE 800 9570 KINGSTON COURT, STE 310 DENVER CO 80237 ENGLEWOOD CO 80112 HATCH MOTT MACDONALD OLSSON ASSOCIATES 13997 S MINUTEMAN DRIVE #230 4690 TABLE MOUNTAIN DRIVE, STE 200 DRAPER, UT 84020 GOLDEN CO 80403 KDG ENGINEERING LLC COLLINS ENGINEERS INC. 3500 S WADSWORTH BLVD, STE 400 4875 PEARL EAST CIRCLE, STE 201 LAKEWOOD CO 80235 BOULDER CO 80301 MULLER ENGINEERING COMPANY INC BOHANNAN HUSTON, INC 777 S WADSWORTH BLVD, STE 4-100 MERIDIAN ONE LAKEWOOD CO 80226-4355 9785 MAROON CIRCLE, STE 140 ENGLEWOOD CO 80112-5928 SHORT ELLIOTT HENDRICKSON INC 2000 S COLORADO BOULEVARD, STE 6000 COLORADO CENTER TOWER ONE DENVER CO 80222-7938 *RFQS ARE BEING REVIEWED BY THE PUBLIC WORKS DEPT & COMMITTEE AT THIS TIME. J//5f/y 07V/g- 09 7.5 /9�y �c 0.02o
Hello