Loading...
HomeMy WebLinkAbout20220924.tiffCon�vac-� t -7793 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Atkins Engineering On -Call Services Contract Renewal DEPARTMENT: Public Works DATE: January 18, 2024 PERSON REQUESTING: Michael Bedell, Don Dunker, and Curtis Hall Brief description of the problem/Issue: In 2022 Weld County entered a one (1) year professional services agreement (original contract) with Atkins to provide engineering omcall support services for Public Works projects. The original contract indicates that at the option of Weld County, it may be extended for up to two (2) additional years. A contract renewal was approved for 2023, and now Public Works is requesting a contract renewal for 2024. All their work performed during the last two years has been acceptable. Please note this company is now called AtcinsRealis USA Inc. What options exist for the Board? 1. Recommend approval for staff to move forward with this contract renewal. 2. Request a work session with staff to discuss this request. 3. Deny recommending approval of this contract renewal request. Consequences: Approval of this Atkins contract renewal would result in the on -call engineering services moving forward in 2024 as planned. Impacts: Public Works anticipates the on -call engineering services to occur and to be completed in 2024. Costs (Current Fiscal Year !Ongoing or Subsequent Fiscal Years): The proposed 2024 contract renewal Is for an amount not to exceed $150,000. These funds are budgeted in 2024 as a line item in account 31100-6377. Recommendation: Public Works recommends authorization to submit this Atkins contract renewal for consideration as a line tern on an upcoming BOCC Meeting Agenda Support Recommendation Schedule Place on BOCC Attends Work Session Other/Comments: Perry L. Buck, Pro-Tem Mike Freeman Scott K. James Kevin D. Ross, Chair Lori Seine Conwn+ r9,ends(- 2/(z/2y 669e h c2,/ia/-iV" Zozz—ccze-1 £G,0O1(0 CONTRACT AGREEMENT EXTENSION BETWEEN WELD COUNTY AND ATKINSREALIS USA INC. FOR NON -PROJECT SPECIFIC ENGINEERING SERVICES This Agreement Extension/Renewal ("Renewal"), made and entered into IZ day of VtbikAC4024, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and AtkinsRealis USA Inc., a successor in interest to Atkins North America Inc., hereinafter referred to as the "Contract Professional". WHEREAS the parties agreed to extend the term of the Original Agreement in accordance with the terms of the Original Agreement and entered into the first of two possible renewals of the Original Agreement identified by the Weld County Clerk to the Board of County Commissioners as Document No. 2022-0924, approved on March 23. 2022, and the first renewal On Base #6652, approved on February 1, 2023. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement for the second and final renewal of the Original Agreement, which is incorporated by reference herein, as well as tie terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: The Original Agreement can be renewed for two additional one-year periods and the hourly rates may be increased for this extension in accordance with the Denver -Aurora -Lakewood Consumer Price Index (CPI), All Items, Seasonally Unadjusted or its successor. The parties agree to extend the Original Agreement for another one-year period, which will begin February 2, 2024, and will end on February 2, 2025. The extension, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Contract Professional has agreed to provide hourly service rates for this extension which comply with the CPI, not to exceed an increase of 4.5% (see attached). 2. Contract Professional has provided an updated insurance certificate (see attached). 3. The total anticipated cost for the period from February 2, 2024, to February 2, 2025, is $150,000. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: AtkinsRealis USA Inc. Scott Richrath Printed Name Signature BOARD OF COUNTY COMMISSIONERS UNTY, CDO Perry L. B .'k, Chair Pro-Tem FEB 1 2 202k ATTEST: '5,4,1 ; ci Weld Co Clerk to the Board BY: �Zopzo2-o9a� Consumer Price Index, Denver -Aurora -Lakewood area — November 2023 Area prices fell 0.3 percent in October and November, up 4.5 percent over the year Prices in the Denver -Aurora -Lakewood area, as measured by the Consumer Price Index for All Urban Consumers (CPI -U), declined 0.3 percent for the two months ending in November 2023, the U.S. Bureau of Labor Statistics reported today. Assistant Commissioner for Regional Operations Michael Hirniak noted that the energy index declined 9.5 percent, almost entirely due to falling gasoline prices. The food index decreased 0.6 percent over the past two months. The all items less food and energy index increased 0.3 percent, largely due to higher prices for owners' equivalent rent of residences. (Data in this report are not seasonally adjusted. Accordingly, bi-monthly changes may reflect seasonal influences.) Over the last 12 months, the CPI -U advanced 4.5 percent. The index for all items less food and energy increased 4.8 percent, while food prices rose 4.0 percent over the year. Energy prices rose 2.0 percent, largely the result of an increase in the price of natural gas service. (See thart;1 and table 1.) Chart 1. Over -the -year percent change in CP1-U, Denver -Aurora -Lakewood, CO, November 2020 -November 2023 Percent change 10.0 9.0 8.0 7.0 6.0 5.0 4.0 3.0 2.0 1.0 0.0 Nov Jan Mar May JS 2020 All All items less food and energy � •.. % i`• dease•ii. / / / T / �♦ • dr r or, Sep Nov 2021 Source: U S. Bureau of Labor Statistics Jan Mar May ..4 Sep No/ 2022 Jan Mar May Jul Sep Lew Chart Data Nov 2023 News Release Information 23-Z575-KAN Tuesday, DeeeMber 12, 2°23 Contacts Technical information: (816) 285-7000 BL$ q oKansasCSicbfs.gov www.b s.cgnv/regionsirnountair-ptains Media contact: (815)285-7000 Related Links 031 Ovemew Tahiti - U.S, and areas C'1 l t*i 7ab1es - Mountain Plains al_ChartiQw Arsra Economic Summary AtkinsRealis Hourly Rate Schedule January 2024 -December 2024 for Weld County NPS Engineering Services Rate Category Title Office 2023 Hourly 2024 Hourly Rate Rate Rate Increase % Rate Category Title Offke Nonni) 2023 Hourly 202 Hourly Rate Rate ate Increase % Program Manager Sector Manager Division Manager Sr Project Director Project Director Sr Group Manager Group Manager Sr Project Manager Project Manager II Project Manager I Sr Engineer IV Sr. Engineer III Sr. Engineer II Sr Engineer I Engineer II Engineer I Sr. Designer III Sr. Designer li Sr. Designer I CADD Desigrer CARD Design Technician Sr. GIS Analyst Ill Sr. GIS Analyst II Sr GIS Analyst I GIS Analyst II Gi5 Araiyst I Sr. Planner II Sr Planner I $ 331.39 S 328 18 S 295,04 S 290.17 $ 249.08 S 23732 S 200,97 S 200.97 S 175.32 S :5180 $ 202.04 :8601 S 165.70 $ 142 18 S 115,45 5 103 69 S 199.90 $ :55 01 S 145.38 5 111.59 S 81.24 S 138 97 $ 126.14 S 121.87 S 111.18 S 102 62 S 148.59 S 136 83 S $ $ S S $ S $ 5 S S S $ 5 S $ S S 5 S S S S 5 S 352.93 349 51 314.22 309 67 265.27 252.74 214.04 214 04 186/1 161 66 215.17 198 10 176.47 15: 4? 122.96 110 43 212.90 165 08 154.83 125.23 86.52 148 00 134.34 129.79 118.40 109 29 158.25 145 73 6.50% Planner III 6 50% Planner iI 6.50% Planner I 6.50% S 116.52 S 124.09 $ 10797 $ 11499 $ 99.42 S 105.88 6.50% 6 50% 6.50% Construction Engineering & Inspection 6.50% Sr. Group Manager 6.50% Group Manager 6.50% Sr. Resident Engineer 6 50% Sr Field Representative II 6 50% Sr Field Representative I 6.50% Sr Construction Manager II 6.50% Sr. Construction Manager I 6.50% Construction Manager II 6.50% Construction Manager I 6 50% Associate Construction Manager 6.50% Construction Management Representative II 6.50% Construction Management Representative I 6.50% Sr. Project Engineer II 6 50% Sr Project Engineer I 6.50% Project Engineer II 6 50% Project Engineer I 6 50% Technical Coordinator 6.50% Sr. Program Assistant 6.50% 6.50% Sr. operatiors Coordinator 6.50% Sr. Technical Coordinator 6 50% Technical Coordinator 6.50% Sr. Program Assistant 6.50% Program Assistant S 241.59 $ 199 90 S 187.08 $ 115.45 $ 99.42 $ 175 32 S 161.42 5 138 97 $ 119.73 $ 107 97 $ 100.49 5 90 87 S 141 11 $ 128 28 $ 101.56 S 86 S9 $ 99.42 $ 83.38 S S 5 S S $ S $ S S $ S $ $ 257.30 71790 199 23 122 96 105.88 18671 171.91 148 00 127.51 114 99 107.02 96.77 150.28 136 62 1C8 16 92 22 105.88 88 80 6.50% 6.50% 6.50% 6 50% 6.50% 6.50% 6.50% 6 S0% 6.50% 6 50% 6.50% 6 50% 6.50% 6 50% 6.50% 6.50° 6.50% 6.50% Administration/Controls 5 141.11 $ 121.87 S 98 35 $ 91.93 $ 70 55 $ 1S028 S 129.79 S 1C4 74 $ 57.91 S 75 14 6.50% 6.50% 6 50% 6.50% 6 50% Other Direct Costs ItcT- Printing 8&W or Color at cost i rave /Expenses Construction Management Vehicle (Pick-up) Cons:ruction Management Vehicle (SUV) at cast $54/day $52/day Mileage Standard Federal Rate ALL TRAFFIC DATA SERVICES 2024 Traffic Data Collection Rates — Weld County NPS 2024 Hourly 2023 Hourly Rate Increase Rate Category Title Rate Rate ;a Project Manager $102.46 $96.21 6.50% Field Manager $85.39 ( $80.18 6.50% Technician $71.16 _ $66.81 6.50% L IC .I -I [INC DESIGN AND ENGINEERING Clanton & Associates Rates Weld County 6.5% Title Weld County 2024 Rates Chief Executive Officer $ 362.00 President $ 346.00 Principal a $ 261.00 Associate $ 245.00 Senior Engineer II $ 234.00 Senior Engineer I $ 197.CO C C Engineer II $ 165.00 Engineer I $ 149.00 Senior Designer II $ 229.00 I Senior Designer I $ 176.00 Designer II $ 154.00 Designer I $ 144.00 Intern $ 112.00 Production Manager $ 218.00 Senior CADD Technician $ 144.00 CADD $ 117.0C Technician Office Manager $ 107.00 ENGINEERS• SURVEYORS •ARCHETECTS 5975 3. Quebec Street Centennial, PH: (303 FX: (303 HCLengin STANDARD BILLING RATE SCHEDULE 2024 Jan 1, 2024 to December 31, 2024 PERSONNEL CLASSIFICATION 2023 BILLING RATE I HOUR 202- Rates Perce nt Principal $210 00 . $ 220 4 8% Director of Structural Engineering $200 00 $ 205 2 5% • Director of Civil Engineering $200.00 $ 205 2 5% Director of Surveying and Mapping $200 00 $ 205 2 5% Director of Architecture $180 00 $ 185 2 8% i Senior Project Manager (Civil, Survey, Structural. Architecture) $175 00 $ 185 5 7% Project Manager (Civil, Survey, Structural, Architecture) $165 00 $ 175 6 1% SUE Manager $155 01 $ 165 1 6 4% BIM Manager $149 66 $ 150 0 2% Project Architect $155.01 $ 155 0.0% Senior Project Engineer $155 01 $ 165 6,4% Project Engineer $130 00 $ 135 3.8% Design Engineer II $120 00 $ 125 4 2% Design Engineer I $110.00 $ 110 0.0% Senior Civil Designer $120.00 $ 125 4.2% i Civil Designer $110 00 $ 115 4 5% Senior Project Surveyor $155 01 $ 155 i 0 0% Project Surveyor $130 00 $ 135 3 8% SUE Field Coordinator $120 00 $ 125 4 2% Senior CAD Technician $128 00 $ 130 1.6% CAD Technician $105 00 $ 110 4 8% Two -man crew — Party Chief $149 66 $ 155 3.6% Two -man crew — Instrument Operator $42 76 $ 45 5 2% One-man crew — Party Chief $149 66 $ 155 3 6% Utility Locator $1 1 7 00 $ 120 2.6% V Senior Construction Project Surveyor $120 00 $ 125 4 2% UAV Pilot $125 00 $ 125 0 0% ICON ENGINEERING 2024 HOURLY RATE SCHEDULE TulE 2024 Rate 2023 R ? Difference Managing Principal II Managing Principal I Senior Project Manager II Senior Project Manager I Project Manager III Project Manager II Project Manager I Associate Project Manager Senior Project Engineer II Senior Project Engineer I Project Engineer III Project Engineer II Project Engineer I Design Engineer IV Design Engineer III Design Engineer II Design Engineer I Engineering Technologist Senior Design Professional Design Professional II Design Professional I CAD Technician Senior GIS Analyst GIS Analyst GIS Specialist GIS Technician Senior Field Representative Field Representative II Field Representative I Office Manager Accounting Manager Marketing Manager Mileage Miscellaneous Direct Expenses GPS (Daily) Drone (Daily) $215 $210 $205 $200 5.0% $200 $195 $195 $190 $190 $185 $180 $180 $200 $190 $180 $170 $175 $170 $160 $165 $155 $155 $150 $140 $135 $120 $115 $115 $170 $160 $150 $145 $120 $115 $105 $100 $150 $130 $125 $115 $110 $105 $175 $165 $160 $135 $130 $75 $72 $ 75 $115 2.6% 2.6% 2.8% 5.9% 6.3% 6.5% 3.3% 3.7% 4.3% 6.3% 3.4% 4.3% 5.0% 4.0% 4.5% 6.1% 3.8% 4.2% $IRS Rate/mile $IRS Rate/mile Actual Costs Actual Costs $150 $150 0.0% $150 I:\INV':)ICES\3+lling Rates\2024\20?4 I(TON Rate ScheSule.xl kx TRIUNITY Billable Rates (Years 2024 to 2025) Title/Classification Description/Responsibilities Rate Principal PM Support and Project Oversight $ 231 Project Manager IV Project Management Functions $ 215 Project Manager III Project Management Functions $ 200 Project Manager II Project Management Functions $ 184 Project Manager I Project Management Functions $ 168 Project Engineer IV Project Task Support $ 158 Project Engineer III Project Task Support $ 142 Project Engineer II Project Task Support $ 131 Project Engineer I Project Task Support $ 121 Assistant Project Manager Project Coordination and Management Support $ 121 Designer/Drafter V CAD and Drafting $ 131 Designer/Drafter IV CAD and Drafting $ 121 Designer/Drafter 111 CAD and Drafting $ 105 EIT III Engineer in Training $ 116 EIT II Engineer in Training P $ 105 EIT I Engineer in Training $ 95 Administrative Support Administration and Clerical Support $ 95 BrA� Yeh and Associates, Inc. (icotechnical • Geologictll • Construction Services WELD COUNTY NPS STANDARD FEE SCHEDULE EFFECTIVE JANUARY 2024 Professional Services: Classification Principal Senior Project Manager Senior Project Specialist Project Manager Senior Project Engineer or Geologist Project Engineer or Geologist Staff Engineer or Geologist Engineer it Geologist Intern Resident Construction Engineer Construction Manager Construction Observer 3 Construction Observer 2 Construction Observer 1 Technician Leader or Supervisor Laboratory Supervisor Technician 3 Technician 2 Technician 1 CAD Designer CAD Technician Project Controller Administrative Assistant "'OvertimErates for Construction Inspection, Technicians and Office Staff is 1.5 x rates shown. Basic Rate $239.08/hr $222.01/hr $204.93/hr $193.54/hr $170.77/hr $142.32/hr $125.23/hr $79.69/hr $222.01/hr $193.54/hr $153.70/hr $136.62/hr $125.23/hr $159.39/hr $136.62/hr $113.85/hr $96.78/hr $85.39/hr $153.70/hr $102.46/hr $165.09/hr $96.78/hr Laboratory rests are quoted on separate schedule or cost plus 10 percent for outside laboratory testing when applicable. Fees for expert witness preparation, testimony, court appearances, or depositions will be billed at the rate of $350 perhour. Rates do non include prevailing wage rates for field services. Prevailing wages will be determined on a project -by - project bass. Other Direct Charges: Subcontracted services, copying and rented equipment Travel, subsistence, and expenses Vehicle Automobib Mileage Rates Cost Plus 10% Cost Plus 10% $ 80/day $ Current IRS Rate AC RO O® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYY, 0I03Y1024 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 have ADDITIONAL INSURED provisions or 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 MARSH USA, LLC. TWO ALLIANCE CENTER 3560 LENOX ROAD, SUITE 2400 ATLANTA, GA 30326 CN102421774-Atkin-GAWU-23-24 NOC CONTACT NA ,_ P9GN.-No,.. I rz.No). TI1 : AT INSURER S( ) AFFORDING COVERAGE NAIL 0 INSURER A : Zurich American Insurance Comm_ 16535 INsuRED AtkinsRealis USA, Inc. 4030 West Boy Scout Blvd. Suite 700 Tampa, FL 33607 INSURER B : American Guarantee B Liability Ins Co 26247 INSURER C : INSURER D INSURER E : INSURER F : CERTIFICATE NUMBER: ATL-005021325-14 REVISION NUMBER: 11 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. 'N.TYPE OF INSURANCE ADOL LTR INSD SUBR wvD POLICY NUMBER POLICY EFF POLICY EXP (MMIOO/YYYYI LIMITS X COMMERCIAL GENERAL LIABILITY GLO0137576.09 „LMM(ODM/YYI 10/15/2023 10/1512024 EACH OCCURRENCE $ 2,000,000 1 CLAIMS -MADE 71 OCCUR t..ij Y.E-N I D ,ZWISES,jea bccurnlno. $ 1,000,000 MED EXP (Any one person) $ 50,000 PERSONAL 8 ADV INJURY $ 2,000,000 GEN, AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 • Xy POLICY I.....I JECPROT LOC PRODUCTS - COMP/OPAGG _.. $ 4,000,000 OTHER: AUTOMOBILE LIABILITY BAP0137575-09 10/1512023 10/15/2024 COt�INED SINGLE LIMIT (Ea aaidgntl $ 2,000,000 X ANY AUTO BODILY INJURY (Per person) $ -i OWNED AUTOS ONLY 7 SCHEDULED AUTOS BODILY INJURY (Per accident) $ X HIRED AUTOS ONLY XI NON -OWNED I AUTOS ONLY PROPERTY DAMAGE (Per emiden, I X UMBRELLA LIAB X OCCUR AUC9304209-21 10/15/2023 10/15/2024 EACH OCCURRENCE $ 1,000,000 EXCESS LIAR CLAIMS -MADE AGGREGATE $ 1,000,000 DED l 1 RETENTION $ _ $ A WORKERS COMPENSATION WC0137577-09 IOA5023 10/15/3T(4 x ( PERTUTE ER I 1 OTA- 1 STA ND EMPLOYERS' LIABILITY YI ANYPROPRIETORIPE TNERIEXECUTNE _ E.L. EACH ACCIDENT $ 1,000,000 OFFICERMIEMBERXCLUDED? (Mandatory In NH) NIA EL. DISEASE - EA EMPLOYEE $ 1,000,000 Ir yes, describe under DESCRIPTION OF OPERATIONS below E, L. DISEASE- POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more apace is required) Re: Contract No. 2018-3830; Non -Project -Specific (NPS) Engineering Services; Proposal Package No. 81800156 County of Weld is included as additional insured where required by written contract with respect to general liability and auto liabiity coverages. Waiver of subrogation is applicable where required by written contract and subject to policy terms and conditions. DER CANCELLATION County of Weld SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Attn: Don Dunker THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1150101 Street Greeley, CO 80631 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Hersh USA LLC ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Blanket Notification to Others of Cancellation or Non -Renewal Policy No_ CR. Datc of PoI. C cp. Dale of Pol. Eff. Date of End. Producer ho. 8AP0137575.09 I 10/15/2023 70f152024 I 18232000 Add'I. Pram INCL ZURICH Return Prcm. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part A. If we cancel or non -renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Pad has been cancelled or non -renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the firstNamed Insured. Such fist: 1. Must be provided to us prior to cancellation or non -renewal. 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non -renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the dale tine notice of cancellation or non -renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within seven days of the effective date of the notice of cancellation. if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancelation, if cancelled for any reason other than nonpayment of premium; or b. Non -renewal, but not including conditional notice of renewal. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not 1. Extend the -Coverage Part cancellation or non -renewal date; 2. Negate the cancellation or non -renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement All other terms and conditions of this policy remain unchanged. U -CA -032-A CW (01/13) Page 1 of 1 Includes copyrighted material of Insurance Services Office. Inc., with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 33 NOTIFICATION TO OTHERS OF CANCELLATION ENDORSEMENT This endorsement is used to add the following to Part Six of the policy. PART SIX CONDITIONS A. If we cancel this policy by written notice to you for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below. Notification to such person or organization will be provided at least 10 days prior to the effective date of the cancellation, as advised in our notice to you, or the longer number of days notice if indicated in the Schedule below. B. ff we cancel this policy by written notice to you for nonpayment of premium. we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in theSchedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) / Organization(s): Number of Days Notice; ANY PERSON OR ORGANIZATION TO WHOM OR TO WHICH YOU ARE REQUIRED TO PROVIDE NOTICE OF CANCELLATION IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT 30 All other terms and conditions of this policy remain unchanged. WC 99 06 33 (Ed. 05-10) Indudes copyrighted material of National Council on Compensation Insurance, Inc. with Its permission. Page 1 of 1 Blanket Notification to Others of Cancellation or Non -Renewal ZURICH' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 0137576-09 I Effective Date: 10/15/2023 This endorsement applies to insurance provided under the: Commercial General Liability Coverage Part A. If we cancel or non -renew this Coverage Part by written notice to the frst Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non -renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. Such list: 1. Must be povided to us prior to cancellation or non -renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non -renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within 10 days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cance'll'ation, if cancelled for any reason other than nonpayment of premium; or b. Non -renewal, but not including conditional notice of renewal, unless a greater number of days is shown in the Schedule of this endorsement for the mailing or delivering of such notification with respect to Paragraph B.1. or Paragraph 8.2. above. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non -renewal date; 2. Negate the cancellation or non -renewal: or 3. Provide ars/ additional insurance that would not have been provided in the absence of this endorsement. U -GL -1521-8 Cw (01119) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc.. with its permission. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement SCHEDULE The total number of days for mailing or delivering with respect to Paragraph B.1. of this endorsement is amended to indicate the following number of days: 10' The total number of days for mailing or delivering with respect to Paragraph B2. of this endorsement is amended to indicate the following number of days. 90„ If a number is not shown here, 10 days continues b apply. " If a number is not shown here, 30 days continues to apply_ All other terms and aonditions of this policy remain unchanged_ U -GL -1521-B CW (011191 Page 2 of 2 Includes copyrighted material of Insurance Services Office. Inc., with its permission. ACORb CERTIFICATE OF LIABILITY INSURANCE DATE 701 IDDIYYY, oo3/2o2a THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NIT 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 cenBificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does notconfer rights to the certificate holder in lieu of such endorsement(s). PRODUCER MARSH USA, LLC. CONTACT NAMES _ TWO ALLIANCE CENTER r LAM No.Eso: aL• 3560 LENOX ROAD, SUITE 2400 ATLANTA, GA 30326 _._-_.-..LiALC E•mAn. AOORE$5 t INSURERMAFFORDING COVERAGE NAICt_.__„__ CN102421774-Atkin EO.23-24 INSURER A Uovd Underwnters 32727 _ m INSURED AlkinsRAalisUSA,lnc INSURER 8 4030 West Boy Scout Blvd INSURER C: Suite 700 Tampa, FL 33607 INSURER D : INSURER E : INSURERF : COVERAGES CERTIFICATE NUMBER: ATL-005411364-16 REVISION NUMBER: 6 THIS INDICATED. CERTIFICATE EXCLUSIONS IN9Rt1" LTR IS TO CERTIFY THA- THE POLICIES NOTWITHSTANDING ANY REQUIREMENT, MAY BE ISSUED OR MAY AND CONDI7ONS OF SUCH TYPEOFINSIIR\NCE OF INSURANCE PERTAIN, POLICIES. AtfOL�i1�R_....,._._�.�OLICYtCF UISDWVp LISTED BELOW HAVE BEEN TERM OR CONDITION OF ANY THE INSURANCE AFFORDED BY LIMITS SHOWN MAY HAVE BEEN POLICY NUMBER ISSUED TO CONTRACT THE POLICIES REDUCED BY IMMIDDIYYYYt THE INSURED OR OTHER DESCRIBED PAID CLAIMS. racy ZRtP___........._._._....._....__--------.___._._.___..-.____-..._.._.. IMMIODrYYYY1 NAMED ABOVE FOR THE POLICY PERIOD DOCUMENT WITH RESPECT TO WHICH THIS HEREIN IS SUBJECT TO ALL THE TERMS, LIMITS COMMERCIAL GENERAL LIABILITY I EACH OCCURRENCE $ CLAIMS -MADE OCCUR GEM. AGGREGATE LIMI— ALLIES PER: , ,e.'bwi,�ETO REN IED PREMISES Ee oucurrence)S___ MED EXP (Any one person) PERSONAL A.ADV INJURY GENERAL AGGREGATE $ $ $ PRO- Li LOC -� POLICY rL—J JECT PRODUCTS -COMP 10P AGG $ OTHER: AUTOMOBILE LIABILITY COMBINEUNGLE LIMIT $ ANY AUTO ..--- OWNEDSCHEDULED AUTOS ONLY I_-_ 100 BODILY INJURY (Per person) BODILY INJURY (Per accident) $ $ _HIRED ' , AUTOS ONLY ... NON -OWNED AUTOS ONLY PROPERTY DAMAGE -(Pe! ascylentL-----__...__1 $ _ $ UMBRELLA LIAR OCCUR - EACH OCCURRENCE $ EXCESS LIAR CLAIMS -MADE AGGREGATE DED I I RETENTIONS I $ WORKERS COMPENSATION ANDEMPLOYErti.IABILITY YIN ANYPROPRIETORlPAR7NERff7(ECUTIVE I aN llEn i. N I A j [ PER I 1 OTH- ___STATUTE_ --_ ER E.L. EACH ACCIDENT $ OFFICE EREXCLU (Mandatory in NH) IFyes, tlescribe under DESCRIPTION OF OPERATICNS below � i EL DISEASE - EA EMPLOYEE -----_------�1-_,.___...._.,........._...m........_......w„._ E.L. DISEASE - POLICY LIMIT $ $ A Professional Liability (claims made policy) 80509FINPA2350092 04/30/2023 04/3012024 Limit: Per Claim Annual Aggregate: 1,000,000 2,000,000 DESCRIPTION OF OPERATIONS I'MATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Contract No. 2018-3830; Non-PcgectSpecific (NPS) Engineering Services; Proposal Package No 81800156 CERTIFICATE HOLDER CANCELLATION County of Weld SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Alin. Don Dunker 1150 XI Street THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELNERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Greeley, CO 80631 AUTHORIZED REPRESENTATIVE of Marsh USA LLC 1 Can J®, , a�0,.& ACORD 25 (2016/03) IJ 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CN102421774 LOCH: Atlanta ACO UUR ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY MARSH USA, LLC. POLICY NUMBER CARRIER NAIL CODE NAMED INSURED AtkinsRealis USA, Inc. 4030 West Boy Scout Blvd. Suite 700 Tampa, FL 33607 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Professional Liability Professional Liability placement was made by Marsh Canada. Marsh USA has only acted in the role of a consultant to the client with respect to the placement, which is indicated here for your convenience. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name" Entity ID* ATKINS NORTH AMERICAN INC @00030721 Contract Name* Contract ID 2024 ENGINEERING SERVICES CONTRACT RENEWAL 7793 Contract Status CTB REVIEW Contract Lead * MBEDELL New Entity? Parent Contract ID 20220924 Requires Board Approval YES Contract Lead Email Department Project # MBedell@co.weld.co.us N/A Contract Description * A ONE YEAR CONTRACT RENEWAL ASSOCIATED WITH ON CALL ENGINEERING SERVICES. Contract Description 2 Contract Type * Department Requested BOCC Agenda Due Date RENEWAL PUBLIC WORKS Date* 02/01/2024 02/05/2024 Amount* $1 50,000.00 Renewable * YES Automatic Renewal Grant NO IGA NO Department Email CM- PublicWorks@weldgov.co Department Head Email CM-PublicWorks- DeptHead@weldgov.com Bid/RFP #* County Attorney B2200039 GENERAL COUNTY ATTORNEY EMAIL Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID 20220924 If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date 12/31/2024 Renewal Date 12/31/2024 Committed Delivery Date Expiration Date Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel .CURTIS HALL CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 01/31/2024 01/31/2024 02/07/2024 Final Approval BOCC Approved Tyler Ref # AG 021224 BOCC Signed Date Originator MBEDELL BOCC Agenda Date 02/12/2024 Cuvrlutcf liAato5Z1 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Atkins Engineering On -Call Services Contract Renewal DEPARTMENT: Public Works DATE: January 19, 2023 PERSONS REQUESTING: Don Dunker and Michael Bedell Brief description of the problem/issue: In 2022 Weld County entered a one (1) year professional services agreement (Original Contract) with Atkins to provide engineering on -call support services for Public Works projects. The Original Contract indicates that at the option of Weld County, it may be extended for up to two (2) additional years. This contract renewal represents the first additional year that Public Works would like to enact a contract renewal. Atkins has provided professional and timely engineering support services for Public Works under the Original Contract. This proposed 2023 contract renewal is for an amount not to exceed $110,000. Atkins has provided their 2023 billing rates for themselves and their subconsultants. The billing rates were reviewed by staff and determined to not exceed the allowable increase of§.9% according to the Denver, Aurora, and Littleton Consumer Price Index, a necessary requirement described in the Original Contract. Public Works staff recommends awarding Atkins a one (1) year extension of the Original Contract. These funds are budgeted in 2023 as a line item in account 31100-6377. What options exist for the Board? (Include consequences, impacts, costs, etc. of options): • Approve the renewal (attached) of the Original Contract and allow it to be placed on the next available consent agenda. • Deny the renewal of the Original Contract and allow the contract to expire. Recommendation: Staff recommends approving renewal of the Original Contract and placing this item on the next available consent agenda. Approve Recommendation Perry L. Buck, Pro -tent Mike Freeman, Chair Scott K. James Kevin Ross Lori Saine Consurr1- VLQ- 02/D1123 Schedule Work Session Other/Comments: 6)7,6,42449 oz/ At' 2oz2-oq2A EGCOM CONTRACT AGREEMENT EXTENSION BETWEEN WELD COUNTY AND ATKINS NORTH AMERICA INC. FOR NON -PROJECT SPECIFIC ENGINEERING SERVICES This Agreement Extension/Renewal ("Renewal"), made and entered into (S1- day ofre023, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public orks, hereinafter referred to as the "Department", and Atkins North America Inc., hereinafter referred to as the "Contract Professional". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as Document No. 2022-0924, approved on March 23, 2022. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: The Original Agreement will expire on March 23, 2023. The Original Agreement can be renewed for two additional one-year periods and the hourly rates may be increased for this extension in accordance with the Denver -Aurora -Lakewood Consumer Price Index (CPI), All Items, Seasonally Unadjusted or its successor. The parties agree to extend the Original Agreement for a one-year period, which will begin February 6, 2023, and will end on February 6, 2024. The extension, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Contract Professional has agreed to provide hourly service rates for this extension which comply with the CPI, not to exceed an increase of 6.9% (see attached). 2. Contract Professional has provided an updated insurance certificate (see attached). 3. The total anticipated cost for the period from February 6, 2023, to February 6, 2024, is $110,000. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Atkins North America Inc. Joseph P. Zufall, PE, Project Director Printed Name Signature ePh P.2u411 0:49-0/p(T BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair Weld C, y lerk to the B BY: '!/�►; • ! Deputy Clerlto th= Boar O2a .-0902 Atkins Hourly Rate Schedule January 2023 -December 2023 for Weld County NPS Engineering Services Rate Category Title Office 2022 Hourly 2023 Hourly Rate Rate Rate Increase % Rate Category Title Office (cont'd) 2022 Hourly 2023 Hourly Rate Rate Rate Increase % Program Manager $ 310.00 $ 331.39 6.90% Planner Ill $ 109.00 $ 116.52 6.90% Sector Manager Division Manager Sr. Project Director Project Director Sr. Group Manager $ 307.00 $ 276.00 $ 272.00 $ 233.00 S 222.00 328.18 295.04 290.77 249.08 237.32 6.90% Planner II 6.90% Planner I 6.90% 6.90% Sr. Group Manager 6.90% Group Manager S 101.00 $ 107.97 6.90% $ 93.00 $ 99.42 6.90% Construction Engineering & Inspection $ 226.00 $ 241.59 6S0% $ 187.00 $ 199.90 6.90% Group Manager $ 188.00 $ 200.97 6.90% Sr. Resident Engineer $ 175.00 $ 187.08 6.90% Sr. Project Manager $ 188.00 $ 200.97 6.90% Sr. Field Representative II $ 108.00 $ 115.45 6.90% Project Manager II $ 164.00 $ 175.32 6.90% Sr. Field Representative I $ 93.00 $ 99.42 6.90% Project Manager I Sr. Engineer IV Sr. Engineer III Sr. Engineer II Sr. Engineer I Engineer II Engineer I Sr. Designer III Sr. Designer II Sr. Designer I CADD Designer CADD Design Technician Sr. GIS Analyst III Sr. GIS Analyst II Sr. GIS Analyst I GIS Analyst II GIS Analyst I Sr. Planner II Sr. Planner I S 142.00 $ 189.00 S 174.00 $ 155.00 $ 133.00 $ 108.00 $ 97.00 $ 187.00 S 145.00 $ 136.00 $ 110.00 $ 76.00 $ 130.00 $ 118.00 $ 114.00 $ 104.00 $ 96.00 $ 139.00 $ 128.00 5 $ $ S S S $ S S 151.80 202.04 186.01 165.70 142.18 115.45 103.69 199.90 155.01 145.38 117.59 81.24 138.97 126.14 121.87 111.18 102.62 148.59 136.83 6.90% Sr. Construction Manager II 6.90% Sr. Construction Manager I 6.90% Construction Manager II 6.90% Construction Manager I 6.90% Associate Construction Manager 6.90% Construction Management Representative II 6.90% Construction Management Representative I 6.90% Sr. Project Engineer II 6.90% Sr. Project Engineer I 6.90% Project Engineer II 6.90% Project Engineer I 6.90% Technical Coordinator 6.90% Sr. Program Assistant 6.90% $ S S S $ S S S $ 164.00 151.00 130.00 112.00 101.00 94.00 85.00 132.00 120.00 95.00 81.00 93.00 78.00 175.32 161.42 138.97 119.73 107.97 100.49 90.87 141.11 128.28 101.56 86.59 99.42 83.38 6.90% 6.90% 6.90% 6.90% 6.90% 6.90% 6.90% 6.90% 6.90% 6.90% 6.90% 6.90% 6.90% Administration/Controls 6.90% Sr. Operations Coordinator 6.90% Sr. Technical Coordinator 6.90% Technical Coordinator 6.90% Sr. Program Assistant 6.90% Program Assistant S S $ $ 132.00 $ 114.00 $ 92.00 5 86.00 $ 66.00 5 141.11 121.87 98.35 91.93 70.55 6.90% 6.90% 6.90% 6.90% 6.90% Other Direct Costs Item Unit Rates Printing B&W or Color at cost Travel/Expenses at cost Construction Management Vehicle (Pick-up) $53/day Construction Management Vehicle (SUV) $51/day Mileage Standard Federal Rate ALL TRAFFIC DATA SERVICES 2023 Traffic Data Collection Rates — Weld County NPS Rate Category Title 2022 Hourly Rate 2023 Hourly Rate Rate Increase cyo Project Manager $90.00 $96.21 6.90% Field Manager $75.00 $80.18 6.90% Technician $62.50 $66.81 6.90% LIGHTING DESIGN AND ENGINEERING Clanton & Associates 2023 Titles & Rates* Title Hourly Rates Chief Executive Officer $ 340 President $ 325 Principal $ 245 Associate $ 230 Business Development Manager $ 220 Senior Engineer II $ 220 Senior Engineer I $ 185 Engineer II $ 155 Engineer I $ 140 Senior Designer II $ 215 Senior Designer I $ 165 Designer II $ 145 Designer I $ 135 Intern $ 105 Production Manager $ 205 Senior CADD Technician $ 135 CADD Technician $ 110 Marketing Manager $ 100 Office Manager $ 100 4699 Nautilus Court South. Suite 102 303-530-7229 Boulder, CO 80301 www.clantonassociates.com ENGINEERS •SURVEYORS •ARCHITECTS 5975 S. Quebec Street, Suite 200 Centennial, CO 80111 PH: (303) 773-1605 FX: (303) 773-3297 HCLengineering.com STANDARD BILLING RATE SCHEDULE 2023_REVISED Jan 1, 2023 to December 31, 2023 PERSONNEL CLASSIFICATION 2022 BILLING RATE / HOUR 2023 Rates Percent Change Principal $200.00 $ 210 5.0% Director of Structural Engineering $190.00 $ 200 5.3% Director of Civil Engineering $190.00 $ 200 5.3% Director of Surveying and Mapping $190.00 $ 200 5.3% Director of Architecture $170.00 $ 180 5.9% Senior Project Manager (Civil, Survey. Structural, Architecture) $165.00 $ 175 6.1% Project Manager (Civil, Survey. Structural. Architecture) $155.00 $ 165 6.5% SUE Manager $145.00 $ 155 6.9% BIM Manager $140.00 $ 150 6.9% Project Architect $145.00 $ 155 6.9% Senior Project Engineer $145.00 $ 155 6.9% Project Engineer $125.00 $ 130 4.0% Design Engineer II $115.00 $ 120 4.3% Design Engineer I $105.00 S 110 4.8% Senior Civil Designer $115.00 $ 120 4.3% Civil Designer $105.00 $ 110 4.8% Senior Project Surveyor $145.00 $ 155 6.9% Project Surveyor $125.00 $ 130 4.0% SUE Field Coordinator $115.00 $ 120 4.3% Senior CAD Technician $120.00 $ 128 6.7% CAD Technician $100.00 $ 105 5.0% Two -man crew — Party Chief $140.00 $ 150 6.9% Two -man crew — Instrument Operator $40.00 $ 43 6.9% One-man crew — Party Chief $140.00 $ 150 6.9% Utility Locator $110.00 $ 117 6.4% Senior Construction Project Surveyor $115.00 $ 120 4.3% UAV Pilot $120.00 $ 125 4.2% ICON ENGINEERING 2023 Hourly Rate Schedule Title Principal Professional Engineer V Professional Engineer IV Professional Engineer III Professional Engineer II Professional Engineer I Engineer IV Engineer III Engineer II Engineer I Senior Field Representative Field Representative Senior Design Professional Design Professional GIS Specialist II GIS Specialist I CAD Technician II CAD Technician I Administrative Mileage Miscellaneous Direct Expenses GPS (daily) Rate $200 $195 $190 $180 $170 $160 $155 $150 $135 $115 $165 $130 $160 $145 $125 $110 $115 $100 $72 $IRS Rate/mile Actual Costs $150 TRIUNITY 2022/2023 Rates Title/Classification Description/Responsibilities Rate Principal PM Support and Project Oversight $ 220 Project Manager IV Project Management Functions 5 205 Project Manager III Project Management Functions $ 190 Project Manager II I Project Management Functions S 175 Project Manager I Project Management Functions $ 160 Project Engineer IV Project Task Support S 150 Project Engineer III Project Task Support $ 135 Project Engineer II Project Task Support $ 125 Project Engineer I Project Task Support $ 115 $ 115 Project Coordination and Management Support Assitant Project Manger Designer/Drafter V CAD and Drafting S 125 Designer/Draver IV CAD and Drafting $ 115 Designer/Drafter III CAD and Drafting S 100 EIT III Engineer in Training $ 110 EIT II Engineer in Training $ 100 EIT I i Engineer in Training $ 90 Administrative Support Administration and Clerical Support $ 90 )A Yeh and Associates, Inc. Geotechnical • Geological • Construction Services WELD COUNTY NPS STANDARD FEE SCHEDULE EFFECTIVE JANUARY 2023 Professional Services: Classification Principal Senior Project Manager Senior Project Specialist Project Manager Senior Project Engineer or Geologist Project Engineer or Geologist Staff Engineer or Geologist Engineer or Geologist Intern Resident Construction Engineer Construction Manager Construction Observer 3 Construction Observer 2 Construction Observer 1 Technician Leader or Supervisor Laboratory Supervisor Technician 3 Technician 2 Technician 1 CAD Designer CAD Technician Project Controller Administrative Assistant **Overtime rates for Construction Inspection, Technicians and Office Staff is 1.5 x rates shown. Basic Rate $224.49/hr $208.46/hr $192.42/hr $181.73/hr $160.35/hr $133.63/hr $117.59/hr $74.83/hr $208.46/hr $181.73/hr $144.32/hr $128.28/hr $117.59/hr $149.66/hr $128.28/hr $106.90/hr $90.87/hr $80.18/hr $144.32/hr $96.21/hr $155.01/hr $90.87/hr Laboratory tests are quoted on separate schedule or cost plus 10 percent for outside laboratory testing when applicable. Fees for expert witness preparation, testimony, court appearances, or depositions will be billed at the rate of $350 per hour. Rates do not include prevailing wage rates for field services. Prevailing wages will be determined on a project -by - project basis. Other Direct Charges: Subcontracted services, copying and rented equipment Travel, subsistence, and expenses Vehicle Automobile Mileage Rates Cost Plus 10% Cost Plus 10% $ 80/day $ Current IRS Rate Yeh and Associates, Inc. Consulting Engineers & Scientists LABORATORY RATE SCHEDULE - EFFECTIVE JANUARY 2023 Classification — Index Tests: Natural moisture content (ASTM D2216)........................................................................... Moisture content — dry unit weight, drive or core sample (ASTM D2937) .......................... Moisture content — dry unit weight, chunk or block sample .............................................. Moisture content — dry unit weight, thin -walled tube sample (ASTM D2937) ..................... Atterberg limits with PL, PI, LL (ASTM 04318).................................................................... Specific gravity for coarse aggregate (AASHTO T85, ASTM C 127) ................ Specific gravity for fine aggregate (AASHTO T84, ASTM C 128) ................................................ Sand Equivalent (CP30, AASHTO T176).............................................................. Grain size analysis (ASTM D422, 6913): a) Eight standard sieve nests to #200 (per ASTM D2487 or AASHTO M145) ............... b) Less than 3" max to #200 sieve with one split sieve ............................................... c) Percent less than #200 sieve with wash.................................................................. d) Hydrometer analysis.............................................................................................. Manual USC classification (ASTM D2488), extrude, examine, photo, and describe ............. Soil classification (ASTM D2487/ AASHTO M145) sieve, #200 wash, Atterberg as required Soil classification (ASTM D2487/ AASHTO M145) sieve, #200 wash, Atterberg as required (using a split gradation) ... $ 200 Moisture Density Relations: Standard Proctor compaction (AASHTO T99, ASTM 0698)............................................................................................ $ 200 Oversize Correction (w/coarse aggregate specific gravity)............................................................................................. $ add 60 Modified Proctor compaction (AASHTO T180, ASTM 01557)........................................................................................ $ 220 Oversize Correction (w/coarse aggregate specific gravity)............................................................................................. $ add 60 R -value (ASTM D2844, AASHTO T190, Cal 301), untreated soil...................................................................................... $ 300 Corrosion Testing: pH of soil or water AASHTO T289.................................................................................................................................. $ 15 Resistivity of soil or water, as received or saturated AASHTO T288 $ 50 Soluble sulfates AASHTO T290................................................................................................................................... $ 25 Soluble chlorides AASHTO T291...................................................................................................................................... $ 30 Swell / Collapse Testing: Expansion index (ASTM D4829)..................................................................................................................................... $ 200 Swell -collapse (ASTM 14546-A)..................................................................................................................................... $ 200 Swell -collapse (ASTM 14546-B, C)................................................................................................................................. $120 Soil unconfined compressive strength (ASTM D2166).................................................................................................... $ 70 Pavement Tests: VolumetricProduction Sample Testing........................................................................................................................................ $ 450 Asphalt content a) Ignition furnace calibration, per mix.................................................................................................................. $ 500 b) Calibration of nuclear asphalt gauge................................................................................................................. $ 500 c)%AC (CP L5120, AASHTOT308).................................................................................................. $100 d) Gradation from burn off (AASHTO T30, ASTM D5444)........................................................................ $100 Maximum specific gravity (Rice) (CP 51, AASHTO T209)................................................................................................. $ 115 Bulk specific gravity (AASHTO T166).............................................................................................................................. $ 55 %Air Void (no rice included) CP L5115, and AASHTO T166. $ 180 Moisture content for Hot Mix Asphalt (AASHTO T329)............................................................................................................. $ 30 HveemStability CPL 5106............................................................................................................................................................ $ 200 Resistance of compacted asphalt mixture to moisture induced damage (Lottman) CP L 5109 ........................................... $ 500 Coring, per core.............................................................................................................................................................. $ 125 Marshall Compaction & Air Vids Analysis (ASTM 6926).................................................................................................. $ 250 Marshall Stability & Flow (ASTM 6927).......................................................................................................................... $ 150 Micro-Deval Abrasion of Coarse Aggregate (AASHTO T327, ASTM 06928, CP-L 4211) .................................................. $ 275 LA Abrasion (AASHTO T96 or ASTM C131)..................................................................................................................... $ 200 Fracturefaces................................................................................................................................................................ $ 75 Strength Tests: Compressive Strength of Cylindrical Concrete Specimens (4" x 8") (AASHTO T 22 ASTM C39) ...................................... $ 20 Flexural Strength of Concrete Beam (Using simple beam with third -point loading) (ASTM C78) ................................... $ 80 Point Load Strength Index of Rock and Application to Rock Strength Classifications (ASTM D5731) ............................... $ 30 Mortar & Grout Cube Compressive Strength (ASTM C109) (per Cube)........................................................................... $ 30 Compressive strength for shotcrete cores including cutting and capping (per core)............................................................. $ 60 Compressive strength for ship -in cylinders (made by others) (per cylinder) ....... $ 20+ $60 if necessity of extra work like stripping, cutting, and capping $10 $ 20 $ 50 $ 40 $100 $ 60 $ 80 $ 90 $ 75 $ add 50 $ 50 $ add 150 $ 25 $170 ■ 2000 Clay Street, Suite 200, Denver, CO 80211, (303) 781-9590 • 627 Elkton Drive, Colorado Springs, CO 80907, (719) 434-1643 ■ 11520 21" Street, Unit 6, Greeley, CO 80634, (970) 451-5026 • 570 Turner Drive, Suite D, Durango, CO 81303, (970) 382-9590 • 1525 Blake Avenue, Glenwood Springs, CO 81601, (970) 384-1500 • 588 North Commercial Drive, Grand !unction, CO 81505, (970) 242-5125 irA Yeh and Associates, Inc. Consulting Engineers & Scientists LABORATORY RATE SCHEDULE - EFFECTIVE JANUARY 2023 Classification — Index Tests: Natural moisture content (ASTM D2216)............................................................................. Moisture content — dry unit weight, drive or core sample (ASTM D2937) ............................ Moisture content — dry unit weight, chunk or block sample ................................................. Moisture content — dry unit weight, thin -walled tube sample (ASTM 02937) ....................... Atterberg limits with PL, PI, LL (ASTM 04318)....................................................................... Specificgravity for coarse aggregate (AASHTO T85, ASTM C 127) .................. Specific gravity for fine aggregate (AASHTO T84, ASTM C 128) .................................................. Sand Equivalent (CP30, AASHTO T176)................................................................ Grain size analysis (ASTM D422, 6913): a) Eight standard sieve nests to #200 (per ASTM D2487 or AASHTO M145) ................. b) Less than 3" max to #200 sieve with one split sieve ................................................. c) Percent less than #200 sieve with wash.................................................................... d) Hydrometer analysis................................................................................................. Manual USC classification (ASTM D2488), extrude, examine, photo, and describe ............... Soil classification (ASTM D2487/ AASHTO M145) sieve, #200 wash, Atterberg as required . Soil classification (ASTM D2487/ AASHTO M145) sieve, #200 wash, Atterberg as required (using a split gradation) ... $ 200 Moisture Density Relations: Standard Proctor compaction (AASHTO T99, ASTM D698)............................................................................................ $ 200 Oversize Correction (w/coarse aggregate specific gravity)............................................................................................. $ add 60 Modified Proctor compaction (AASHTO T180, ASTM 01557)........................................................................................ $ 220 Oversize Correction (w/coarse aggregate specific gravity)............................................................................................. $ add 60 R -value (ASTM D2844, AASHTO T190, Cal 301), untreated soil...................................................................................... $ 300 Corrosion Testing: pHof soil or water AASHTO T289.................................................................................................................................. $ 15 Resistivity of soil or water, as received or saturated AASHTO T 2 8 8....................................................................... $ 50 Soluble sulfates AASHTO T290................................................................................................................................... $ 25 Soluble chlorides AASHTO T291...................................................................................................................................... $ 30 Swell / Collapse Testing: Expansion index (ASTM D4829)..................................................................................................................................... $ 200 Swell -collapse (ASTM 04546-A)..................................................................................................................................... $ 200 Swell -collapse (ASTM 04546-B, C)................................................................................................................................. $ 120 Soil unconfined compressive strength (ASTM D2166).................................................................................................... $ 70 Pavement Tests: Volumetric Production Sample Testing........................................................................................................................................ $ 450 Asphalt content a) Ignition furnace calibration, per mix.................................................................................................................. $ 500 b) Calibration of nuclear asphalt gauge................................................................................................................. $ 500 c)%AC (CP L5120, AASHTOT308).................................................................................................. $100 d) Gradation from burn off (AASHTO T30, ASTM D5444)........................................................................ $ 100 Maximum specific gravity (Rice) (CP 51, AASHTO T209)................................................................................................. $ 115 Bulk specific gravity (AASHTO T166).............................................................................................................................. $ 55 %Air Void (no rice included) CP L5115, and AASHTO T166....................................................................................................... $ 180 Moisture content for Hot Mix Asphalt (AASHTO T329)............................................................................................................. $ 30 HveemStability CP L 5106............................................................................................................................................................ $ 200 Resistance of compacted asphalt mixture to moisture induced damage (Lottman) CP L 5109 ........................................... $ 500 Coring, per core.............................................................................................................................................................. $125 Marshall Compaction & Air Vids Analysis (ASTM 6926).................................................................................................. $ 250 Marshall Stability & Flow (ASTM 6927).......................................................................................................................... $ 150 Micro-Deval Abrasion of Coarse Aggregate (AASHTO T327, ASTM D6928, CP-L 4211) .................................................. $ 275 LA Abrasion (AASHTO T96 or ASTM C131)..................................................................................................................... $ 200 Fracturefaces................................................................................................................................................................ $ 75 Strength Tests: Compressive Strength of Cylindrical Concrete Specimens (4" x 8") (AASHTO T 22 ASTM C39) ...................................... $ 20 Flexural Strength of Concrete Beam (Using simple beam with third -point loading) (ASTM C78) ................................... $ 80 Point Load Strength Index of Rock and Application to Rock Strength Classifications (ASTM D5731) ............................... $ 30 Mortar & Grout Cube Compressive Strength (ASTM C109) (per Cube)........................................................................... $ 30 Compressive strength for shotcrete cores including cutting and capping (per core)............................................................. $ 60 Compressive strength for ship -in cylinders (made by others) (per cylinder) ....... $ 20+ $60 if necessity of extra work like stripping, cutting, and capping $10 $ 20 $ 50 $ 40 $100 $ 60 $ 80 $ 90 $ 75 $ add 50 $ 50 $ add 150 $ 25 $ 170 2000 Clay Street, Suite 200, Denver, CO 80211, (303) 781-9590 • 570 Turner Drive, Suite D, Durango, CO 81303, (970) 382-9590 627 Elkton Drive, Colorado Springs, CO 80907, (719) 434-1643 • 1525 Blake Avenue, Glenwood Springs, CO 81601, (970) 384-1500 11520 21st Street, Unit 6, Greeley, CO 80634, (970) 451-5026 ■ 588 North Commercial Drive, Grand Junction, CO 81505, (970) 242-5125 ACORD® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDYYYY) 10/10/2022D/ 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subiect 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 MARSH USA, INC. TWO ALLIANCE CENTER 3560 LENOX ROAD, SUITE 2400 ATLANTA, GA 30326 CN102421774-Atkin-GAWU-22-23 NOC CONTACT NAME: I' lg o. E.): IPM. No): E-MAIL Mass: INSURER(S) AFFORDING COVERAGE NAIL # INSURER A : Zurich American Insurance Company 16535 AtkINSURED ins North America, Inc. 4030 West Boy Scout Blvd., Ste 700 Tampa, FL 33607 INSURER e : American Guarantee & Liability Ins Co 26247 INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: ATL-005021325-10 REVISION NUMBER: 9 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. III VVIII TYPE OF INSURANCE ADDL SUER INSD VWD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MleiIii YYY) LIMITS A X COMMERCIAL GENERALUABILITY CLAIMS -MADE EI OCCUR 3LO0137576-08 1075O022 10/15/2023 EACH OCCURRENCE $ 2,000,000 PREM SESO(Ee occur ence) $ 1,000,000 MED EXP (Any one person) $ 50,000 PERSONAL 8 ADV INJURY $ 2,000,000 GENERAL AGGREGATE $ 4,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: X POLICY PROT D LOC JEC OTHER: PRODUCTS - COMP/OP AGG $ 4,000,000 A AUTOMOBILELIABILITY X ANY AUTO OWNED AUTOS ONLY X HIRED AUTOS ONLY SCHEDULED AUTOS X NON -OWNED AUTOS ONLY BAP0137575-08 10/15O022 1035/2023 (Ea COMaccidBINED ent)SINGLE LIMIT $ 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE {Per accident) $ B X UMBRELLA LIAR EXCESS UM X OCCUR CLAIMS -MADE AUC9304209-20 10/15/2022 10/15/2023 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 $ DED I I RETENTIONS A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE YIN OFFICER/MEMBER EXCLUDED? ❑N (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A WC0137577-08 10/15/2022 10/15/2023 X STATUTE I I EORH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Contract No. 2018-3830; Non -Project -Specific (N'S) Engineering Services; Proposal Package No. 81800156 County of Weld is included as additional insured where required by written contract with respect to general liability and auto liability coverages. Waiver of subrogation is applicable where required by written contract and subject to policy terms and conditions. CERTIFICATE HOLDER CANCELLATION County of Weld SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Attn: Don Dunker THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1150 "O" Street ACCORDANCE WITH THE POLICY PROVISIONS. Greeley, CO 80631 AUTHORIZED REPRESENTATIVE of Marsh USA Inc I O a.rt ®4 ., �er,,00:l&U ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Blanket Notification to Others of Cancellation or Non -Renewal ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff Date of End. Producer No. Addl. Preen Return Prem. BAP 0137575-08 10/15/2022 10/15/2023 18232000 INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part A. If we cancel or non -renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non -renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named Insured. Such list 1. Must be provided to us prior to cancellation or non -renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non -renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to the first Named Insured_ We will mail or deliver such notification to each person or organization shown in the list: 1. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non -renewal, but not including conditional notice of renewal. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non -renewal date; 2. Negate the cancellation or non -renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. All other terms and conditions of this policy remain unchanged. U -CA -832-A CW (01113) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Blanket Notification to Others of Cancellation or Non -Renewal ZURICH' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No, GLO 0137576-08 Effective Date: 10/15/2022 This endorsement applies to insurance provided under the: Commercial General Liability Coverage Part A. If we cancel or non -renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non -renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. Such list: 1. Must be provided to us prior to cancellation or non -renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non -renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within 10 days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non -renewal, but not including conditional notice of renewal, unless a greater number of days is shown in the Schedule of this endorsement for the mailing or delivering of such notification with respect to Paragraph B.1. or Paragraph B.2. above. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Pad cancellation or non -renewal date; 2. Negate the cancellation or non -renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. U -GL -1521-n Cw 01/19) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. SCHEDULE The total number of days for mailing or delivering with respect to Paragraph B.1. of this endorsement is amended to indicate the following number of days: 10* The total number of days for mailing or delivering with respect to Paragraph B.2. of this endorsement is amended to indicate the following number of days: 90** * If a number is not shown here, 10 days continues to apply. ** If a number is not shown here, 30 days continues to apply. All other terms and conditions of this policy remain unchanged. U -GL -1521-B CW (01/19) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 33 NOTIFICATION TO OTHERS OF CANCELLATION ENDORSEMENT This endorsement is used to add the following to Part Six of the policy. PART SIX CONDITIONS A. If we cancel this policy by written notice to you for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below. Notification to such person or organization will be provided at least 10 days prior to the effective date of the cancellation, as advised in our notice to you, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this policy by written notice to you for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice_ SCHEDULE Name and Address of Other Person(s) / Organization(s): Number of Days Notice: ANY PERSON OR ORGANIZATION TO WHOM OR TO WHICH YOU ARE REQUIRED TO PROVIDE NOTICE OF CANCELLATION IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT 30 All other terms and conditions of this policy remain unchanged. WC 99 06 33 (Ed. 05-10) Includes copyrighted material of National Council on Compensator Insurance, Inc. with its permission. Page 1 of 1 ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 04/27202 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 have ADDITIONAL INSURED provisions or 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 MARSH USA, INC. TWO ALLIANCE CENTER 3560 LENOX ROAD, SUITE 2400 ATLANTA, GA 30326 CN102421774-Atkin-EO-22-23 CONTACT NAME: lac Nn o, E. I ;a No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: Lloyd Underwriters 32727 INSURED Atkins North America, Inc. 4030 West Boy Scout Blvd., Ste 700 Tampa, FL 33607 INSURER B : INSURER C: INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: ATL-00541136411 REVISION NUMBER: 2 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. TVTVTYPE OF INSURANCE ADDL SUER INSD V/VD POLICY NUMBER POLICY EFF iale/YYYY) POLICY EXP (MM/DD/Y , LIMITS COMMERCIAL GENERAL LIABILITY I CLAIMS -MADE ❑ OCCUR EACH OCCURRENCE $ PREMISES (Ea occu ence) $ MED EXP (Any one person) $ PERSONAL &ADVINJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PROT ❑ LOC TNT OTHER: GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY C0aMaTc DSINGLELIMIT (Ea accident) $ BODILY INJURY (Per person) $ (Per BODILY INJURY (Per accdent) I INJURY $ PODILY Y AGE (Per accident) $ UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LUIBILITY Y / N ANYPROPRIETOR/PARTNER/EXECUTIVE (MandaR/MEMBEREXCLUDED? [] (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA STATUTE I I EORH E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A Professional Liability (claims made policy) 00509FINPA2250024 04/30/2022 04/30/2023 Limit: Per Claim Annual Aggregate: 1,000,000 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Contract No. 2018-3830; Non -Project -Specific (NPS) Engineering Services; Proposal Package No. B1800156 CERTIFICATE HOLDER CANCELLATION County of Weld SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Attn: Don Dunker THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1150 "O" Street ACCORDANCE WITH THE POLICY PROVISIONS. Greeley, CO 80631 I AUTHORIZED REPRESENTATIVE of Marsh USA Inc t^DnRm94yi+ ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CN102421774 LOC 0: Atlanta ACOR ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY MARSH USA, INC. POLICY NUMBER CARRIER NAIL CODE NAMED INSURED Atkins North America, Inc. 4030 West Boy Scout Blvd., Ste 700 Tampa, FL 33607 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Professional Liability: Professional Liability placement was made by Marsh Canada. Marsh USA has only acted in the role of a consultant to the client with respect to the placement, which is indicated here for your convenience. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Reques Entity In Entity Name* ATKINS NORTH AMERICAN INC Contract Name* Entity ""((}} ID* O00O30721 O Contract ID ON CALL ENGINEERING SERVICES CONTRACT RENEWAL 6652 Contract Status CTB REVIEW Contract Lead* MBEDELL Contract Lead Email MBedelW,co.weld.co.us New Entity? Parent Contract ID Requires Board Approval YES Department Project Contract Description* A ONE YEAR RENEWAL OF THE 2022 ORIGINAL CONTRACT TO PROVIDE ON -CALL ENGINEERING SERVICES. Contract Description 2 Contract Type* RENEWAL Amount* $110,000.00 Renewable* YES Automatic Renewal De Went PUBLIC WORKS Department Email CM- Publ icWorksweldgov. com Department Head Email CM-PubhcWorks- DeptHeadc weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORN EYRIWEL DG OV.COM Requested BOCC Agenda Date* 02;01,202.3 Due Date 01128{2023 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? NO If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Data Effective Date Review Date* 12129/'2023 Renewal Date* 02,'06:2024 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Pu rch/ Purchasing Approver Approval Proces/ Department Head .CURTIS HALL DH Approved Date 01/26,2023 Final Approval BOCC Approved MCC Signed Date 1OCC Agenda Date 02/01/2023 Originator MBEDELL Contact Type Contact Email Finance Approver CHERYL PATTELL/ Contact Phone 1 Purchasing Approved Date Finance Approved Date 01 26/2023 Tyler Ref AG 020123 Legal Counsel BRUCE BARKER Contact Phone 2 Legal Counsel Approved Date 01:2612023 Cnfva& (DkkD5Zi BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Redistribute funds among the three Engineering On -Call companies DEPARTMENT: Public Works DATE: 11/15/22 PERSON REQUESTING: Curtis Hall and Don Dunker Brief description of the problemlissue: The Public Works 2022 budget (account 31100-6377) has $250,000.00 allocated for on -call Engineering Consultants/Surveying services. The allocation is divided among three consulting firms, (Atkins, Drexel Barrel) and Horrocks). The PO for Horrocks is PO 2200241 for $80,000 PW had spent very little and would like to reduce it to $30,000. The $50,000 reduced form Horrocks would be split between Atkins ($30k) and Drexel ($20k) and used to increase the PO amounts for Atkins and Drexel. The PO for Atkins North American is PO 2200240 and is currently issued in an amount not to exceed$80,000.00. The Atkins PO would be increased via a County initiated change order to an amount not to exceed $110,000.00. Drexel Barrell's PO is PO 2200239 and is currently issued in an amount not to exceed $90,000.00. The Drexel Barrel) PO would be increased via a County initiated change order in an amount not to exceed $110,000.00. ,/ The redistribution of funds would not increase the 2022 budget. Atkins $110k + Drexel $110k + Horrocks $30k = $250k. The firms were contacted and will hold their 2022 rates as outlined in their current contract. Each change order for each company is attached for clarity. What options exist for the Board? (include consequences, impacts, costs, etc. of options): • The BOCC can agree to redistribute the funds among the Engineering Consultants/Surveying companies (Atkins and Drexel) through a change order process and not increase the 2022 budget. • Schedule a work session to discuss. Recommendation: Staff recommends approval of redistributing the funds among the Engineering Consultants/Surveying companies (Atkins and Drexel) through the change order process. tkspime Schedule Recommendation Work Session Other/Comments: Perry L. Buck Mike Freeman, Pro-Tem Scott K. James, Chair Steve Moreno Lori Saine etr5tn NeociA., (2./1 /72_ ee; 1.1A/Z4'"a)) la-r7/aa zoz2- 69z'l €6o(530 CHANGE ORDER NO.1 Date: 11/15/22 PROJECT: Owner: Weld County. Colorado Contractor: Atkins The following change is hereby made to the Contract Documents: CHANGE TO CONTRACT PRICE: Original Contract Price: $80,000 Current Contract Price adjusted by previous Change Order: $80,000 The Contract Price due to this Change Order will be increased by: $30,000 The New Contract Price, including this Change Order, will be: $110,000 CHANGE TO CONTRACT TIME: The Contract Time will be increased by 0 calendar days. The date for completion of all Work will be December 31.2022 RECOMMENDED: Owner Representative: .5.G LMOJ ' Don Dunker, P.E. (County Engineer) APPROVALS: CONTRACTOR:*atto,N4„) Name: Title: Heather Andrews, Technical Manager II WELD COU04 . ..cd2O;tik, ATTEST: Weld Coyhty1C erk to the B.ar. Deputy CI,/k to th- Bon BY: Date: 1 i/ie/z Date: 11/28/2022 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Acting Chair Pro-Tem DEC 0 7 2e?2 Contract Form New Contract Request Entity Information Entity Name* Entity ID* ATKINS NORTH AMERICAN INC @0003©721 Contract Name* CHANGE ORDER #1 ENGINEERING NPS ON -CALL FOR ATKINS NORTH AMERICAN INC Contract Status CTB REVIEW Contract ID 6521 Contract Lead* DDUNKER ❑ New Entity? Parent Contract ID 5680 Requires Board Approval YES Contract Lead Email Department Project # ddunker@co.weld.co.us Contract Description* CHANGE ORDER #1 INCREASES THE ATKINS ENGIEERING NPS ON -CALL CONTRACT FROM .80K TO $1 10K. THIS WAS APPROVED BY THE BOCC TO GO ON AN UPCOMING AGENDA. NO ADDITIONAL FUNDS WILL BE NEEDED FOR THE 2022 BUDGET. Contract Description 2 Contract Type* CHANGE ORDER Amount* $ 30,000.00 Renewable* NO Automatic Renewal NO Grant NO IGA NO Department PUBLIC WORKS Department Email CM- PublicWorksgiweldgov.com Department Head Email CM-PublicWorks- DeptHead@weIdgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO RN EYW*VELDG OV.COM Requested BOCC Agenda Date* 11°30!2022 Due Date 11/2612022 Will a work session with BOCC be required?* HAD Does Contract require Purchasing Dept. to be included? NO if this is a renewal enter previous Contract ID If this is part of a NASA enter MSA Contract ID Note the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* 11/28/2022 Renewal Date Termination Notice Period Contact Information Con Info Contact Name Contact Type Committed Delivery Date Expiration Date* 03/31/2023 Contact Email Contact Phone 1 Purchasing Approver Purchasing Approved Date Approval Process Department Head .CURTIS HALL DH Approved Date 12/01/2022 'In Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 12,`07,?2022 Originator DDUNKER Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Contact Phone 2 Finance Approved Date Legal Counsel Approved Date 12/02/2022 12102/2022 Tyler Ref # AG 120722 Houstan Aragon Subject: FW: On Base with Atkins and Drexel Barrell change order no 1 From: Don Dunker <ddunker@weldgov.com> Sent: Friday, December 2, 2022 3:10 PM To: Esther Gesick <egesick@weldgov.com> Cc: Curtis Hall <chall@weldgov.com>; Houstan Aragon <haragon@weldgov.com>; Esther Gesick <egesick@weldgov.com>; Christie Peters <cmpeters@weldgov.com> Subject: Re: On Base with Atkins and Drexel Barrell change order no 1 Hi Esther, I took care of this by reducing the Horrocks by the $50k in the PW Internal Accounting (IA) tracking spreadsheet so no one will spend the money. The code does not require a change order to reduce the contract amount. Which is why only the two increases were a change order. No additional fund are required for the 2022 budget. Let me know if you have questions. Thanks, Don Get Outlook for iOS From: Esther Gesick <egesick@weldgov.com> Sent: Friday, December 2, 2022 2:46:45 PM To: Don Dunker <ddunker@weldgov.com> Cc: Curtis Hall <chall@weldgov.com>; Houstan Aragon <haragon@weldgov.com>; Esther Gesick <egesick@weldgov.com>; Christie Peters <cmpeters@weldgov.com> Subject: RE: On Base with Atkins and Drexel Barrell change order no 1 Hi Don, Houstan received the two Change Orders that we previously discussed; however, we're curious if there will also be a Change Order to reflect the reduced amount for Horrocks. I was thinking we would want to show the reduction, followed by the two CO's that are being increased for Atkins and Drexel. Otherwise, the public record for Horrocks still looks like they have the full amount. Esther E. Gesick Clerk to the Board 1150 O Street/ P.O. Box 7581 Greeley, CO 80632 tel: (970) 400-4226 Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. Comet-«& coR) BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Non -Project Specific (NPS) Engineering Services Contracts DEPARTMENT: Public Works DATE: 3/10/22 PERSON REQUESTING: Michael Bedell (Senior Engineer) and Don Dunker (County Engineer) Brief description of the problem/issue: Public Works has completed a consultant selection process and associated proposed Contracts with three separate engineering services companies (Drexel Barrell, Atkins, and Horrocks). The proposed engineering services Contracts will be paid for with a 2022 budget line item (31100-6377) in the amount of $250,000.00. The budget amount was divided between the three companies depending on upcoming needs of Public Works. The engineering services will be used to support Public Works staff with ongoing and upcoming road and bridge improvement projects. The proposed contracts each have a specific contract amount and are intended to be renewed annually for a total period not to exceed three years. What options exist for the Board? (Include consequences, impacts, costs, etc. of options): The Board may choose to recommend approval of the attached engineering services Contracts. The Board may choose to offer suggestions or comments to modify or revise the Contracts. The Board may choose to request Public Works staff schedule a work session to discuss the issue. Recommendation: Public Works staff recommends approval of the attached engineering services Contracts. Staff has scrutinized the proposed labor rates (fees) and find them to be justifiable and reasonable. If recommended for approval, staff will get this item onto an upcoming BOCC Meeting agenda. Perry L. Buck Mike Freeman, Pro-Tem Scott K. James, Chair Steve Moreno Lori Saine 03/z3/z, Approve Schedule Recommendation Work Session \ha mai cypti2-91- Other/Comments: Ampome- 2022-0924 Karla Ford From: Sent: To: Subject: Attachments: Approve Sent from my iPhone Mike Freeman Thursday, March 10, 2022 1:23 PM Karla Ford Re: Please Reply - Public Works NSP - BOCC Pass -Around Memo NPS Contracts - Pass Around Memo 3-10-22.doc; Atkins NPS Contract.pdf; Drexel NPS Contract.pdf; Horrocks NPS Contract.pdf On Mar 10, 2022, at 1:14 PM, Karla Ford <kford@weldgov.com> wrote: Commissioner Freeman, Since you are out of the office on Monday when I plan to route this, I wanted to see if you would review and advise if you approve recommendation on this pass -around. Thank you! Karla Ford - Executive Assistant & Office Manager, Board of Weld County Commissioners 1150 O Street, P.O. Box 758, Greeley, Colorado 80632 :: 970.336-7204 :: kford@weldgov.com<mailto:kford@weldgov.com> :: www.weldgov.com<http://www.weldgov.com/> :: **Please note my working hours are Monday -Thursday 7:00a.m.-5:00p.m.** [WC Logo Color] Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Marjorie Caudill <mcaudill@weldgov.com> Sent: Thursday, March 10, 2022 1:12 PM To: Karla Ford <kford@weldgov.com> Cc: Mike Bedell <mbedell@weldgov.com>; Don Dunker <ddunker@weldgov.com>; Jay McDonald <jmcdonald@weldgov.com>; Magda Meza <mmeza@weldgov.com> Subject: BOCC Pass -Around Memo Please ask the Commissioners to review and sign. Thank you, Marjorie Caudill Accounting Clerk Public Works Department 1 AGREEMENT FOR CONTRACT PROFESSIONAL SERVICES BETWEEN WELD COUNTY AND ATKINS NORTH AMERICA, INC. FOR NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES THIS AGREEMENT is made and entered into this Z3day of M 00/C ) , 2022, by and between the Board of Weld County Commissioners, on behalf of the Public Works Department, hereinafter referred to as "County," and Atkins North America, Inc., 7604 Technology Way, Suite 400, Denver, CO 80237, hereinafter referred to as "Contract Professional". WHEREAS County desires to retain Contract Professional to perform services as required by County and set forth in the attached Exhibits; and WHEREAS Contract Professional is willing and has the specific ability, qualifications, and time to perform the services according to the terms of this Agreement; and WHEREAS Contract Professional is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contract Professional and their willingness and ability to meet those requirements (the "Work"). Exhibit A consists of County's Request for Proposal (RFP) as set forth in Bid Package No. B2200039. Exhibit B consists of Contract Professional's Response to County's Request, and associated 2022 labor rates. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contract Professional shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. Internal Accounting Form Contract: The parties recognize the Work under this Agreement will only be provided pursuant to an appropriately executed Internal Accounting Form generated by the County. Any such Internal Accounting Form shall be signed by the Director of the Public Works Department to be effective. In no event shall the total of all individual Internal Accounting c>2 Do7a2 -Oqa� Forms exceed the amount described in Section 6 of this Agreement. Any appropriately executed Internal Accounting Form shall be automatically incorporated herein and enforceable. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contract Professional's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the parties. 4. Termination. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contract Professional. Either party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. 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 that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this Agreement shall be in writing signed by both parties. No additional services or work performed by Contract Professional shall be the basis for additional compensation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. If written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change 2 Order. Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in Work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation/Contract Amount. Upon Contract Professional's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contract Professional an amount not to exceed $80,000.00. No payment more than that amount will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contract Professional hereunder and Contract Professional agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contract Professional and their subcontractors shall not be entitled to be paid for any direct expenses which may be listed in their Exhibit B, besides their hourly labor costs, without prior written consent from the County. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County because of the execution of this Agreement. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the reputation and expertise of Contract Professional. Contract Professional shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contract Professional shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and to 3 assume toward Contract Professional all the obligations and responsibilities which Contract Professional, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contract Professional and Contract Professional shall cooperate in such process. The Contract Professional shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Ownership. All work and information obtained by Contract Professional under this Agreement or Internal Accounting Form shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records, and computer files generated by Contract Professional in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether such materials are in completed form, shall always be considered the property of the County. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contract Professional should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., about public records, and cannot guarantee the confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contract Professional agrees to advise its employees, agents, and subcontractors, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty and Standards of Completed Work. Contract Professional warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contract Professional further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contract Professional produces a design to be used for construction purposes, Contract Professional shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contract Professional may be held financially liable for such increased costs. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contract Professional shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then 4 exist on the part of Contract Professional, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contract Professional must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall always keep the required insurance coverage in force during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contract Professional's insurer shall waive subrogation rights against County. a. Types of Insurance. Workers' Compensation / Employer's Liability Insurance as required by state statute, covering all the Contract Professional's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal injury $5,000; Medical payment per person. Automobile Liability Insurance: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability). The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or during operations under this Agreement resulting from professional services. If the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: $1,000,000 Per Loss; $2,000,000 Aggregate. 5 b. Proof of Insurance. Upon County's request, Contract Professional shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. County may require Contract Professional to provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance. Contract Professional hereby warrants that all subcontractors providing services under this Agreement have or will have the above -described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contract Professional's policies to the minimum limits as required herein. Contract Professional agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No Limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contract Professional from liabilities that might arise out of the performance of the Work under by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Agreement by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contract Professional shall be fully responsible and liable for all injuries or damage received or sustained by any person, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense, and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, 6 and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contract Professional agrees that a duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers, and records of Contract Professional, involving all matters and/or transactions related to this Agreement. Contract Professional agrees to maintain these documents for three years from the date of the last payment received. 17. 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. 18. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: 7 TO ATKINS: Name: Position: Address: E-mail: Phone: Heather Andrews, P.E. Project Manager 7604 Technology Way, Suite 400 Denver, CO 80237 heather.andrews(aatkinsglobal.com 303-221-7275 TO COUNTY: Name: Michael Bedell, P.E. Position: Senior Engineer Address: P.O. Box 758 Greeley, CO 80632 E-mail: mbedell(a,weldgov.com Phone: 970-301-0780 19. 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. 20. Non -Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contract Professional or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. 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. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 8 25. 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. 26. Governmental Immunity. No term or condition of this Agreement 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. 27. 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. 28. 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. 29. 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. 30. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contract Professional shall not enter a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the subcontract if within three days the subcontractor provides information to establish 9 that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made during an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the Agreement. 31. Attorney's 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. 32. Binding Arbitration Prohibited. County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 10 SIGNATURE PAGE Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement, understands it, and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACT PROFESSIONAL: Atkins North America, Inc. 03/09/2022 By: Name: Scott Richrath Division Manager Title: Date of Signature: WELD NT CO Y: G� ATTEST: L:A r� Weld Co ' ty Clerk to the Board BY: Deputy Cl BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO 'YY1Lik3,", 11 ike Freeman, Pro-Tem MAR 2 32022 Request for Proposal Non -Project Specific (NPS) Engineering Services EXHIBIT A I. Purpose Weld County is soliciting proposals from short-listed firms for non -project specific (NPS) engineering services to assist and supplement the Public Works Department (Code Section 5-4-150.B CBS). ne or more firms may be contracted to provide the services described below. The selected firms may be contracted to provide these services based on a negotiated scope of work and fees. The budgeted amount for the annual contract period is $150,000. If more than one firm is selected, the Contracted amount will be divided between the firms in an amount to be decided by Weld County. The Contract will be valid for one year from the Cate of the signed contract arid, at the option of Weld County, may be extended for up to two additional 1 -year contracts. No guarantee is made to the scope of future work and may be modified at the sole discretion of Weld County. The QBS procedure will be utilized to select firms. Nt cost information shall be provided with the proposal., The selection committee shall include Weld Cunty Public Works staff. Weld County, in its sole discretion, may decide to select up :o three firms to interview. Following the selection of a firm, Weld County will negotiate rates for the various related tasks prior to signing a Professional Services Agreement (internal accounting form type). A Public Works internal accounting (IA) form based on the contracted rates will be utilized to initiate each individual project. IA forms will be limited to maximum amount of $100,000 in accordance with Federal regulations. When preparing the IA form, the County will provide basic project information and the firm shall provide a detailed scope of work and cost estimate for the given project. The Professional Services Agreement shall commence on the date the Agreement is signed by the Board of County Commissioners and shall continue in full force and effect for one (1) year. At the option of the County, the Agreement may be extended for up to two (2) additional years. If the Agreement is renewed, the firm will have the opportunity to revise their fee schedule. Any revisions to the fee schedule shall not exceed the Denver, Aurora, Lakewo d Consumer Price Index in effect at the time of renewal. The Agreement may be used at the option of other Weld County Departments using funds from their respective budgets. II. Scope of Services The work scope will generally consist of engineering services related to various Public Works tasks, including but not limited to surveying, right-sf-way plans and acquisition services, drainage plans and reports, grading plans, traffic studies, roadway design plans and profiles, bridge plans, and construction inspection. The firm will operate <is an independent contractor and must supply their own equipment, hardware, software, and office space. The firm must be available for phone calls and on -site meetings on a regular basis. All work will be at the request of Weld County and there is no minimum amount of work guaranteed. All design plans bid quantities shall be double checked by hand and submitted to the County Page 1 for review. If there are additional costs associated with any incorrect design plans bid quantity during construction, the firm shall be responsible for paying the additional cost if the error results in a change order requiring Board of County Commissioner approval. UDBE goals will be zero unless there are Federal or CDOT funds involved. A. Requirements The consultant will be expected to provide a full range of engineering services including those services listed and described as follows: If available, Weld County will provide CAD files (in current CAD version used by the County) of the project area to the Consultant upon negotiation of the IA. A project kickoff meeting shall occur with the County, the Consultant, and the Consultant's subcontractors after the IA has been signed by the applicable parties. Monthly progress meetings shall be held. The Consultant shall be responsible for providing a meeting agenda and meeting minutes. All designs shall be done in AutoCAD Civil 3D in a version that is compatible with the County's version of AutoCAD. The Consultant shall use the County AutoCAD template, line styles, survey point settings, and printer settings. The Consultant shall provide detailed written monthly progress reports with each invoice for the project duration. The monthly progress reports shall include: • A cover letter outlining all work billed during the invoice period. • Backup data showing the personnel working on a task, their hourly rate, and number of hours. • Subconsultant invoices shall include the same information as backup documentation. Surveying The Consultant and subconsultant shall apply for and receive a Right of Way (ROW) permit for all work to be performed within the County's ROW. There will be no charge for the permit however, the Consultant or subconsultant shall provide the required MHTs, certificate of insurance, and ROW permit application for review and issuance. Traffic control shall be included in the cost of the work performed in the County's ROW. All traffic control is subject to acceptance by the County prior to commencement of the work. The Consultant shall be responsible for obtaining a Right to Enter for locations outside of the County's ROW. The consultant may be asked to provide the labor and equipment necessary for performing field surveying of existing features and produce base -mapping needed for road and bridge designs. Boundary surveys, land ownership mapping, ROW exhibits, title research, and parcel legal descriptions may also be required. Construction staking per approved County designs. All deliverable materials with final survey information shall be stamped, signed, and dated by a Professional Surveyor licensed within the State of Colorado. Road and Bridge Design The consultant may be asked to create detailed road and bridge designs including horizontal and vertical layout, hydrology, hydraulics, floodplain modeling, structural analysis, plans preparation and specifications. The consultant shall be familiar with all the requirements necessary for completing bid documents following both CDOT and Weld County design criteria and standards. All deliverable materials with final design information shall be stamped, signed, and dated by a Professional Engineer licensed within the State of Colorado. Should a consultant be asked to provide environmental or historical services they will be required to use Tiglas Ecological Services, Darcy Tiglas. Page 2 Traffic Engineering The consultant may be asked to complete traffic engineering tasks which will generally include signing investigations and recommendations, level of service calculations, warrant studies, capacity calculations and recommendations, obtaining traffic counts, traffic modeling, and creation of detailed traffic impact studies and reports that may relate to private developments or transportation improvements. All deliverable materials with final design information shall be stamped, signed, and dated by a Professional Engineer licensed within the State of Colorado. Construction Inspection The consultant may be asked to provide the labor and equipment necessary for performing construction inspection duties including documenting the work and ensuring the contractor is meeting all the contract requirements. The construction inspector shall have all the qualifications and certifications to perform the duties to fulfill all the requirements of a CDOT Local Agency Project. Such certification is described in detail on the CDOT website: programs, other key programs, construction inspector qualification, construction inspector certification program. Administration and Meetings The consultant may be required to attend meetings with Public Works staff, meetings with County Commissioners and conduct presentations at the meetings, and possibly help conduct public meetings. The consultant shall clearly demonstrate their knowledge and capabilities to perform the engineering design services as described above. This work is to be conducted in close coordination with Public Works staff. B. Consultant Selection Schedule (Anticipated) • RFQ Advertisement Issued • Consultant Qualifications Due • Consultant Shortlist • RFP and Pre -Proposal Meeting • Consultant Proposals Due • Consultant Interviews • Consultant Final Selection III. Instructions to Consultants A. Submittal Requirements December 31, 2021 January 14, 2022 (10:00 AM) January 21, 2022 January 27, 2022 (10:00 AM) February 11, 2022 (10:00 AM) February 18, 2022 February 25, 2022 Short -Listed consultants interested in performing the work described in this request for proposals shall submit the following information to the County in any order they choose. 1. Qualifications of your firm and staff proposed to perform the work on this project. 2. A list of similar projects completed within the last 5 years. 3. A list of critical issues that the consultant considers to be of most importance. 4. Provide ideas or suggestions on how your firm can set and meet task order schedules. 5. Provide the methods for determining scope and work hours associated with task orders. Page 3 6. References from at least three (3) other projects with similar requirements that have involved the key 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 (11" x 17") of a roadway or bridge project. The sample plan will be considered a single page. However, any other 11" x 17" sheets inserted into the RFP will be counted as two pages. 8. A statement of the consultant's willingness to enter into the Weld County Standard Contract Agreement, with no changes, a sample of which is included as part of this RFP. 9. Limit the total length of your proposal to a maximum of 20 pages (excluding covers). Font size must be a minimum of 11 point. Dividers will be counted as a page if there is more information on them other than the title on the tab. 10. Submit a total of five (5) copies of your proposal, and one electronic copy (PDF) on a disk or thumb drive. Proposals will be received at the Office of the Weld County Purchasing Department in the Administrative Building, 1150 O Street Room #107 Greeley, CO 80631 until: 10:00 AM Friday, February 11, 2022. 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. Weld County also reserves the right to award this project to multiple proposers, and to further negotiate with multiple consultants if deemed to be in the best interest of Weld County. 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 and separate 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: Michael Bedell, P.E., Senior Engineer Weld County Public Works Department (970) 304-6496, ext. 3706, mbedelk weldgov.com Page 4 T 2 ®SLELECTISN %Q IV. Selection Criteria and ethod The Weld County Purchasing Professional Services Selection (QBS) prcess describes the consultant selection criteria and method. A selection committee comprised of Weld County Public Works staff will be reviewing and scoring the proposals submitted by the firms. Proposal Scoring Criteria Proposals submitted by firms will be evaluated on the following criteria. These criteria will be the basis or scoring the proposal submittals. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. EIGHT STAN®AR® STANDARD CRITERIA 6 Sc Proposal pe of The methodology proposal to clearly be shows used, an and understanding results that are of desired the project by the objectives, Department. 7 Criticall Issues The associated proposal with demonstrates the protect the and firm offers clearly realistic understands solutions to the those major issues issues. 5 Project Control The demonstrated appropriate. process firm in has -place described The an to ability firm manage has their to insure a realistic the methods quality State of and or of controlling comprehensive Federal their submitted their procedures costs. Quality work. The are used Control firm where has 'I W.rk Familiarity Location familiarity Project team's with work Weld location County relative and policies to Weld and County. procedures Key team of the members Department. 1 UDBE oils The UDBE proven firm goals abilities. has (when provided necessary). documentation The designated which supports UDBE their subconsultant(s) ability to meet have Interview Scoring Criteria `< .F EIGHT EVALUATION STAN A I CRITERIA 4 Work Approach The the work. firm proposed The consultant and clearly offered described innovative their ideas approach for this towards protect. completing 4 Pr ject Qualificafoons Manager The record. firm's The Project Project Manager Manager has demonstrates adequate qualifications effective and communication a proven track skills. 4 Quality Presentation of The being visual interview interviewed aids were presentation effective. demonstrated was clear effective and easy to communication understand. skills The and people audio - 8 Question/Answer The selection the firm project was committee. able and goals. to provide Answers good answers given demonstrated to the questions clear understanding asked by the of Sc�ssi��,n Page 5 RFP#B2200039 I Response to Request for Proposal NON PROJECT SPECIFIC ENGINEERING SERVICES WELD COUNTY I NON-SPECIFIC ENGINEERING SERVICES I RFP #B2200039 ATKINS What's Inside Cover Letter 2 Section 1 Section 2 Section 3 Section 4 & 5 Section 6 Section 7 Qualifications of Firm & Staff 3 Similar Projects 9 Critical Issues 13 Meeting Schedules & Determining Scope & Work Hours 15 References 19 Sample Plan Sheet 20 � a`i R i tP ipem TRUST I HONESTY I COMMUNICATION I COMPROMISE ACRONYMS AND ABBREVIATIONS C&MA CDOT CM&l CPM FIR FOR H&H NPS NW PCP PDPs Construction and Maintenance Agreement Colorado Department of Transportation Construction Management and Inspection Critical Path Vethod Field Inspection Review Field Office Review Hydrology & Hydraulic Non -Project Specific \otice to Proceed Project Communication Plan Project delivery plans PEP PEPM PUC QAP QC ROW SOS TO USACE WBS Project Execution Plan Project Estimate anc Pricing Model Puolic Utilities Commission Quality Assurance Plan Quality Control right-of-way Scope of Services Task Order U.S. Army Corps of Engineers Work Breakdown Structure 1 ATKINS February 11, 2022 Vichael Bedell, Project Manager Weld County Purchasing Department 1150 O Street, Room 107 Greeley, CO 80631 Subject: Non -Project Specific (NPS) Engineering Services (RFP #B2200039) Dear Mr. Bedell and selection committee: Atkins North America, Inc. 7604 Technology Way, Suite 400 Denver, Colorado 80237 Telephone: +1.303.221.7275 Fax: +1.303.221.7276 www.atkinsglobal.com/northamerica On behalf of Atkins, I am excited to submit this proposal for NPS Engineering Services. Having supported Weld County (the County) for the past three years on the 2018 NPS Engineering Services Contract, I firmly believe the success of our partnership is a product of: CRUST Atkins and the County have worked together over the past 18 years, under some of the most unique circumstances, to help achieve success. We have supported the County with engineering services from some of the most complex design projects to operating as a trusted extension of your staff for as -needed task orders through the 2018 NPS Engineering Services On -call contract. We have a proven understanding/commitment to our obligation to deliver quality work products on schedule and within budget. Recognizing strengths, weaknesses, and availability is paramount to the success of any project or program. We have prided ourselves in honesty accepting assignments and committing to schedules, but also recognizing when we lack the availability or expertise, and recommending the County go in a different direction. UN! _ Open and transparent dialogue between Atkins and the County to ensure team alignment on project w^� , details, risks, and solutions. We understand the County places considerable value on organized O Z and effective communication, as well as being a visible presence on project teams. Atkins shares this belief, seeks out opportunities to meet in -person with County staff and project stakeholders, to develop solutions to critical issues. Working together as a cohesive team with one goal in mind. Atkins strives to add value through understanding, support for, and advocacy of our clients' positions, goals, and most critical concerns. We recognize there are many solutions to project challenges, and only a few may be feasible and align with project goals and objectives. We understand compromise is a critical step when resolving disagreements. Our role as a critical part of your staff is to support and advise the County and provide engineering solutions that best achieve project/community goals. As conflicts arise, we will challenge ourselves to provide solutions that balance County needs and project constraints. I can assure you the key fundamental tenants will carry forward should we be reselected for this contract. I am confident our proposal demonstrates Atkins team's qualifications and delivery approach. Additionally, Atkins is willing to enter into the Weld County Standard Contract Agreement without modification. We are excited about the opportunity to continue our working relationship through this contract and look forward to discussing the details of our proposal with you. Respectfully submitted, Heather Andrews, PE Project Manager 2 WELD COUNTY I NON-SPECIFIC ENGINEERING SERVICES I RFP #B2200039 1. Qualifications of Firm and Staff ATKINS L(oo+ ��m�1C0\ SUIT `„ ARS I!I � COLORAJ� 80 G EERS6:3= Our Technical Capabilities: Our Denver staff has a large cross section for diversified civil engineering skills: > Roadway and Genera. C:: > Bridge/S truc tures >Right -of -Way P anning/Acgu: > . EPA/Environmenta Science'? >-T-rf-Fic and Transportation Plane tie 3700t How projects will fit within company structure Our Denver office houses the regional civil engineering group made up of: > Transportation engineers > Traffic engineers > Drainage experts and > Construction management professionals The Weld County NPS project will fit well within this group because of our expertise in roadway design, experience with construction, and location. We have successfully executed many similar projects (including 40 along the Front Range in the past 10 years), and are well -suited and qualified to service this non -project specific contract. Atkins' Denver staff Roadway 27 Drainage 12 Construction Management 38 Environmental 1 4 Project Management 18 Traffic/Planning 34 Structures 9 Right -of -Way 6 Atkins Denver Office Civil Works Breakdown I- a a 0 z I - O 0 Did You Know? 60% of Atkins' Denver office services are local government projects. Some of the agencies we serve include: > Weld County Commerce City > Denver Arvada > Douglas County > Louisville Thornton Greeley > Longmont Boulder County > City of Boulder > Town of Castle Rock > City of Aurora > City of Fort Collins > City of Englewood • TRUST I HONESTY I COMMUNICATION I COMPROMISE 3 WELD COUNTY I NON-SPECIFIC ENGINEERING SERVICES I RFP #B2200039 Exhibit 1. Project team organization PRINCIPAL -IN -CHARGE Joe Zufall, PE WELD COUNTY PROJECT MANAGER Heather Andrews, PE, PMP • ATKINS QUALITY MANAGER Frank Schultz, PE, LEED AP • PERMITTING Grading Frank Schutz, PE • ROW/Access Permits Frank Schutz, PE • Drainage Review Mike Ti ko, PE Construction Review Cody Burch, PE Dan Timm Traffic/Development Review Anna Ericson, PE Right -of -Way Agent/Real Estate Jeffrey Hanna • CONSTRUCTION INSPECTION M ark Jahnke, PE • Dan Timm Erik Guberud, PE ♦ Discipline Lead ROAD & BRIDGE DESIGN Roadway Loren Lauvray, PE • Heather Andrews, PE • Roadway Design Cody 3urch, PE Jimmy Botsonis, PE CAD Design Ben Klassen Bridge Lead/Bridge QA Paul Greco, PE • Bridge Design Lina Lawrence Gavin Chamberlain Drainage Lead James Patanio, CFV, PMP • Drainage Design Jordan Falzettl, PE Saman Mehdi, PE CLOMR Specialist Lauren Sester, CFN/ TRAFFIC ENGINEERING Dave Sprague, PE • Jamie Archambeau, PE, PTOE Justin Withee, PE Rinal Chheda, PE Karol Miodonski, PE Justine Smith, CFN/ SUBCONSULTANTS Survey (HCL) Julian Sisneros, PLS Drainage Support (ICON) Jaclyn N/ichaelsen, PE, CFN/ Geotechnical (Yeh) Sam Sherwood, PE Utilities (Triunity) Kurt Snitker, PE Key Qualifications CO -licensed PE #48762 Based in Denver 16 years total experience 16 years with Atkins • Project Manager • Heather Andrews, PE, PMP Heather has 16 years of experience in transportation encineerinc, with significant projects completed in Colorado, and specializes in roadway design and project ►management. Heather's experience also includes transportation design projects for municipalities, state agencies, and the Federal Hichway Administration, and encompasses trail design, roadway improvements, project delivery plans (PDPs), and development review. She uses her technical proficiency to investigate engineering sroblems, coorc irate project activities, and clearly convey a design's intent through engineering drawings and specifications. Throuchout her career, Heather has contributed significantly to public involvement efforts and updating designs to reflect a community's current needs and has demonstrated the ability to integrate project teams directly with her clients to ensure that a developec partnership occurs on every project. She values the importance of interpersonal communication and coordination on all projects and maintains client relationships well past project completion. Additional discipline leads and their qualifications are shown on the next page and qualifications for the remaininc personnel are provided in Exhibit 2. TRUST I HONESTY I COMMUNICATION I COMPROMISE 4 WELD COUNTY I NON-SPECIFIC ENGINEERING SERVICES I RFP #B2200039 ATKINS Key Personnel Bios Our key staff bios are profiled below and qualifications for the remaining personnel are provided in Exhibit 2. Key Qualifications v CO -licensed PE#42254 Based in Denver 18 years total experience 3 years with Atkins • • Principal -in -Charge Joe Zufall, PE Joe's experience is in management of large state and municipal transportation projects. It includes a strong background in project delivery, capital program implementation, and engineering design for complex major/minor roadway and highway projects. As an Atkins' client manager for numerous local agencies across Colorado, including the Weld County, Joe is passionate in serving as an advisor and advocate in support of community goals for improving connections and safety of capital infrastructure. Key Qualifications CO -licensed PE #37339 Based in Denver 26 years total experience y 12 years with Atkins Accredited Professional (LEED AP) Quality Manager • Frank Schultz, PE, LEED AP Frank more than 16 years experience in quality management for all types and sizes of transportation projects. His technical expertise includes drainage, grading, and utility design, roadway design, utility design and coordination, project scheduling, cost estimating, project management, and ROW coordination. Additionally, he has managed the quality processes for a staff of 50 in over 4 states, ensuring quality procedures are followed for all deliverables, including those of our subconsultant partners. Frank will implement a robust quality assurance plan and help to identify quality review time frames are accounted for in the project schedule and make sure the Atkins five -step quality process is followed for each deliverable. Key Qualifications CO -licensed PE #44342 Based in Denver 19 years total experience 15 years with Atkins Roadway Design Lead • Loren Lauvray, PE Loren has progressive experience and has worked on more than 160 projects for more than 26 agencies and municipalities including multiple areas of the transportation industry, including roadway design, traffic engineering, signal layout and design, transportation planning, water resources, utility design/ coordination and public involvement. Having work on numerous projects for the County, he is knowledgeable of design standards, expectations, and approval processes. • Key Qualifications y CO -licensed PE #32096 Based in Denver 30 years total experience v 5 years with Atkins Bridge Lead + Bridge QA • Paul Greco, PE Paul's transportation bridge project experience includes all phases of work made up of conceptual level engineering, cost estimating, preliminary design and type selection, final design and plan preparation, and post design construction services. He has a consistent record of meeting deadlines and a proven ability to develop innovative solutions to design projects. Additionally, Paul has extensive experience with bridges, retaining walls, and concrete culverts and design of transit, highway, roadway, and pedestrian facilities; he has diverse experience in all types of construction materials and methods including pre -stressed and post -tensioned concrete, straight and curved steel plate girders. TRUST I HONESTY I COMMUNICATION I COMPROMISE 5 WELD COUNTY I NON-SPECIFIC ENGINEERING SERVICES I REP #B2200039 • Key Qualifications �Certified Floodplain Manager (CFM) Based in Denver v 16 years total experience 16 years with Atkins Drainage Lead • James Patanio, CFM, PMP James has 16 years of experience in drainage and water resources. His area of proficiency includes CAD design, hydrographic survey, vibracoring, sediment coring, data collection and analysis, terrestrial surveying, and beach nourishment James' responsibilities include construction oversight, permitting and construction drawings, feasibility studies, and data collection and analysis. Key Qualifications v CO -licensed PE #33856 v Based in Denver 28 years total experience 21 years with Atkins Traffic Engineering Lead • David Sprague, PE David's project experience as a traffic engineer ranges in size and complexity from basic traffic operation analyses such as signal warrant studies to managing the traffic elements of a multi -year environmental impact statement. David has vast experience leading multidisciplinary intersection design projects for the County, local agencies, and CDOT. His signal design/redesign projects have included pedestrian enhancements, capacity optimization, and transit facility considerations. He is familiar with both local agency and CDOT processes and has successfully led coordination efforts with a wide range of stakeholders (such as RTD), internal specialty units, and public outreach efforts when necessary. TRUST I HONESTY I COMMUNICATION I COMPROMISE ATKINS Key Qualifications v CO -licensed PE #39780 Based in Denver v 26 years total experience 22 years with Atkins CRMCA/ CDOT concrete pavement inspector Construction Inspection Lead • Mark Jahnke, PE Vark's experience in transportation design and construction includes road and highway construction, which includes materials (soil, concrete, hot mix asphalt concrete) testing and project inspection, brings field insight into the design process. His recent transportation engineering background includes highway rehabilitation, roadway design, and interchange design. • Key Qualifications Based in Denver On CDOTs list of pre - approved ROW agents 15 years total experience 5 years with Atkins ROW Agent/Real Estate • Jeffrey Hanna Jeff Hanna has 15 years of land surveying, land acquisition, and project management experience. He has managed a variety of right- of-way projects, from small scale utility projects to complex , high profile design -build transportation projects that involve land acquisition and disposal, right -of way plan preparation, appraisal, title work, community forums, licensing, permit procurement, survey coordination, risk assessment, settlement analysis and litigation support. Jeff is also on the CDOTs list of pre -approved right-of- way agents. 6 Exhibit 2. Atkins additional key staff Name Yrs. Exp. Education Certification Similar Projects Mike Tilko, PE Drainage Review Cody Burch, PE Construction Review, Roadway Design Dan Timm Construction Review, Construction Inspection Anna Ericson, PE Traffic/Development Review Erik Guberud, PE Construction Inspection Jimmy Botsonis, PE Roadway Design Ben Klassen CAD Design Gavin Chamberlain Bridge Desgin Lina Lawrence, PE Bridge Design Jordan Falzetti, PE Drainage Design Saman Mehdi, PE Drainage Design Lauren Sester, CFM Drainage QC/CLOMR Jamie Archambeau, PE, PTOE Traffic Engineering Justin Withee, PE Traffic Engineering Rinal Chheda, PE Traffic Engineering Karol Miodonski, PE, CFM Traffic Engineering Justina Smith, CFM Traffic Engineering Julian Sisneros, PLS Survey [HCL] Jaclyn Michaelsen, PE, CFM Drainage Support [ICON] 21 BS, Civil Engineering Technology 13 BS, Civil Engineering 13 BS, Construction Management 10 BS, Civil Engineering 8 BS, Civil Engineering 9 BS, Civil Engineering 14 AA, Computer Technology 1 10 9 8 5 BS, Civil Engineering BS, Civil Engineering MS, Hydrology/ Hydraulics BS, Food, Agricultural Biological Engineering 19 BS, Civil Engineering PE -CO #45007 PE -CO #52402 PE -CO #42229 PE -CO #59217 PE -CO #57009 PE -CO #50988 PE -CO #54384 PE -CO #54457 Certified Floodplain Manager, NC -21-0823 PE -CO #41136 15 i BS, Civil Engineering PE -CO #46606 8 MS, Transportation 17 BS, Civil Engineering 4 BS, Civil Engineering 19 BS, Survey and Mapping PE -CO #57045 PE -CO #43851 Certified Floodplain Manager, US -19-11486 PLS-CO #38355 20 MS, Civil Engineering PE -CO #40769 ✓ Weld County On -Call ✓ City and County of Denver On -Call ✓ City of Longmont On -Call ✓ Weld County Road 49 Design -Build ✓ City and County of Denver On -Call ✓ CDOT R1 NPS Traffic Engineering ✓ Commerce City On -Call ✓ Weld County On -Call ✓ CDOT SH 2 Widening ✓ Central Denver Recreation Center ✓ CDOT North 1-25 Segments 5 and 6 ✓ CDOT Region 4 Signal Replacement Project ✓ City of Longmont On -Call ✓ 1-76 Bromley Improvements ✓ Weld County On -Call ✓ City and County of Denver On -Call ✓ City of Longmont On -Call ✓ South Broadway over US285 and 19th Street ✓ City and County of Denver On -Call ✓ Stream Stabilization CLOMR, Greensboro, NC ✓ City and County of Denver On -Call ✓ City of Longmont On -Call ✓ Weld County On -Call ✓ City and County of Denver On -Call ✓ North Truckee CLOMR Road Expansion ✓ City and County of Denver On -Call ✓ Commerce City On -Call ✓ Weld County On -Call ✓ City and County of Denver On -Call ✓ City of Longmont On -Call ✓ Commerce City On -Call ✓ CDOT I-270 Traffic Study ✓ City and County of Denver On -Call ✓ Weld County On -Call ✓ City and County of Denver On -Call ✓ Longmont On -Call ✓ Commerce City On -Call ✓ Weld County On -Call Drainage Junction Box Steel Reinforcement Design ✓ On -Call Statewide Surveying Projects, Colorado State University ✓ On -Call Quality Control Surveying, Denver International Airport, CO ✓ 7th Avenue Drainage and Utility Design, Greeley, CO ✓ 12th Street Storm Outfall, Greeley, CO 7 WELD COUNTY I NON-SPECIFIC ENGINEERING SERVICES I RFP #B2200039 ATKINS Subconsultant Partners and Past Projects as a Team Atkins has assembled a team of subconsultant firms, all of which we have worked with in the oast or are currently working with on ongoing projects. Many of these projects include on -call or non -project specific contracts. Some of our project experience with our subconsultants include: Firm, Role, and Address HCL ENGfNEERS•SURVEYGRS • A:¢:NI i ECT Role: Surveying and Mapping 1860 Blake Street #130 Denver, CO 80202 DBE certified ][C(O)N ErIGIr1L NnlG, IrIC Role: Drainage Support 7000 S. Yosemite Street #120 Centennial, CO 80112 TRIUNITY Role: Utilities 633 17th Street #1500 Denver, CO 80202 DBE certified YEH AND ASSOCIATES Role: Geotechnical Engineering 2000 Clay Street #200 Denver, CO 80211 DBE certified Benefits to Weld County ✓ 22 years of experience providing p p 9 surveying services throughout the Denver metro area and across Colorado ✓ Survey team commitment to delivering quality accurate surveys ✓ Use of state-of-the-art technogy ✓ Extensive right-of-way experience on Colorado roads and highways v 2 years of experience in the public sector ✓ Specializes in complex floodplain modeling, hydrologic/hyraulic analyses ✓ 14 year working relationship with Atkins ✓ Collaborating with Atkins on 24 projects ✓ Expertise in utility coordination and SUE including utility agreements and utility relocation coordination during construction ✓ 23 years of experience providing geotechnical engineering in Colorado ✓ 150+ professionals ✓ Weld County office location Similar Project Experience ✓ Hygiene Road, Boulder County, CO ✓ US 285/Broadway Interchange, City of Englewood, CO ✓ Roslyn Site Safety Study, City and County of Denver, CO ✓Jay Road and LOBO Trail, Boulder County, CO ✓ Canon City Storrr water Design ✓ General Engineering On -Call, City and County of Denver, CO ✓ Elevate Denver, City and County of Denver, CO ✓ Pena Boulevard PMT Desiign, City and County of Denver, c0 ✓ US 285/Broadway Interchange Signal Upgrades, CDOT R1 ✓ Non -Project Specific Contruction Management, CDOT • General Engineering On -Call, City and County of Denver, CO ✓ SH 66 over St. Drain River, CDOT R4, CO ✓ 56th Avenue Design, City of Arvada, CO TRUST I HONESTY I COMMUNICATION I COMPROMISE 8 NON-SPECIFIC ENGINEERING SERVICES I REP #B2200039 2. Similar Projects Notable On -Call Contracts Non -Project Specific (NPS) Engineering Services Weld County, CO Since 2018, Atkins has been supporting Weld County with NPS On -Call Engineering Services. We have engaged in five task orders totaling "48123,000 in contract value, delivering a broad range of engineering services. 0 General Engineering and 2020 On -Call Professional Services City and County of Denver, CO Since 2013, Atkins has been providing on -call services for transportation and infrastructure improvement projects. Over the last five years, we have engaged more than 60 task orders totaling --)$32 million in contract value, with 10 to 15 active projects at any given time. More importantly, Atkins has become CODs trusted partner, working side -by -side with staff on a daily basis. On -Call Transportation Services Boulder County, CO Since 2018, Atkins has been providing on -call support services for Boulder County for both general engineering/transportation services and emergency response services. We have engaged in eight task orders, totaling x$1.33 million in contract value supporting the delivery of some of the County's most critical capital improvements. Boulder County ATKINS On -Call Transportation Services City of Longmont, CO Since 2013, Atkins has provided the City of Longmont with on -call transportation services for capital infrastructure improvements. Over the oast five years, we have engaged in 13 task orders totaling $3.45 million in contract value in the delivery of engineering services. C t r O v LONGM4NT C O L, R A O as Notable On -Call Projects Steel Reinforcement Design Weld County, CO fn 2021, Atkins worked with Weld County's Public Works Department to provide a check of the steel reinforcement design for a 10 -foot by 14 -foot rectangular drainage junction box. Atkins performed design and analysis of the steel reinforcement to provide recommendations to the County. Team Members: Joe Zufall (project principal); Heather Andrews (task order PM); Paul Greco (structures); Naadia 3hatti (structures); Justina Smith (drainage/traffic) 135th Avenue Roundabout 1 Lighting Design Weld County, CO In 2021, Atkins worked with Weld County's Public Works Department to facilitate a peer review of Weld County lighting design and photometric study by BCER. 3CER performed lighting design services including: > Confirm conformance of proposed lighting equipment with applicable standards > Confirm lighting criteria targets per IES\A Recommended Practice for Roundabout Lighting Perform photometric calculations per IESNA standards to demonstrate conformance with criteria targets > Prepare written findings and recommendations report TRUST I HONESTY I COMMUNICATION I COMPROMISE 9 WELD COUNTY I NON-SPECIFIC ENGINEERING SERVICES I RFP #B2200039 Engineering and Criteria 4 Guidelines Update Weld County, CO In 2019 and 2020, Atkins executed two separate task orders with Weld County's Public Works Department to update the County's Engineering and Construction Guidelines. Atkins worked closely with County staff to incorporate updated Weld County Code especially related to the Oil and Gas Department, drainage criteria, MS4 criteria, Traffic Impact Study Checklists, construction requirements, access criteria, and related graphics. Team Members: Joe Zufall (project director); Heather Andrews (task order PM); Mike Tilko (H&H + drainage); Saman Mehdi (drainage); James Patanio (H&H + drainage); Loren Lauvray (roadway); Anna Ericson (traffic); Karol Miodonski (traffic); Ben Klassen (roadway) Roslyn Site Safety Improvements City and County of Denver, CO In coordination with DOTI staff, Atkins managed the safety driven study (Phase 1) to improve pedestrian mobility and vehicular circulation within the City and County of Denver's Roslyn Campus. The project completed an existing conditions campus review that inventoried the transportation elements such as signing, striping, lighting, parking lot layout, pedestrian pathways, and vehicle movement Patterns. The focus was on the parking areas, along the sidewalks and walkways, and areas between buildings to identify opportunities to improve pedestrian safety and vehicle circulation/parking. The final report included a list of projects, prioritized by cost and benefit, that addressed specific areas of the camous along with conceptual level designs/costs to make recommended safety improvements. City staff's high overall satisfaction with the study has resulted in a request for development of PSRE Plans to implement the top five projects. Team Members: Joe Zufall (project director); Dave Sprague (task order PM); Karol Miodonski (traffic); Loren Lauvray (roadway + civil); Justin Withee (traffic); Jordan Falzetti (drainage); Mike Tilko (drainage); Julian Sisneros (survey + SUE) TRUST I HONESTY I COMMUNICATION I COMPROMISE Downing Street Central Traffic Signal Design Services '' City and County of Denver, nC 0 Atkins proviced preliminary and final engineering services for reconstruction of 10 signalized intersections and pedestrian facility improvements, from 22nc Avenue to 34th Avenue, on Downing Street and Varion Street. We evaluated and designed intersection upgrades including traffic signal improvements at five intersections along Downing and Varion streets. The design includes recommendations for optimal placement of poles, sicnal heads, traffic control signing, crosswalks, and pedestrian signals. The project also included Green infrastructure as part of water quality improvements. Atkins also completed coordination between Denver, RTD, and local utilities during the design phase. The Atkins team demonstrated flexibility and enhanced client service through the incorporation of additional scope elements support for securing additional funding within the project schedule at the request of the ATKINS CCD. Team Members: Joe Zufall (project director); Dave Sprague (task order PM); Karol Miodonski (traffic); Loren Lauvray (roadway); Justin Withee (traffic); Jordan Falzetti (drainage) Lower Colfax Bridge over South Platte River Rehabilitation Services City and County of Denver, CO This bridge is situated adjacent to Denver's Empower Field at Mile Hign Stadium and spans the South Platte River along with an urban greenway featuring combined bicycle and pedestrian trails on the west side of the river. Denver's project goals included rehabilitating the existing bridge in the most cost-effective manner, maintaining traffic flow during repair and performing work in coordination with the Denver Park's to ensure rider safety during the repair procedures. Due to its proximity to the stadium, additional coordination with stadium events was required. The riprap rehabilitation involved replacing riprap per the original plans and submitting a non -notify permit to the U.S. Army Corps of Engineers (USACE) due to the potential impacts to the stream and surrounding wetland areas. Team Members: Joe Zufall (project director); Naadia Bhatti (task order PM); Justin Withee (traffic) 10 WELD COUNTY I NON-SPECIFIC ENGINEERING SERVICES I RFP #B2200039 Longmont to Boulder (LOBO) Regional Trail Boulder County, CO The LOBO Trail project is a 1.5 -mile soft -surface trail connection. Atkins led the planning, alternative analysis, stakeholder engagement activities, property owner one -on -ones, public meetings/comment periods, and conceptual engineering services for the connection between the Cottonwood Trail and the LOBO Trail. Atkins developed a report containing five viable engineering alignments, with a preferred alternative selected based upon a variety of qualitative and quantitative factors including: meeting project goals, engineering complexity, cost, local/regional connectivity, comfort/safety, environmental impacts/sustainability, and public preferences/opinion. Atkins is currently developing final design documentation for the County's selected alternative for implementation. In addition to the trail connection, the project includes engineering services for improvements to auxiliary lanes and bike/ pedestrian crossings to maximize safety of the desired improvements. Team Members: Joe Zufall (principal); Heather Andrews (task order PM); Boulder County Hygiene Road Culvert Ned) Replacement and Roadway Improvements Boulder County, CO Atkins is providinc preliminary and final design engineering to replace the culvert crossing of Hygiene Road at the Foothills Inlet. The project also includes improve safety for roadway user through improved sight distance for horizontal curves and widening of approximately 1,000 feet of Hygiene Road to include 11 - foot lanes and 4 -foot shoulders in each direction (30 -feet total). Team Members: Joe Zufall (project principal); Loren Lauvray (roadway); Jordan Falzetti (drainage); Naadia 3hatti (structures); Frank Schultz (quality control); Julian Sisneros (survey + SUE) II I Boulder \ County / Jay Road Overlay, Striping, and Concrete Improvements Boulder County, CO Atkins provided concept and final engineering services for the pavement overlay of Jay Road, between US 36 and SH 119 and 47th Street, from Jay Road to Pleasant Ridge Road. Atkins aligned its project execution approach with the County to deliver final advertisement plans within the required 6.5 -month project schedule, obtaining all necessary approvals and with full incorporation of additional requested scope elements. Additionally, Atkins prepared concept alternatives for reconfiguration of the pedestrian refuge islands at 30th Street. Atkins is currently supporting the County with post -design construction services, including RFI responses/submittal reviews. Team Members: Joe Zufall (project principal); Frank Schultz (task order PM); Loren Lauvray (roadway); Heather Andrews (quality control) ATKINS sit Boulder County Resiliency Study Boulder County, CO Atkins developed a resiliency study to identify at -risk transportation assets and community functions, determine potential actions, quantify and rank actions benefits and costs, determine trade-offs, and make final recommendations. We assisted the County to make local cites/towns more resilient by identifying, evaluating, prioritizing, and aligning funding with resiliency actions that reduce flooding risks. The project determined the benefits and costs of specific resiliency actions and develop recommendations for how Boulder County Transportation Department can increase resiliency by focusing its resources on the actions that do the most to achieve resiliency goals and objectives. Team Members: Steve Hoover (task order PV) 11 TRUST I HONESTY I COMMUNICATION I COMPROMISE WELD COUNTY I NON-SPECIFIC ENGINEERING SERVICES I RFP #B2200039 Boston Avenue Bridge over St. Vrain Creek Design Services City of Longmont, CO As part of the City's Resilient St. Vrain project, Atkins is providing engineering design services for the 3oston Avenue Bridge Replacement over the St. Vrain Creek. We are responsible for engineering design, construction packages, and construction support for this municipal project requiring coordination with the City of Longmont, USACE, and an adjacent channel project. The project includes lengthening the creek crossing structure to improve hydraulic function, water and sanitary sewer relocations, roadway realignment, trail design, and a water quality feature to meet VS4 requirements with implemented solutions offering added resiliency for future food events. Team Members: Joe Zufall (project director); Paul Greco (structures lead); Naadia 3hatti (bridge enc ineer); Jordan Falzetti (H&H + drainage); Frank Schultz (quality manager) LONMONT COL OR A DO Nwr. Main Street and South Pratt 10,#) t I T r O c Parkway Bridges \ONGMONT COLORADO Longmont, CO Atkins was responsible for the engineering design, construction packages, and construction support for the Vain Street and South Pratt Parkway oridges over St. Vrain Creek. The proposed improvements included additional structure length to improve the hydraulic function of the new bridge w ithin the creek channel and reduce flooding impacts on the surrounding communities. The new bridges' design spanned anroximately 250 -feet, consistinc of six 12 -foot - w ide travel lanes (three northbound, two southbound, and a center left -turn lane) for the Vain Street Bridge and five 12 -foot -wide travel lanes (two northbound, two southbound, and a center left -turn lane) for the South Pratt Parkway 3ridce. In addition, the project improved sidewalk safety and transportation operations by widening the bridges and adding two 10 -foot -wide concrete sidewalks w ith raised curbs. The project also restored the local trail system damagec during tie 2013 foods, with implemented solutions offering added resiliency for future food events. Team Members: Paul Greco (independent structures quality control); Frank Schultz (quality manager) TRUST I HONESTY I COMMUNICATION I COMPROMISE 14jRoadBoston Avenue Connection Design Services Longmont, CO Atkins provided engineering and design services for the realignment of Boston ATKINS C I T Y o r - LONGMONT C O L O R A U O \ \t%t..:.:.W, \, Avenue in Longmont. This project included a concrete collector roadway along a new alignment, asphalt mill and overlay of the existing 3oston Avenue Roadway, a traffic study and design, environmental permitting, and w idening US 287 to provide a third lane between the Vain Street bridge and the new roadway. Atkins worked closely w ith multiple City of Longmont departments to provide a construction plan package that accommodated existing access and a proposed city park. The new roadway and w idening of US 287 required close coordination with CDOT. Team Members: Frank Schultz (quality manager); Karol N iodonski (traffic) County Line Road Widening _tea.. C I T Y O r (9th to 17th Avenue) LONGMONT Longmont, CO Atkins provided transportation and civil engineering services to widen County Line Road from 9th Avenue to 17th Avenue. The widening included the addition of a shared middle -turn - lane, bike lanes in both directions, and new sidewalk along the west side of the road. The west half of the road was designed to the ultimate section and the east side will remain in the existing richt-of-way to not impact private land and existing irrigation facilities. The project included coordination with seven utility agencies, multiple property owners, one -ditch company, and new development. Team Members: Joe Zufall (project director); Frank Schultz (task order PM); Karol Viodonski (traffic); Loren Lauvray (roadway + civil); Justin Withee (traffic); Jordan Falzetti (drainage + H&H); Naadia Bhatti (structures) O1 OR ADO 12 WELD COUNTY I NON-SPECIFIC ENGINEERING SERVICES I RFP #B2200039 3. Critical Issues 1) ROW Acquisition Services and Appraisals Atkins will serve as an extension of the Weld County Public Works staff in the management and delivery of necessary real estate interests to support projects. The County's engineering, right-of-way and legal staff can expect Atkins to manage this project in a user- friendly, proactive, organized and efficient manner. Impacted property owners and local stakeholders can expect clear and effective communication throughout the life of any project as well. As the County's right- of-way consultant for projects associated with this on -call, Atkins will provide appraisals, with support, and acquisition services in conjunction with project delivery schedules for advertisement and construction. In addition to supporting our engineering teams on standalone projects and general engineering on - calls, the Atkins right-of-way team currently serves as the on -call consultant for real estate, appraisal, and acquisition needs for the following agencies: > City of Colorado Springs, CO > City of Thornton, CO > Adams County, CO > CDOT Statewide, CO > City of Longmont, CO Exhibit 3. Railroad/RUC Keys to Success Engineering Development • Early and continuous communication with Railroad regarding proposed improvement, project schedule, and construction sequencing • Minimizes construction impacts to rail operations • Complies with clearances from track centerline • Addresses updates to hydrologic/hydraulic analyses • Protects utilities within Railroad right-of-way C&MA Provides license and permission for Weld County to perform work on Railroad property ATKINS 2) Railroad Coordination/Agreements/PUC Applications When project improvements impact a railroad crossing (e.g., new roadway crossings, grade separations, roadway widenings, etc.), it is critical that the County has the support necessary to navigate this process. The County is required to enter into a Construction and Maintenance Agreement (C&N/A) with the railroad as well as complete the Public Utilities Commission (PUC) application/approval process. Atkins' keys to success are in Exhibit 3. Matt Olley will lead railroad and PUC coordination efforts for all work orders that impact railroad facilities. Matt possesses a long history of working with Lance Kippen (UPRR) and Rafer Nichols (BNSF) on public projects involving improvements at railroad crossings. The Atkins team fully understands the scheduled risks associated with railroads and wnat it represents to projects. Matt will organize and conduct on -site diacnostic meetings immediately following concept level design development to discuss any initial comments and concerns from the railroad, PUC, and County. Utilizing the advertisement package, he will create and submit a crossing application along with the railroad engineering approval documents to the PUC for review and approval. ENGINEERING Engineering plan development consistent with Weld County goals and Railroad engineering requirements RAILROAD KEYS TO SUCCESS TRUST I HONESTY I COMMUNICATION I COMPROMISE PUC APPLICATION Required to alter existing or propose new crossings of railroad facilities Engineering Approval • Railroad engineering approval • Draft PUC application development • PUC Application Submittal Project Advertisement • Executed CM&A • PUC Commission Meeting and Approval 13 WELD COUNTY I NON-SPECIFIC ENGINEERING SERVICES I RFP #B2200039 ATKINS 3) SUE and Clearances Kurt Snitker will engage with utility companies early in the design development process to identify and coordinate impacts of proposed improvements to their facilities. He will utilize one-on-one meetings throughout the design process to communicate the project improvements to utility owners and ensure any concerns regarding relocations are addressed prior to final design completion. Additionally, Kurt will ensure all SUE documentation and deliverables are in compliance with SB 18-167, ASCE 38, and Weld County standards. 4) Construction Cost Control The ability to implement desired improvements within an established construction budget is critical for project implementation. Atkins routinely generates engineer's estimates at milestone deliverables to manage, monitor, and communicate deviations to the project construction budget from the conceptual level of design to advertisement. Atkins utilizes historical cost data for anticipated pay items, with consideration given to escalation, inflation, and contingency. From our experience, 75% to 80% of a project's construction cost can be attributed to a handful of items. For example, typical roadway/transportation projects will be most heavily impacted by: > Structures (Bridges and Walls) > Pavements > Drainage and Water Quality > Traffic Phasing > Traffic Signals, Signage, and Striping Our approach to controlling construction costs will be to focus our design efforts on optimizing engineering solutions for these higher cost/risk elements. TRUST I HONESTY I COMMUNICATION I COMPROMISE ATKINS ADVANTAGE As part of our Quality Assurance Plan, Atkins in- corporates value engineering and constructabillity reviews to ensure scalable, sustainable, and cost- effective solutions are being utilized to maximize improvements within a project's implementation budget. Recent and relevant examples of Atkins Engineer's Estimates include: Project Engineers Estimate / Awarded Bid Main Street Bridge City of Longmont South Pratt Blvd. Bridge City of Longmont Boston Avenue Connection City of Longmont Rocky Mountain Arsenal Trail CFLHD County Line Road City of Longmont Jay Road & 47th Overlay Boulder County $6.221v1 / $5.58M $7.28M / $6.17M $3.28M / $3.09M $2.95M / $2.95M S4.00M / $3.00M $1.11M $0.97M 14 4 & 5. Meeting Schedules and Determining Scope and Work Hours Meeting task order (TO) schedules begins with implementing a consistent approach to project management. Each of the 8 key elements of our project execution plan (PEP) can impact the project schedule. As such, we have found the best way to ensure smooth and operational control of project(s) is to have an organized and consistent model for project teams to follow. TOs will be delivered in 4 key phases: (1) TO Initiation, (2) Project Planning, (3) Project Execution, and (4) Project Closeout. Task Order Initiation. Task order initiation is the critical first step to defining project scope, schedule, and fee for the individual task orders. Please refer to Section 5 for a detailed description of how Atkins plans to initiate a task order Atkins uses a proprietary Project Estimate and Pricing Model (PEPM) tool to validate all cost proposals. The PEPM ensures the contracted rates as part of the on -call are utilized for all personnel proposed to support each task order. Project Planning. Atkins applies a holistic approach to quality project delivery that starts with the implementation of the PEP (Exhibit 4). Upon notice to proceed (NTP), the TO Manager will develop the PEP, as the core management document, to clearly define project roles, responsibilities, protocols, quality expectations, and accountability for all Atkins team members, including our subconsultant partners. Exhibit 4. Project Execution Plan Quality Assurance Plan (QAP) Project Meetings Communication Plan Project Description, Goals, and Scope Critical Assumptions & Risks Work Breakdown Structure (WBS) tied to Scope and Budget Project Schedule & Key Deliverables Project Description, Goals, and Scope. Project description and goals as defined by the County. Upon completion of final scoping for all services outlined in this RFP, the fully executed scope will be added to this portion document. Critical Assumptions and Risks. Contains key assumptions the projects risk register with identified ownership and mitigation measures to minimize impact to project cost and schedule. Work Breakdown Structure (WBS) Tied to Scope and Budget. Our TO PM will employ a work breakdown structure (WBS) that aligns with the project scope tasks/subtasks Each element within the WBS, including those of subconsultants, will have its own budget and be tied to a critical path method (CPM) schedule for the purposes of cost performance monitoring and progress tracking. TO Manager will utilize Atkins' project management tools to generate reports to be used as the basis for monthly progress reports and invoicing. If a schedule/budget deficiency is identified, the TO PM will develop and communicate an action/ recovery plan as part of their monthly report. Additionally, Heather, TO PM, and the Atkins assigned operations coordinators, will establish a cadence for internal project performance review meetings to ensure: > The project is performing financially and meeting deliverable milestones Resource staffing commitments and performance expectations are being met Project Schedule and Key Deliverables. CPM schedules will be built to fully align with the project WBS and be presented at the project kick-off meeting to ensure delivery milestones are in alignment with County goals. Progress will be monitored through activity/completion tracking for each task/milestone, with recovery actions being developed for delayed tasks that may affect the projects critical path. Communication Plan. As part of the PEP, the TO PM will implement a project communication plan (PCP) that identifies our project key team members, County partners, and stakeholders Contact information as well Exhibit 5. Project Communication Lines of communications Continuous/ongoing 4'0' As-needed/as-directed by Weld County 4406 Cotty °sign Tea Project Meetings. As part of the PCP, project coordination meetings and client check -ins will be identified and supported by agendas/ minutes to document project decisions that impact the development of engineering plans. Our team understand the value of in -person communication and coordination. Whenever possible, project meetings will be conducted in -person, with the ability for personnel to join remotely if necessary. Project Kickoff Meeting. Utilized to present the PEP and align project team expectations for delivery and performance. Project Team/Progress Meetings. Our TO PM and the County's PM will establish a cadence for these meetings as part of final scoping. TO PMs will create meeting agendas with input from the County, with participating Atkins team members, and any contributing stakeholders. Meeting minutes with an action item register will be created/updated with each meeting. Deliverable Review/Comment Resolution Meetings. Upon completion of County and stakeholder review process, Atkins will schedule a deliverable review meeting to discuss and resolve all comments prior to moving into the next phase of design. Project Stakeholder Engagement (Public Meetings, and One -on -Ones). Timing of stakeholder coordination meetings will be determined by the TO PM and the County PM. Public Meetings. As part of the overall project progression, public meetings will be scheduled to present project progress, receive feedback on developed concepts, and inform the public of design decisions and the anticipated project schedule. While the world is progressing back to public facing communication, the pandemic has taught the industry that virtual public meetings, if done correctly, can enable valuable and meaningful community input. Atkins is an established leader in developing virtual engagement strategies with its clients and, if desired by the County, can implement a virtual engagement plan for this project One -on -One Meetings. Atkins will lead and support the County with coordination of the project with stakeholders including. CDOT, Utility Providers, and Private Property Owners. Monthly PIC/County PM Check -Ins. These value-added standing appointments will enable Joe and Heather, and the County's PM, to discuss Atkins' performance, address concerns, and promote continual performance improvement Quality Assurance Plan (QAP). Atkins proactively plans for quality and auditing processes on projects through development of a QAP In support of our TO PMs creation of the PEP, Frank Schultz, our quality manager, will coordinate and implement the project QAP, conduct quality training for project staff (if necessary), conduct process audits, and produce certificates of compliance for all work products/deliverables, including those of our subconsultant partners. The QAP will also identify. All project deliverables, independent quality reviewers and build their required review times into the project schedule, approved methods for completion of Atkins five -step review, and approved methods for documentation and incorporation of external review comments. The Atkins team is committed to ensuring quality deliverables through 4 key elements: 1. Key Personnel Commitment. Because staff changes can negatively impact a project's budget, schedule, and quality, Joe gives the County his personal commitment that proposed key staff will be engaged through project completion. Should a personnel change be required, Joe will present the County with alternative staff resumes for review and approval prior to effecting such change. 2. Communication and Coordination. The control and coordination of project information is critical to ensuring solutions in our work deliverables align with the County's goals and objective for the project. 15-16 3. Independent Quality Reviews. Atkins will employ a five -step QC process (Exhibit 6) for all project deliverables, including subconsultants. To streamline the process, simplify management of comments and follow-up resolution, and provide required documentation for quality assurance verification, Atkins uses customized Bluebeam software, wnich enables collaborative QC reviews to be conducted by multiple technical reviewers in real time. 4. External Project Deliverable Reviews. Using Microsoft Excel or other County -preferred software, Atkins will generate a Comment Resolution Matrix to document, respond to, and resolve all comments during design development. Deliverable review meetings will be scheduled at the completion of County/stakeholder reviews to align solutions to comments moving forward into the next phase of deliverable development Exhibit 6. Atkins' Five -Step Quality Control Process Step 3: Resolve Comments Step 2: Review Step 1: Ready for Review Step 4: Changes Made ATKINS Quality Control rocess Engineering Design Dev. Step 5: Verify Fc• et 49 it Step 5a: QA Certified Project Construction Advertisement Project Closeout Procedures. Project document and financial closeout requirements and procedures as defined in the executed Work Order contract Project Execution. It is critically important for project delivery to be organized and encompass a fully aligned WBS with logical sequencing. While we understand work orders may vary in scope, Atkins has organized typical engineering scopes into 6 core WBS elements as illustrated in following sequence. Project Management and Administration -,.aar Key Activities General PM activities including progress reporting, invoicing, and contract management Establishment and implementation of PEP Quality control/assurance reviews Establish a cadence for project team meetings Public meetings, stakeholder one -on -ones, and public involvement Monthly contract manager/principal check -ins with County PMs » Data Collection an Research Atkins begins data collection activities to kickstart preliminary design Key Activities Topographic and boundary control survey Right-of-way and ownership research Structure selection Geotechnical investigation Utility investigation and SUE Environmental permitting and clearances Hydrology and hydraulic (CLOMR/LOMR/No-Rise) Preliminary Engineering/Design (CDOT FIR Level Plans) Focuses on high-level decision and identifying key technical challenges that impact decision making with regards to engineering design, project schedule, and construction cost. Atkins' deliverables will include a 30% to 60% design package for County and applicable stakeholder review. Key Activities Design Criteria Matrix. Atkins will develop the project Design Criteria matrix, referencing applicable standards and criteria for application in design engineering and development Coordination/development of horizontal and vertical geometry Identify preliminary right-of-way impacts, including temporary/ permanent easement or acquisition needs Preliminary Design. At a minimum, Atkins will develop preliminary geometry for roads/bridges, grading, H&H, and wet utility layout Preliminary engineer's estimate and specifications Utility coordination and identification of impacts/relocations Continuous and ongoing communication with the County and project stakeholders to address/document risks, key technical challenges, and decisions 4 Final Engineering/Design (CDOT FOR Level Plans) Atkins moves forward with Final Design development based upon preliminary engineering/design omment resolution We will deliver 90% design packages for County and applicable stakeholder review. Key Activities Preliminary/FIR comment resolution meeting Continued coordination with County and project stakeholders Finalize right-of-way requirement and begin acquisition processes (if necessary) Finalize reports/studies from WBS #2 (Data Collection & Research) Utility clearances, including signed utility clearance letters Finalized impact boundaries for environmental permitting Final design comprehensive of all required disciplines Final engineers estimate and construction specifications Advertisement Package (Bid Plans) At the conclusion of the Final Engineering deliverable reviews, Atkins will address any remaining minor comments and begin supporting the County with packaging of bid documents for construction advertisement, including preparation of the RFP. Key Deliverables Final/FOR comment resolution meeting h Final Plan package Final engineer's estimate and specifications Bid dcouments for advertisement, including preparation of the RFP (if needed) Final CAD and document deliverables required of task order Post Design Services/Additional Phases J s Atkins will support the County with any as -needed post -design services/scope elements not previously defined with the original task order. ATKINS' QUALITY OF SERVICE ENHANCEMENT: Streamlined Review Process Unique Approach. In addition to early involvement of the key decision makers, Atkins uses technology to help streamline the review process of major deliverables. By using tools such as BluBeam, comments from all stakeholders can be collected in an organized manner that allows all reviewers to see comments by others to prevent repeat comments. Benefit to the Weld County. Tracking comments from multiple reviews across multiple agencies in a single location will help reduce confusion, allow for quick responses, facilitate consensus on changes, and allow for better resolution of conflicting comments. Key Activities may include Construction bidding support • Contractor pre -proposal meeting • Responses to P F I's • Issuance of minor Addenda to the advertisement package • Contractor bid/proposal scoring Construction Management and Inspection (CM&I) Construction administration • RFI's during construction • Working drawing and shop drawing submittal reviews As -needed site visit during construction Participation in construction progress meetings Construction as -built drawings 17-18 WELD COUNTY I NON-SPECIFIC ENGINEERING SERVICES I RFP #B2200039 6. Project References 0 O Reference City of Longmont, CO Contact Tom Street, Engineering Administrator 303.651.8694 tom.street@cI.longmont.co.us Project > County Line Road Widening (9th to 17th Avenue) see project #15 on page 12 Reference City of Longmont, CO Contact Allan 3ryning, Senior Civil Engineer 303.651.8909 allan.bryning@ci.Iongmont.co.us Project Main Street and South Pratt Parkway Bridges (see project #73 on page 12) > 3oston Avenue Bridge over St. Drain Creek Design Services (see project #72 on page 12) Reference Boulder County, CO Contact Dan Delange, Engineer 303.413.7039 ddelange@bouldercounty.org Project Jay Road Overlay Striping and Concrete Improvements (see project #10 on page 11) ATKINS Reference City and County of Denver, CO Contact Brad Chamberlin, Engineering Specialist 720.865.5482 bradley.chamberlin@denvergov.orc Project > Lower Colfax Bridge over South Platte River Rehabilitation Services (see project #7 on page 10) > Blake Street Bridge over Cherry Creek Rehabilitation Design Services TRUST I HONESTY I COMMUNICATION I COMPROMISE 19 NON-SPECIFIC ENGINEERING SERVICES I REP 482..20003 'I KIT':: PROPOSED TEMPORARY PROPOSED PERMANENT CONSTRUCTION EASEMENT Z SLOPE EASEMENT STA 119+15.23, 85.00 LT / �• - . •-......„16' 1 GATE _ . . STA 119+65.23, 0' 25' 50' 100' TOE OF7- / 85.00 LT STA 121+03.14, 70.00 LT PROPOSED ' w FILL STA 118+.23, STA 119+65.23 END FENCE w-� • / 70.00 LT O /rROW ^ 70.00 LT O• H N N yh N N O ft -4.0-_ 44_/� O . ��_ _ _ 0�� • _ + • EDGE Qj •O OF PAVEMENT CO ,� • • CV - • -.� �' ; N N N N ' - ' - EDGE ' - STA 117+61.20, 15.00 LT OF PAVE'%IENT \ STA 119+02.99 15.00 LT C END FLARED END SECTION EDGE DF SHOULDER EXISTING RDW p o BEGIN MIDWEST GUARDRAIL t -r) END MIDWEST GUARDRAIL SYSTEM TYPE 3 •`CONSTRUCT TRANSITION TYPE o p S SJLNl TYPE 3 3G _ C2 1 • ( .l L N8°19'16"E I . . " 1916E d to + • Lai STA 119+16.83 WCR 53 1215.46' N z i BEGIN BRIDGE w z JWra . . . . . . . 1. Z ST • 117+15.09, 15.00 RT ' •� ' WCR 53 CL - 1 / czi END FLARED END SECTION t In • • -1. - -BEGIN MIDWEST GUARDRAIL EDGE ❑F SHOULDER / STA 118+85.67, 15.00 RT ' — ' — • — EDGE END ►- SYSTEM TYPEa3r • — OF PAVEMOIT / MIDWEST GUARDRAIL SYSTEM TYPE 3 x •TOE '1' OF FILL I / CONSTRUCT TRANSITION TYPE 3G / / / A. 4/ / I1 • t. •� / NO. DELTA TANGENT 1198.54' LENGTH RADIUS I ' C2 I 4° 33'25" 396.86' 14990.00' 3.0/. e - -3.0112'0- X .. 0.0X NORMAL CROWN 4620 -3.0X -2.2.OX -2.0X -2.0X -2.0X 4620 a 0 lO • f\ � ^ f 03 M Ci3 N 03 C;3 VPC•120.56.83 EL. -4604.65' re) CO l0 - N M 4610 C:2' co N N n 0 co vst- I 4610 a) N PROPOSED a w isi No PROFILE o r& co v IL n- • J 1.30% > w 4600- .se 4600 100 YR FLOOD —\ 4590 V,C. EL.=4592.35 - 420.00' 4590 EXISTING K - 161.54 e - -1.36' 4580 --------------------------�\ �� _ - -N. -N GROUND a - - - - _ - t MDS - SSD - 625' Symmetric Parabola b 4580 11700 11800 11900 120.00 121.00 12200 123.00 124.00 Print Dote: 3/9/2018 Sheet Revisions ATKINS 4601 OTC Suite 700 Denver, Phone: Fox: 303/221-7276 CO 303/221-7275 Blvd. 80237 As Constructed WELD PLAN COUNTY AND PROFILES ROAD 53 Project No./Code WELD COUNTY COLORADO File Nome: WCR53DES_PnP03.dgn Date: Comments Init. No Revisions: ERC030-067-20480 . ' •4' 1 t1 r : L ' . �„ . 5 r--- p Deportment of Public Works 1111 H Street Greeley, CO 80631 Phone: (970) 356 4000 Horiz. Scale: 1:50 Vert. Stole: 1:10 0•-• Unit Information Unit Leader Initials O Revised: Designer: LDL ` Structure E M-BR53 58A O Detwiler: MMC Numbers ypuv " `` Void: Sheet Number 31 _ Sheet Subset: P&P Subset Sheets: 03 OF 06 TRUST I HONESTY I COMMUNICATION I COMPROMISE 20 ATKINS Member of the SNC-Lavalin Group 7604 Technology Way Suite 400 Denver, Colorado 80237 Tel: 303.221.7275 Fax: 303.221.7276 www.atkinsglobal.com/northamerica www.atkinsglobal.com/northamerica L© 2022 Atkins North America, Inc., Member of the SNC-Lavalin Group Atkins Hourly Rate Schedule January 2022 -December 2022 for the Weld County NPS Engineering Services Rate Category Title Office ... 2022 Hourly Rate Rate Category Title Office (cont'd) 2022 Hourly Rate Program Manager $ 310.00 Planner III $ 109.00 Sector Manager Division Manager Sr. Project Director Project Director Sr. Group Manager 307.00 Planner II 276.00 Planner I 272.00 233.00 Sr. Group Manager 222.00 Group Manager $ 101.00 $ 93.00 $ 226.00 $ 187.00 Group Manager $ 188.00 Sr. Resident Engineer $ 175.00 Sr. Project Manager $ 188.00 Sr. Field Representative II $ 108.00 Project Manager II $ 164.00 Sr. Field Representative $ 93.00 Project Manager I $ 142.00 Sr. Construction Manager II $ 164.00 Sr. Engineer IV $ 189.00 Sr. Construction Manager I $ 151.00 Sr. Engineer III $ 174.00 Construction Manager II $ 130.00 Sr. Engineer II $ 155.00 Construction Manager I $ 112.00 Sr. Engineer $ 133.00 Associate Construction Manager $ 101.00 Engineer II $ 108.00 Construction Management Representative II $ 94.00 Engineer I $ 97.00 Construction Management Representative I $ 85.00 Sr. Designer III $ 187.00 Sr. Project Engineer II $ 132.00 Sr. Designer II $ 145.00 Sr. Project Engineer I $ 120.00 Sr. Designer I $ 136.00 Project Engineer II $ 95.00 CADD Designer $ 110.00 Project Engineer $ 81.00 CADD Design Technician 76.00 Technical Coordinator $ 93.00 Sr. GIS Analyst III $ 130.00 Sr. Program Assistant Sr. GIS Analyst II $ 118.00 Sr. GIS Analyst I $ 114.00 Sr. Operations Coordinator $ 78.00 $ 132.00 GIS Analyst II $ 104.00 Sr. Technical Coordinator $ 114.00 GIS Analyst $ 96.00 Technical Coordinator $ 92.00 Sr. Planner II $ 139.00 Sr. Program Assistant $ 86.00 Sr. Planner I $ 128.00 Program Assistant $ 66.00 Printing B&W or Color at cost Travel/Expenses at cost Construction Management Vehicle (Pick-up) $50/day Construction Management Vehicle (SUV) $48/day Mileage Standard Federal Rate ICON ENGINEERING 2022 HOURLY RATES Sanderson Gulch Channel__;,_ Improvements --. Denver, CO BILLABLE HOURLY RATES Principal $195.00 Professional Engineer V $190.00 Professional Engineer IV $185.00 Professional Engineer III $175.00 Professional Engineer II $164.00 Professional Engineer I $154.00 Engineer IV $151.00 Engineer III $145.00 Engineer II $127.00 Engineer I $112.00 Senior Field Representative $150.00 Field Representative $123.00 Senior Design Professional $155.00 Design Professional $140.00 GIS Specialist II $118.00 GIS Specialist I $108.00 CAD Technician II $110.00 CAD Technician I $95.00 Administrative $72.00 GPS Survey Equipment $150/day Mileage IRS Rate/Mile Miscellaneous Direct Expenses Actual Cost ICON Engineering, Inc. 17000 S. Yosemite Street I Suite 120 I Centennial. CO 80112 I (303) 221-0802 I www.iconeng.com WA Yeh and Associates, Inc. Geotechnical • Geological • Construction Services COLORADO FRONT RANGE (Denver, Co Springs, Greeley) STANDARD FEE SCHEDULE EFFECTIVE JANUARY 2022 Professional Services: Classification Principal Senior Project Manager Senior Project Specialist Project Manager Senior Project Engineer or Geologist Project Engineer or Geologist Staff Engineer or Geologist Engineer or Geologist Intern Resident Construction Engineer Construction Manager Construction Observer 3 Construction Observer 2 Construction Observer 1 Technician Leader or Supervisor Laboratory Supervisor Technician 3 Technician 2 Technician 1 CAD Designer CAD Technician Project Controller Administrative Assistant **Overtime rates for Construction Inspection, Technicians and Office Staff is 1.5 x rates shown. Basic Rate $210/hr $195/hr $180/hr $170/hr $150/hr $125/hr $110/hr $70/hr $195/hr $170/hr $135/hr $120/hr $110/hr $140/hr $120/hr $100/hr $85/hr $75/hr $135/hr $90/hr $145/hr $85/hr Laboratory tests are quoted on separate schedule or cost plus 10 percent for outside laboratory testing when applicable. Fees for expert witness preparation, testimony, court appearances, or depositions will be billed at the rate of $350 per hour. Rates do not include prevailing wage rates for field services. Prevailing wages will be determined on a project -by - project basis. Other Direct Charges: Subcontracted services, copying and rented equipment Travel, subsistence, and expenses Vehicle Automobile Mileage Rates Cost Plus 10% Cost Plus 10% $ 80/day $ 0.55/mile l'A Yeh and Associates, Inc. Consulting Engineers & Scientists LABORATORY RATE SCHEDULE EFFECTIVE JANUARY 2022 Classification — Index Tests: Natural moisture content (ASTM D2216) $10 Moisture content — dry unit weight, drive or core sample (ASTM D2937) $20 Moisture content — dry unit weight, chunk or block sample $50 Moisture content — dry unit weight, thin -walled tube sample (ASTM D2937) $40 Atterberg limits with PL, PI, LL (ASTM D4318) $100 Specific gravity for coarse aggregate (AASHTO T85, ASTM C 127) $60 Specific gravity for fine aggregate (AASHTO T84, ASTM C 128) $80 Sand Equivalent (CP30, AASHTO T176) $90 Grain size analysis (ASTM D422, 6913): a) Eight standard sieve nests to #200 (per ASTM D2487 or AASHTO M145) $75 b) Less than 3" max to #200 sieve with one split sieve add $50 c) Percent less than #200 sieve with wash $50 d) Hydrometer analysis add $150 Manual USC classification (ASTM D2488), extrude, examine, photo, and describe $25 Soil classification (ASTM D2487/ AASHTO M145) sieve, #200 wash, Atterberg as required $170 Soil classification (ASTM D2487/ AASHTO M145) sieve, #200 wash, Atterberg as required (using a split gradation) $200 Moisture Density Relations: Standard Proctor compaction (AASHTO T99, ASTM D698) $200 Oversize Correction (w/coarse aggregate specific gravity) add $60 Modified Proctor compaction (AASHTO T180, ASTM D1557) $220 Oversize Correction (w/coarse aggregate specific gravity) add $60 R -value (ASTM D2844, AASHTO T190, Cal 301), untreated soil $400 CBR Test $375 Corrosion Testing: pH of soil or water (D4972) $50 Resistivity of soil or water, as received or saturated $50 pH and Resistivity of soil or water (Cal 643) $125 Soluble sulfates $50 Soluble chlorides $50 Swell / Collapse Testing: Expansion index (ASTM D4829) $200 Swell -collapse (ASTM D4546 -A) $200 Swell -collapse (ASTM D4546 -B, C) $120 Soil unconfined compressive strength (ASTM D2166) $70 Pavement Tests: Volumetric Production Sample Testing $450 Asphalt content a) Ignition furnace calibration, per mix $500 b) Calibration of nuclear asphalt gauge $500 c) % AC (CP L5120, AASHTOT308) $100 d) Gradation from burn off (AASHTO T30, ASTM D5444) $100 Maximum specific gravity (Rice) (CP 51, AASHTO T209) $115 Bulk specific gravity (AASHTO T166) $55 % Air Void (no rice included) CP L5115, and AASHTO T166 $180 Moisture content for Hot Mix Asphalt (AASHTO T329) $30 Hveem Stability CP L 5106 $200 Resistance of compacted asphalt mixture to moisture induced damage (Lottman) CP L 5109 $500 Coring, per core $125 Marshall Compaction & Air Vids Analysis (ASTM 6926) $250 Marshall Stability & Flow (ASTM 6927) $150 Micro-Deval Abrasion of Coarse Aggregate (AASHTO T327, ASTM D6928, CP-L 4211) $275 LA Abrasion (AASHTO T96 or ASTM C131) $200 Fracture faces $75 Strength Tests: Compressive Strength of Cylindrical Concrete Specimens (4" x 8") (AASHTO T 22 ASTM C39) $20 Flexural Strength of Concrete Beam (Using simple beam with third -point loading) (ASTM C78) $80 Point Load Strength Index of Rock and Application to Rock Strength Classifications (ASTM D5731) $30 Mortar & Grout Cube Compressive Strength (ASTM C109) (per Cube) $30 Compressive strength for shotcrete cores including cutting and capping (per core) $60 Compressive strength for ship -in c lirders(made by others) (per cylinder) $ 20 + $60 if necessity of extra work P g P- Y 2000 Clay Street, Suite 200, Denver, CO 80211, (303) 781-9590 627 Elkton Drive, Colorado Springs, CO 80907, Phone: (719) 434-1643 570 Turner Drive, Suite D, Durango, CO 81303, (970) 382-9590 1525 Blake Avenue, Glenwood Springs, CO 81601, (970) 384-1500 588 North Commercial Drive, Grand Junction, CO 81505 (970) 242-5125 like stripping, cutting, and capping ENGINEERS •SURVEYORS •ARCHITECTS 5600 South Quebec St, Suite 205E Greenwood Village, CO 80111 PH: (303) 773-1605 FAX: (303) 773-3297 www.hclengineering.com STANDARD BILLING RATE SCHEDULE 2022 EFFECTIVE OCTOBER 1, 2021 TO DECEMBER 31, 2022 PERSONNEL CLASSIFICATION BILLING RATE / HOUR Principal $200.00 Director of Structural Engineering $190.00 Director of Civil Engineering $190.00 Director of Surveying and Mapping $190.00 Director of Architecture $170.00 Senior Project Manager (Civil, Survey, Structural, Architecture) $165.00 Project Manager (Civil, Survey, Structural, Architecture) $155.00 SUE Manager $145.00 BIM Manager $140.00 Project Architect $145.00 Senior Project Engineer $145.00 Project Engineer $125.00 Design Engineer II $115.00 Design Engineer I $105.00 Senior Civil Designer $115.00 Civil Designer $105.00 Senior Project Surveyor $145.00 Project Surveyor $125.00 SUE Field Coordinator $115.00 Senior CAD Technician $120.00 CAD Technician $100.00 Two -man crew — Party Chief $140.00 Two -man crew — Instrument Operator $40.00 One-man crew — Party Chief $140.00 Utility Locator $110.00 Senior Construction Project Surveyor $115.00 UAV Pilot $120.00 Senior Construction Inspector $110 00 Construction Inspector $85 00 Administrative $105 00 TRIUNITY 2022/2023 Rates Title/Classification Description/Responsibilities Rate Principal PM Support and Project Oversight $ 220 Project Manager IV Project Management Functions $ 205 Project Manager III Project Management Functions $ 190 Project Manager II Project Management Functions $ 175 Project Manager I Project Management Functions $ 160 Project Engineer IV Project Task Support $ 150 Project Engineer III Project Task Support $ 135 Project Engineer II Project Task Support $ 125 Project Engineer I Project Task Support $ 115 Assitant Project Manger Project Coordination and Management Support $ 115 Designer/Drafter V CAD and Drafting $ 125 Designer/Draver IV CAD and Drafting $ 115 Designer/Drafter III CAD and Drafting $ 100 EIT III Engineer in Training $ 110 EIT II Engineer in Training $ 100 EIT I Engineer in Training $ 90 Administrative Support Administration and Clerical Support $ 90 RIJ CERTIFICATE OF LIABILITY INSURANCE A�oDATE (MM/DD/YYYY) 03/22/2022 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 have ADDITIONAL INSURED provisions or 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 MARSH USA, INC. TWO ALLIANCE CENTER 3560 LENOX ROAD, SUITE 2400 ATLANTA, GA 30326 CN102421774-Atkin-GAWU-21-22 NOC CONTACT NAME: PHONE FAX (A/C. No Ext): (A/C, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Zurich American Insurance Company 16535 INSURED Atkins North America, Inc. 4030 West Boy Scout Blvd., Ste 700 Tampa, FL 33607 INSURER B : American Guarantee & Liability Ins Co 26247 INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: ATL-005021325-09 REVISION NUMBER: 9 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTRINSD TYPE OF INSURANCE ADDL SUBR W VD POLICY NUMBER POLICY EFF (MM/DDIYYYY) POLICY EXP (MMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY GLO0137576-07 10/15/2021 10/15/2022 EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENED PREMISES (Ea occurrence) $ 1,000,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 50,000 PERSONAL & ADV INJURY $ 2,000,000 GENERAL AGGREGATE $ 4,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES JECT PRO PER: LOC PRODUCTS - COMP/OP AGG $ 4,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED x SCHEDULED AUTOS NON -OWNED AUTOS ONLY BAP0137575-07 10/15/2021 10/15/2022 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ d X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE AUC9304209-19 10/15/2021 10/15/2022 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 $ DED RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/N N N/A WC0137577-07 10/15/2021 10/15/2022 x PER I 1OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Contract No. 2018-3830; Non -Project -Specific (NPS) Engineering Services; Proposal Package No. B1800156 County of Weld is included as additional insured where required by written contract with respect to general liability and auto liability coverages. Waiver of subrogation is applicable where required by written contract and subject to policy terms and conditions. CERTIFICATE HOLDER CANCELLATION County of Weld Attn: Don Dunker 1150 "O" Street Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Blanket Notification to Others of Cancellation or Non -Renewal ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Elf. Date of End. Producer No. Add'l. Prem Return Prem. BAP 0137575-07 10/15/2021 10/15/2022 18232000 INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part A. If we cancel or non -renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non -renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named Insured. Such list: 1. Must be provided to us prior to cancellation or non -renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non -renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non -renewal, but not including conditional notice of renewal. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non -renewal date; 2. Negate the cancellation or non -renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. All other terms and conditions of this policy remain unchanged. U -CA -832-A CW (01/13) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Blanket Notification to Others of Cancellation or Non -Renewal ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 0137576-07 Effective Date: 10/15/2021 This endorsement applies to insurance provided under the: Commercial General Liability Coverage Part A. If we cancel or non -renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non -renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. Such list: 1. Must be provided to us prior to cancellation or non -renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non -renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within 10 days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non -renewal, but not including conditional notice of renewal, unless a greater number of days is shown in the Schedule of this endorsement for the mailing or delivering of such notification with respect to Paragraph B.1. or Paragraph B.2. above. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non -renewal date; 2. Negate the cancellation or non -renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. U -GL -1521-B CW (01/19) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. SCHEDULE The total number of days for mailing or delivering with respect to Paragraph B.1. of this endorsement is amended to indicate the following number of days: 10* The total number of days for mailing or delivering with respect to Paragraph B.2. of this endorsement is amended to indicate the following number of days: 9U** * If a number is not shown here, 10 days continues to apply. ** If a number is not shown here, 30 days continues to apply. All other terms and conditions of this policy remain unchanged. u -GL -1521-B CW (01119) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 33 NOTIFICATION TO OTHERS OF CANCELLATION ENDORSEMENT This endorsement is used to add the following to Part Six of the policy. PART SIX CONDITIONS A. If we cancel this policy by written notice to you for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below. Notification to such person or organization will be provided at least 10 days prior to the effective date of the cancellation, as advised in our notice to you, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this policy by written notice to you for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) I Organization(s): Number of Days Notice: ANY PERSON OR ORGANIZATION TO WHOM OR TO WHICH YOU ARE REQUIRED TO PROVIDE NOTICE OF CANCELLATION IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT 30 All other terms and conditions of this policy remain unchanged. WC 99 06 33 (Ed. 05-10) Includes copyrighted material of National Council on Compensation Insurance, Inc. with its permission. Page 1 of 1 A� o® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 03/22/2022 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 have ADDITIONAL INSURED provisions or 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 MARSH USA, INC. TWO ALLIANCE CENTER 3560 LENOX ROAD, SUITE 2400 ATLANTA, GA 30326 CN102421774-Atkin-EO-21-22 CONTACT NAME' PHOE I AX (NC.NNo. Ext): (N , No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Lloyd Underwriters 32727 INSURED Atkins North America, Inc. 4030 West Boy Scout Blvd., Ste 700 Tampa, FL 33607 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: ATL-005411364-09 REVISION NUMBER: 2 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGE TRENTED PREMISESO(Ea occurrence) $ MED EXP (Any one person) $ PERSONAL &ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PRO- JECT PER: LOC GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OF ICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N /A PER I 1OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A Professional Liability (claims made policy) B0509FINPA2150043 04/30/2021 04/30/2022 Limit: Per Claim Annual Aggregate: 1,000,000 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Contract No. 2018-3830; Non -Project -Specific (NPS) Engineering Services; Proposal Package No. B1800156 CERTIFICATE HOLDER CANCELLATION County of Weld Attn: Don Dunker 1150 "O° Street Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc O sax, @ Qty ,. ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CN102421774 LOC #: Atlanta ACCDR ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY MARSH USA, INC. NAMED INSURED Atkins North America, Inc. 4030 West Boy Scout Blvd., Ste 700 Tampa, FL 33607 POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Professional Liability: Professional Liability placement was made by Marsh Canada. Marsh USA has only acted in the role of a consultant to the client with respect to the placement, which is indicated here for your convenience. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information Entity Name* ATKINS NORTH AMERICAN INC Contract Name* NPS ENGINEERING SERVICES Contract Status CTB REVIEW Entity ID* x^00030721 Contract ID 5680 Contract Lead* MBEDELL Contract Lead Email MBedellco.weld.co.us New Entity? Parent Contract ID Requires Board Approval YES Department Project Contract Description * NON -PROJECT SPECIFIC {NPS) ENGINEERING SERVICES TO ASSIST PUBLIC WORKS DEPARTMENT WITH ROAD AND BRIDGE CAPITAL IMPROVEMENT PROJECTS. Contract Description 2 Contract Type CONTRACT Amount* $80,000.00 Renewable* YES Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov.com Department Head Email CM-PublicWorks- DeptHead weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYA I I ORNEYWELDG OV.COM Requested BOCC Agenda Date* 03:23,2022 Due Date 03 19:2022 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? NO If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date* 12,31;2022 Renewal Date* 03232023 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone i Contact Phone 2 Purchasing Approver Purchasing Approved Date Approval Process Department Head JAY MCDONALD DH Approved Date 03/18/2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/23;2022 Originator MBEDELL Finance Approver CHRIS D OV1DIO Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 03;21;2022 03121,E2022 Tyler Ref # AG 032322 Hello