Loading...
HomeMy WebLinkAbout20220923.tiffC 1 -\vac 1 Dr 1�$lQ BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Drexel Barrell Engineering On -Call Services Contract Renewal DEPARTMENT: Public Works DATE: January 16, 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 Drexel Barrel! 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. A contract renewal was approved for 2023, and now Public Works is requesting a contract renewal for 2024. All of their work performed during the last two years has been acceptable. 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 Drexel Barrell 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 31100-8377. Recommendation: Public Works recommends authorization to submit this Drexel Barrell contract renewal for consideration as a line item on an upcoming BOCC Meeting Agenda. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck, Pro-Tem Mike Freeman Scott K. James Kevin D. Ross, Chair Lori Seine Conn-nk P91 -"'6A- 2A Z/Z1 e; e-ead, 604 ,3/4.2/ozyz- g2� cc-,o2o22o�-OD Cher1l Hoffman From: Sent To: Cc: Subject Approve - thanks! Scott James Monday, January 22, 2024 8:29 AM Cheryl Hoffman Esther Gesick Re: Pass Arounds (2) Scott K. James Weld County Commissioner, District 2 1150 O Street, P.O. Box 758, Greeley, Colorado 80632 970.336.7204 (Office 970.381.7496 (Cell) 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. On Jan 22, 2024, at8:10 AM, Cheryl Hoffman <choffman@weld.gov> wrote: Scott, Here are two more Do you approve of placement on the BOCC agenda? Cheryl L. Hoffman Deputy Clerk to the Board 1150 O Street/P.O. flex 758 Greeley, CO 80632 Tel: (970)400.4227 oho/!rndrr4i:wekf.gn v From: Karla Ford <kford@weldgov> Sent: Sunday, January 21, 2024 1:42 PM To: Cheryl Hoffman <choflmanliddweld.Kov> Subject: FW: Pass Arounds (2) These are both in PA folder already Karla Ford R Office Manager, Board of Weld County Commissioners CONTRACT AGREEMENT EXTENSION BETWEEN r i WELD COUNTY AND DREXEL, BARRELL, & CO. FOR NON -PROJECT SPECIFIC ENGINEERING SERVICESrti ��yy This Agreement Extension/Renewal ("Renewal"), made and entered into )Z day of � `^204�� 4, 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 Drexel. Barrell, & Co., 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. 2022-0923, approved on March 23, 2022, and first renewal On Base #6632, approved on January 25, 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 the 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 a one-year period, which will begin January 26, 2024, and will end on January 26, 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 January 26, 2024, to January 26, 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: Drexel, Barrell, & Co. Kimberly Cooper Printed Name rc�lryt( nrd. Signature ((�� BOARD OF COUNTY COMMISSIONERS WEUNTY, COL ft R '! O Perry L. Bu ATTEST: Weld Co BY: , Chair Pro-Tem FEB 1 2 2024 ao -0902.3 DBC Drexel, Barrell 8. Co. rra e/flonaf services. Iona vaflve Solul/on sinre i9•• 1376 Miners Dr., Suite 107. • Lafayette, CO 80026 •303-442-4338 •303-442-4373 fax 3 South 7th St. • Colorado Springs, CO 80905 •719-260-0887 • 719-260-8352 fax 2024 BILLING RATES PER TASK (DREXEL, BARRELL & CO.) TASK INDIVIDUAL RATE CLASS RATE Meetings Knapp Associate 2 $180 Internal Peer Review Q.A./Q.C McConnell Principal $180 Surveying (Office) Selders Principal $180 Surveying (Field) Eckert Field Surveyor 3 $130 Surveying (Drafting) Finney Dasher Technician 2 $110 Hydrology & Hydraulics Iblings Associate 1 $170 Permit/Report/ Plan Review/Design Butler Forshee Crawford Professional Engineer 2 $150 Traffic Engineer Shuler Associate 1 $170 Administrative & Billing Bowen Administrative $75 General Civil/Road/Bridge Design Knapp Associate 2 $180 Construction Inspection Smeenk Design Engineer 2 $120 Civil, Transportation, Water rtes Engineering Land Surveying • G e o m a t i c a • Mapping www.drexelbarrell.com DBC Drexel, Barrell & Co. "`"1"`"°1""=;rnn9v•f" So'"' 1919 1376 Miners Or., Suite 136 • Lafayette, CO 80026 •303-442-4338 •303-441-4373 fax 3 South 7th St. • Colorado Springs, CO 80905 •719-260-0887 •719-260-8351 fax 2024 BILLING RATES FOR SUB -CONSULTANTS (PROFESSIONAL WETLANDS CONSULTING, INC.) TASK INDIVIDUAL RATE Environmental Services Stienmann $160 (COLORADO UTILITY FINDERS) RATE CLASS RATE Field Technician $150 Administration $100 (CENTENNIAL ENGINEERING) RATE CLASS INDIVIDUAL RATE Sr. Project Manager Post $195 (UNDERGROUND CONSULTANTING SERVICES -UCS) RATE CLASS RATE Field Technician $150 Civil, T r a n s p o r t a t i o n , t Water Resources E n y i n•• r i n y Land Surv•ylnp • G•om•tics • Mapping www.drexelbarrell.mm ACORC0 CERTIFICATE OF LIABILITY INSURANCE DATE MIDDIYYYY) 12/21!2023 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 Greyling Ins Brokerage/EPIC 3780 Mansell Road, Suite 370 Alpharetta GA 30022 INSURED a2EXBAR Drexel,Barrell & Company 1376 Miners Dr Ste 1 107 1376 Lafayette CO 80026 CONTACT 1{AME: ACEC Certificate Specialist PHONE PAx 1A!C No.Eetl: 7706705327 I UVC p. E.os. ACECCertilicates@greyling.com INSURERS) AFFORDING COVERAGE NAIL a INA : Hartford Accident and Indemnity Company ___-_ INSURER B : Hartford Underwriters Insurance Company 22357 30104 29424 INSURERS : Hartford Casualty Insurance Company INSURER D: Hartford Fire Insurance Company 19682 E _._...,_.._..........-..__ ..INSURER ...._�_..-...__.._._._._._ __�____...._._____�._._. ...._ INSURER F : COVERAGES CERTIFICATE NUMBER: 177721191 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE CIS-MBIR--- tNSD NMO POLICY NUMBER POLICY EfF (MMW0(YYWI POLICY E1fP EMMfOD/YYVYl LIMITS A X I COMMERCIAL GENERAL LIABILITY 20SBWVK0246 12/31/2022 12/31/2023 EACH OCCURRENCE $1,000,000 CLAIMS -MADE DTI - 1 OCCUR 0o/ $ 300.000 MED EXP ra,y one person) $ 10,000 PERSONAL & ADV INJURY $ 1.000.000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY �1 MT H' LOC PRODUCTS - COMP/OP AGG $ 2.000.000 OTHER: AUTOMOBILE LIABILITY 20UEGVO9436 12/31/2022 12/31/2023 COMBINEDSINGLELIMIT tEe aCcddenn $1,000,000 -X- X _ ANY AUTO BODILY INJURY (Per person) $ _ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ FX HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PROp�RTY DAMAGE (Par soodent1 -, ( �l $ A X UMBRELLALIAB X OCCUR 20SBIAA/60246 12/31/2022 12/31/2023 EACH OCCURRENCE $5,000,000 EXCESS LIARl CLAIMS-MADE AGGREGATE $ 5,000,000 a DED I X RETENTION $ 1O nnn I C WORKERS COMPENSATION 20WEGAU4E3G 12/31/2022 12/31/2023 Xi STATUT ERH AND EMPLOYERS' LIABILITY Y / N ANri'CRE ENTI N / A E.L. EACH ACCIDENT $ 1,000,000 EVLNUERlEXECUTIVE OFFICERJMEMBER EXCLUQED? (Mandatory in NH) E L. DISEASE - EA EMPLOYEE $ 1,000,000 If de'1tO3 O O DESCRIPTION OF OPERATIONS bolo w E.L. DISEASE - POLICY LIMIT $ 1,000,000 D Professional Liability 20OH047437423 10/31/2023 10/31/2024 Per Claim Aggregate 1,000,000 2,000,000 DESCRIPTION OF OPERA og / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) No exclusion for residential exclusion. Re: Engineering On Call Services. Weld County Department of Public Works is named as an Additional Insured with respects to General & Automobile Liability where required by written contract. The above referenced liability policies are primary & non-contributory where required by written contract. Waiver of Subrogation in favor of Additional Insured where required by written contract & allowed by law. Umbrella Follows Form with respects to General, Automobile & Employers Liability Policies. Should arty of the above described policies be cancelled by the issuing insurer before the expiration date thereof, we will endeavor to provide 30 days' written notice (except 10 days for nonpayment of premium) to the Certificate Holder. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Weld County Department of Public Works P.O Box 758 AUTOO AUTHORIZED REPRESENTATIVE CO 80632 6Greely, / ACORD 25 (2016/03) A 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name* Entity ID* DREXEL BARRELL AND COMPANY @00005361 Q New Entity? Contract Name* Contract ID ENGINEERING ON CALL SERVICES CONTRACT 7786 RENEWAL Contract Status CTB REVIEW Contract Lead * MBEDELL Contract Lead Email MBedell@co.weld.co.us Contract Description * A ONE YEAR CONTRACT RENEWAL TO PROVIDE ON CALL ENGINEERING SERVICES. Contract Description 2 Contract Type * RENEWAL Amount* $150,000.00 Renewable" YES Automatic Renewal NO Grant NO IGA NO Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov.co m Department Head Email CM-PublicWorks- DeptHead@weldgov.com Bid/RFP #* County Attorney B2200039 GENERAL COUNTY ATTORNEY EMAIL Parent Contract ID Requires Board Approval YES Department Project # N/A Requested BOCC Agenda Due Date Date* 01 /27/2024 01/31/2024 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 20220923 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 Contact Info Review Date 12/31/2024 Renewal Date 12/31/2024 Committed Delivery Date Expiration Date Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date T0BY TAYLOR 02/07/2024 Approval Process Department Head .CURTIS HALL DH Approved Date 01/31/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 02/12/2024 Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 01/31/2024 02/07/2024 Tyler Ref* AG 021224 Originator MBEDELL Gur-h/o,c-l-iA4tAa3z BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Drexel Barrell Engineering On -Call Services Contract Renewal DEPARTMENT: Public Works DATE: January 4, 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 Drexel Barrell 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. Drexel Barrel 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. Drexel Barrel 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 6.9% according to the Denver, Aurora, and Littleton Consumer Price Index, a necessary requirement described in the Original Contract. Public Works staff recommends awarding Drexel Barrell a one (I) 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 Perry L. Buck, Pro-tem Mike Freeman, Chair Scott K. James Kevin Ross Lori Saine (X/25/23 Schedule Work Session Other/Comments: ce-:Pgn�)I/02 'P'5 2ozZ-ogZ3 eel c) CONTRACT AGREEMENT EXTENSION BETWEEN i r WELD COUNTY AND DREXEL, BARRELL, & CO. ' FOR NON -PROJECT SPECIFIC ENGINEERING SERVICES This Agreement Extension/Renewal ("Renewal"), made and entered into 2111day of January 2023, 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 Drexel. Barren. & Co., 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. 2022-0923, 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 March 23, 2023, and will end on March 23, 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 the same hourly service rates for this extension as in the 2022 Original Contract (see attached). 2. Contract Professional has provided an updated insurance certificate (see attached). 3. The total anticipated cost for the period from March 23, 2023, to March 23, 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: Drexel, Barrell, 8. Co. atit )7, 44 ,c_.7,4,4 G f / Printed Name Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO JAN 2 5 2023 Mike Freema?Zd i, r_ G• *(11-#.4;e1 ATTEST: ��+�/ Weld C BY: Deputy Cler ate- a923 rredlt/on el Servl ce s, Innovetfve solution 5/n[e 1919 DBC Drexel, Barrel! 8t Co. 1376 Miners Dr., Suite 107. • Lafayette, CO 80026 •303-442-4338 •303-442-4373 fax 3 South 7th St. • Colorado Springs, CO 80905 •719-260-0887 •719-260-8352 aix 2023 BILLING RATES PER TASK (DREXEL, BARRELL & CO.) TASK INDIVIDUAL RATE CLASS RATE Meetings Knapp Associate 2 $180 Internal Peer Review Q.A./Q.C McConnell Principal $180 Surveying (Office) Selders Principal $180 Surveying (Field) Eckert Field Surveyor 3 $130 Surveying (Drafting) Finney Dasher Technician 2 $110 Hydrology & Hydraulics Iblings Associate 1 $170 Permit/Report/ Plan Review/Design Butler Forshee Charland Crawford Professional Engineer 2 $150 Traffic Engineer Shuler Associate 1 $170 Administrative & Billing Bowen Administrative $75 General Civil/Road/Bridge Design Knapp Associate 2 $180 Construction Inspection Smeenk Design Engineer 2 $120 Civil, Transportation, 3 Water Resources Engineering Land Surveying • Geomatics • Mapping www.drexelbarrell.com DBC Drexel, Barrett Co. 1376 Miners Or., Suite 136 • Lafayette, CO 80026 •303-442-4338 •303-442-4373 fax 3 South 7th St. • Colorado Springs, CO 80905 •719-260-0887 •719-260-8352 fax 2023 BILLING RATES FOR SUB -CONSULTANTS DARY TIGLAS) TASK INDIVIDUAL RATE Environmental Services Tiglas $60 Archeologist & Paleontology Services Hoffecker $75 (WESTERN STATES LAND SERVICES, LLC) RATE CLASS RATE Project Manager/Senior Agent $110 Acquisition/Relocation/GIS Specialist II $100 Acquisition/Relocation Specialist I $95 Records Docs. Supervisor $75 (CENTENNIAL ENGINEERING) RATE CLASS INDIVIDUAL RATE Sr. Project Manager Post $145 (UNDERGROUND CONSULTANTING SERVICES -UCS) RATE CLASS RATE Field Technician $100 Civil, Transportation, Ilk Water Resources Engineering Land Surveying • Geomatics • Mapping www.drexel6arrelLrnm ACORD. Client#: 244162 DREXBAR CERTIFICATE OF LIABILITY INSURANCE °A;;;17127": ATE (MMIpD/YYYY) 12(16/2022 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Edgewood Partners Ins. Center PHONE j WU CNu, Eat): I (A/C, No): 3780 Mansell Rd. Suite 370 ACECcertificates@greyling.cont ,,,,,k.,,ACECcertificates@greyling.com Alpharetta, GA 30022 INSURER(S) AFFORDING COVERAGE NAIL/I INSURER A: Hartford Accident and Indemnity Company 22357 INSURED INSURER B: Hartford Casualty Insurance Company 29424 Drexel,Barrell & Company 1376 Miners Dr Ste 107 Hartford Fire Insurance Company INsuRERc: y 19682 INSURER D : Hartford Underwriters Insurance Company 30104 Lafayette, CO 80026 INSURER E : INSURER F : REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED- NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POL CIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. leADDLSUBR LTR TYPE OF INSURANCE rWO POUCY NUMBER POLfCYEFF (MMIDD/YYFF,{MMIDDfYYYY POLICYEXP LIMITS A X _INAR COMMERCIAL GENERALLIABILITY 20SBWVK0246 12/31/2022 12/31/202 EACHGGOEECCC7pURRENCE $1,000,000 CLAIMSMADE El OCCUR Qp PREMISES(EaVTorermi $1,000,000 $10,000 MED EXP (Anyone person) PERSONAL B ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY a a ❑ LOC PRoDucrs - COMP/OP AGG $ 2,000,000 THER: $1,000,000 AUTOMOBILE LIABILITY 20UEGVO9436 12/31/2022 12/31/20231r=1.3. LIMIT $ X ANY AUTO BODILY INJURY (Per person) OWNED AUTOS ONLY ._ HEDULED SC AUTOS BODILY INJURY (Per accident) $ ,� X HIRED AUTOS ONLY NON -OWNED X AUTOS ONLY PROPERTY DAMAGE {pm accident) A x UMBRELLA LIAR X. OCCUR W 20SBVK0246 12/31/2022 12/31/2023 EACH OCCURRENCE $5,000,000 _ EXCESS LIAR CLAIMS -MADE AGGREGATE $5,000,000 $ DED I XJ RETENTION $10000 B WORKERS COMPENSATION _ 20WEGAU4E3G 12131/2022 12131/2023, X PERTLRE 712Z: tS7A AND EMPLOYERS' LIABILITY ANY PROPRIE7OR/PARTNER/EXECUTIVE Y 1 N E.L. EACH ACCIDENT $1,000,000 OFFICERIMEMBER EXCLUDED? (Mandatory In NH) N I A E -L. DISEASE - EA EMPLOYEE $1,000,000 $1,000,000 If yes, describe under DESGRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT C Professional Liability 20OH047437422 10/31/2022 10/31/2023 Per Claim $1,000,000 Aggregate $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101. Additional Remarks Schedule, may be attached If more epee. is required) Re: On -Call Services Weld County, Colorado, its officers, and its employees are named as an Additional Insureds on the above referenced liability policies with the exception of workers compensation & professional liability where required by written contract. Should any of the above described policies be cancelled by the issuing insurer before the expiration date thereof, 30 days' written notice (except 10 days for nonpayment of premium) will (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Weld County Public Works 1111 H Street PO Box 758 Greeley, CO 80632 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 ® 1988.2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S50635021M5058765 SJU01 DESCRIPTIONS (Continued from Page 1) be provided to the Certificate Holder. SAGITTA 25.3 (2018/03) 2 of 2 #S50635021M5058765 Contract Form New Contract Request Entity Information Entity Name. Entity ID. DREXEL BARRELL AND COMPANY x'^00005361 Contract Name. ON CALL ENGINEERING SERVICES 2023 RENEWAL Contract Status CTB REVIEW Contract ID 6632 Contract Lead. MBEDELL Contract Lead Email MBedell0ico.weld.co.us Contract Description RENEWAL OF ORIGINAL ENGINEERING ON -CALL SERVICES CONTRACT, Contract Description 2 Contract Type. RENEWAL Amount. $110,000.00 Renewable. YES Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov.com Department Head Email CM-PublicWorks- DeptHeadc weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EYWWELDG OV.COM If this is a renewal enter previous Contract ID 923 If this is part of a NSA enter MSA Contract ID New Entity? Requested BOCC Agenda Date. 01/25/2023 Parent Contract ID Requires Board Approval YES Department Project # Due Date 01/21/2023 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? NO 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 * 12,3112023 Renewal Date. 03;'23;'2024 Termination Notice Period Committed Delivery Date Expiration Date Contact Information 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 01:20'2023 01 ; 23;'2023 01 '23'2023 Final Approval BOCC Approved Tyler Ref # AG 012523 BOCC Signed Date BOCC Agenda Date 0125/2023 Originator MBEDELL Co-mairli_05zz 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 Jim 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. Aoarove Schedule Recommendation Work Session Other/Comments: Perry L. Buck Mike Freeman, Pro -Tern Scott K. James, Chair Steve Moreno Lori Seine Conwn-1- Rienao- tZ/-! / ZZ 6er-eJc-f-4,—/i 1A9 WS:2A zoz2- oa23 6-,00% CHANGE ORDER NO. I Date: 11/15/22 PROJECT: Owner: Weld County. Colorado Contractor: Drexel Barrell The following change is hereby made to the Contract Documents: CHANGE TO CONTRACT PRICE: Original Contract Price: $90.000 Current Contract Price adjusted by previous Change Order: $90,000 The Contract Price due to this Change Order will be increased by: $20,000 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: k,l:en— Date: /1118/Z2" Don Dunker, P.E. (County Engineer) APPROVALS: CONTRACTOI Name: Title: 'V IC G" _ Pecs T WELD COUlittliviiG: J'C,: o;ok� ATTEST: Weld C u Clerk to the BY: eputy Date: II / 22./22. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO eve Moreno, Acting Chair Pro-Tem DEC 0 7 2e22 02.0,2,1 o9a3 Contract Form New Contract Request ation Entity Name* DREXEL BARRELL AND COMPANY Entity ID* P00005361 Contract Name * Contract ID CHANGE ORDER #1 ENGINEERING NPS ON -CALL FOR 6522 DREXEL BARRELL Contract Status CTB REVIEW Contract Lead DDUNKER Contract Lead Email ddunker@co.weld.co.us New Entity? Parent Contract ID 5679 Requires Board Approval YES Department Project # Contract Description. CHANGE ORDER #1 INCREASES THE DREXEL BARRELL ENGINEERING NPS ON -CALL CONTRACT FROM $90K TO ¶110K. THIS WAS APPROVED BY THE BOCC TO GO ON AN UPCOMONG AGENDA PER A PASS AROUND DATED 11/1 5122. NO ADDITIONAL FUNDS WILL BE NEEDED FOR THE 2022 BUDGET. Contract Description 2 Contract Type. CHANGE ORDER Amount * $20,000.00 Renewable * NO Automatic Renewal Grant NO IGA NO Department PUBLIC WORKS Department Email CM- PublicWorksPweldgov.com Department Head Email CM-PublicWorks- DeptHead/weldgov,com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EYPWELDG OV.COM Requested BOCC Agenda Date 11/3012O22 Due Date 11,126+2022 Will a work session with 11UCC 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 MSA enter WA 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 Contact Info Contact Name Purchasing Committed Delivery Date Expiration Date* 03:31 /2023 Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date Approval Process Department Head .CURTIS HALL DH Approved Date 12/01/2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 12/07/2022 Originator DDUNKER Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 12/0212022 12,02/2022 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 758/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. C1oyj-vctc,+ oiiso-79 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 or,c.kivti- 05123IZ2 Approve Recommendation Mama, Schedule Work Session Other/Comments: ul10iiPrpbrve- 0.7oat-(te-C A)) 0/a3/02a- 2022-0923 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 DREXEL, BARRELL & COMPANY FOR NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES THIS AGREEMENT is made and entered into this 23vdday of M(1,//CAr1 , 2022, by and between the Board of Weld County Commissioners, on behalf of the Public Works Department, hereinafter referred to as "County," and Drexel, Barrell & Company, 1800 38th Street, Boulder, CO 80301, 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 t 244,1 - b 90 J 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 $90,000.00. 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: TO DREXEL BARRELL: Name: Cameron W. Knapp, P.E. Position: Senior Associate Address: 1800 38th Street Boulder, CO 80301 E-mail: cknappAdrexelbarrell.com Phone: 303-442-4338 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: Drexel, Barrell & Company By: Name: Michael D. Middleton, P.E. Title: President 3/7/2022 Date of Signature: WELD COL ATTEST: r moo-. 'ti / Weld C• . ty Clerk to the Bo BY: Deputy 1-rk to he Bo BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO 11 ike Freeman, Pro-TEMAR 2 3 2022 0,24,1a? 900 Request for Proposal Non -Project Specific (NPS) Engineering Services EXHIBIT A PA T 1 ER L INFO o Purp*se 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 CABS). r mre 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, th;; 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 date of the signed contract end, at the option of We d County, may be ended for up t 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 OBS procedure will be utilized to select firms. No c*st information shall he provided with the pmposalla The selection committee shall includ-- WId County Public Works staff. Weld County, in its sole discretion, may decide to select up to 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 a maximum amount of $100,000 in accordance with Federal regulations. When preparing the lA form, the County will provide basic prject 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 C•-mmissioners 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, Lakewood Consumer Price Index in effect at the time of renewal. The Agreement may be used at the option .f other Weld County Departments using funds from their respective budgets. II. Soo of Services The work scope will generally consist of engineering services related to various Public Works tasks, including but not limited to surveying, right-of-way plans ano acquisition services, drainage plans and reports, grading plans, traffic studies, roadway design plans and profiles, bridge plans, and construction inspection. he firm will operate as an independent contractor and must supply their own equipment, hardware, software, and office spat==,. 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 Cunty and there is no minimum amount of work guaranteed. All design plans bid quantitis shall be doubl decked 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 Ill. 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, mbedell(c weldgov.com Page 4 PART 2 - SELECTI DV. SeDection Criteria and Method he Weld County P urchasing professional Services Se ection (OBS) process describes t selectin criteria and method. A selection c:.mmitterr comprised of Weld County (public War • reviewing nd scoring the proposals submitted by the firms. Proposal Storting CrfterDa ne consultant ks staff will be proposals submitt-�d by firms wil be evaluated on the following criteria. These criteria will be the bas for scoring the proposal submittals. The rating scale shal be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. WEIGHT STANDARD CRITEM ��� ION 6 Scope P oposa0 of The methodology proposal to clearly be shows used, an and understanding results that are desired of the project by the objectives, Department. 7associated Critical ������ The proposal with demonstrates the pro; ect the and firm offers clearly realistic understands solutions to the major issues those issues. Project Contrail The demonstrated appropriate. process firm in has -place described The an to ability firm manage their to has insure a realistic the methods State quality of or and of controlling comprehensive Federal their submitted their procedures costs. Quality work. The are firm used Control where has 1work FamidDarDty II _ ,ocatnon Project familiarity team's with work Weld location County relative and policies to Weld and County. procedures Key team of the members Department. 1 UDBE GoaDs The UDBE proven firm goals abilities. has (when provided necessary). documentation The which designated supports UDBE their subconsultant(s) ability to meet have DntervDew Scokong Criteria STANDAi'D EVAP ,UATI ° N 'WEIGHT CRITE �I 4 o� Approach The the work. firm proposed The consultant and clearly offered described innovative their approach ideas for this towards pro ct. completing 4 Project Qualifoc;tions Manager The record. firm's The Project Project Manager Manager has adequate demonstrates qualifications effective and communication a proven track skills. t. v aloty resentatlon of The being visual interview interviewed aids were presentation effective. demonstrated was clear effective and easy to communication understand. skills The and people audio - �stA®rt/An��- o° Quo Session The firm was able to provide good answers to the questions asked by the selection the project committee. and goals. Answers given demonstrated clear understanding of Page 5 Weld County Non -Project Specific (NPS) Engineering Services ,. al n l u riTifit eti; Ifi/!1 Washington Street Improvements, Phase 4 (52nd to 58th Avenues) Adams County Drexel, BarrelI & Co. • 1800 38th Street, Boulder, CO 80301 Phone: 303.442.43 38 • Fax: 303.442.4373 www.drexelbarrell.com a DBC Drexel, Barrel) & Co. T..1(1)trpnjl Services, Innovative` Solutions Since 1949 1800 38th St. • Boulder, CO 80301 • 303.442.4338 • 303.442.4373 fax 3 South 7th St. • Colorado Springs, CO 80905 • 719-260-0887 • 719-260-8352 fax 710 11th Avenue, Suite L-45 • Greeley, CO 80631 • 970-351-0645 February 10, 2022 Weld County Purchasing Dept., Administrative Building 1150 O Street Room #107 Greeley CO 80631 Subject: Non -Project Specific (NPS) Engineering Services Attn: Mike Bedell, Senior Engineer Mike, Cameron, Don, Elizabeth, and members of the selection committee: Drexel, BarrelI & Co. is excited to submit our 2nd round qualifications for NPS Engineering Services to the Weld County Public Works Department. Our firm has been an integral partner of the Weld County community since 1997 when we opened our Greeley office. As one of Colorado's longest -tenured firms (founded in 1949); we have extensive experience in providing on -call design services to communities across Colorado, and we would be honored to continue our NPS services for the County. In addition to Weld County, our prior on -call and project -specific engagements include the Cities of Boulder, Brighton, Broomfield, Colorado Springs, Fountain, Greeley, Monument, Pueblo, Steamboat Springs, and Sterling, and Archuleta, Boulder, Chafee, Douglas, Eagle, El Paso, Garfield, Jefferson, Larimer, Mesa, Pitkin, Routt, and Teller Counties. The personnel listed in our qualifications are experienced in all areas likely to be encountered in your projects. These include permit review and processing, surveying and construction staking, road, signal and bridge design, traffic engineering and traffic studies, construction inspection, and project administration and meetings. Where their services are needed, we have long collaborated with Western States Land Services for right-of-way and property acquisitions (Phil Mazur, John Doty, since 2010); Darcy Tiglas for environmental investigations and clearances (since 2002); and Centennial Engineering, Inc. for bridges, retaining walls and hydraulic structures (Mark Post, P.E., since 2013). Senior Associate Cameron W. Knapp, P.E., LEED PM will be our initial interface for your projects. Depending upon the specific tasks and expertise required, Cameron will draw from our Transportation, Hydraulics, and Surveying personnel shown on the enclosed organization chart. The information submitted in this statement of qualifications is true and accurate to the best of my knowledge and belief. We agree to comply with the terms and conditions as described in the RFQ. I have full authority to submit this proposal on behalf of Drexel, BarrelI & Co and bind the company to the obligations and conditions of this potential contract. Please do not hesitate to contact me at mike@drexelbarrell.com or 303-819-4566 if you have any questions or wish to schedule an interview. Sincerely, Drexel, Barrel) & Co. Michael D. Middleton, P.E., Managing Principal Enc: Qualifications Civil, Transportation, & Water Resources Engineering Land Surveying • G e o m a t i c s • Mapping www. drexelbarrell. corn Non -Project Specific (NPS) Engineering Services DREXEL, BARRELL & CO. Firm Profile For over seven decades, Drexel, BarrelI & Co. has been a leader in the Colorado engineering and surveying community. Over that time we have had an unwavering commitment to premier quality while delivering projects on time and within budget. Since 1949, our public and private sector clients have found us to be a trusted resource to provide civil engineering, land surveying, transportation engineering, water resources engineering, construction administration, and more. We handle complex projects by combining time -tested engineering and surveying practices with innovative approaches. We evaluate the unique needs of each project and provide solutions to create a foundation for the project's success. Drexel BarrelI has a staff of the field's top technical personnel in our Colorado offices. Key staff qualifications include advanced technical degrees, along with Professional Engineer (PE), Professional Land Surveyor (PLS), Professional Hydrologist, (PH), Certified Floodplain Manager (CFM), Envision Sustainability Professional (ENV SP) and Leadership in Energy and Environmental Design Accredited Professional (LEED AP). We strive to apply the latest in sustainable design and construction practices on all of our projects. Our core services include all facets of civil engineering, land surveying, transportation and traffic engineering, water supply, wastewater engineering, urban drainage, flood control, and construction engineering. Drexel, BarrelI & Co. is willing to enter into the Weld County Standard Contract Agreement with no changes. Address Boulder Headquarters 1800 38th Street Boulder, CO 80301 P: 303.442.4338 F: 303.442.4373 Year Established 1949 Number of Employees 40 Offices Boulder (1949) Colorado Springs (1971) Drexel, BarrelI & Co. -Traditional Services Innovative Solutions www.drexelbarrell.com a lieglaxaap•MMM Weld County, Colorado Civil Engineering On -Call Services For Drexel. Barrell & Co. Qualifications of February 10. 2022 at 10 AM WELD WELD COUNTY, Co Elizabeth Relford Deputy Director of Public Works Michael D. Middleton, P.E. (29/49 yrs exp) Principal -in -Charge Resource Allocation. Client Satisfaction William K. Wright, PLS (44/46 yrs exp) Survey Principal Surveys & Mapping YRSATDBC'YRSTOTAL EXP County Project Manager Cameron W. Knapp. P.E., LEED AP (14/23 yrs exp) Senior Associate Roadway. Civil Engineering StF / fiJ Mark Butler. P.E. Sr. Civil Engineer (6/36 yrs exp) Plan Production Tyler Smeenk, E.I.T. (5115 yrs exp) SUE Coord. / Construction Eng • %., .., , \is., __ 1. : : vE WELD COUNTY, CO Don Dunker, P.E. County Engineer Kate Varnum, MSE, P.E. Associate, Sr. Civil Engr (7/21 yrs exp) Independent Peer Review Derek F. Schuler, P.E., PTOE, ESP Sr. Transportation/Traffic Eng (4/29 yrs exp) Transportation and Traffic Kurt Crawford, P.E. Transportation / Traffic Engr (6/11 yrs exp) PS&E • Michelle Iblings, MSCE, P.E., PH, CFM Sr. Hydrology / Hydraulics Eng (4/20 yrs exp) Floodplain, Drainage. Stonrwater Quality n O 3 Non -Project Specific (NPS) Engineering Services DREXEL, BARRELL & CO. Personnel P rincipal -In -Charge I Michael D. Middleton, P.E. As Principal, Mike will ensure that the project is prosecuted in a professional and technically proficient manner, with proper attention given to each critical issue, and that the resources needed at each stage are available and sufficient to deliver outstanding value to our client. 112th Avenue Improvements, Including a RRFB Pedestrian Crossing at Steele Street - City of Thornton • Downtown Westminster • Spring Gulch Trail & Pedestrian Underpass Beneath SH 119 - City of Longmont • York Street Improvements & Pedestrian/Drainage Underpass Beneath SH 224 - Adams County • Apres Ski Way / Village Drive Intersection Improvements - City of Steamboat Springs • 144th Avenue Improvements / Traffic Signal Modification, Colorado to York - City of Thornton S r. Associate/Sr. Civil Engineer I Cameron W. Knapp, P.E., LEED AP Mr. Knapp has 23 years of engineering experience in transportation, site infrastructure design, and drainage engineering. His experience includes site development, trails, street and highway plan and profiles, signing and striping, utility design, grading, drainage and erosion control engineering, storm water management plans, and storm water discharge permits. • Weld County Roads 37 and 80 Intersection Improvements and Eaton Ditch Bridge Replacement - Weld County (DOLA Grant) • 20th Street Multimodal Improvements, 50th to 59th Avenues - Greeley • Brodie Avenue Improvements and Safe Routes to School - Estes Park • Washington Street Improvements, 52nd to 58th Ave. - Adams County • US 85 and West 13th Street Intersection Improvements - Greeley • Camp George West Infrastructure Planning and Design - Golden, State of Colorado, Division of Capital Assets • 136th Avenue Improvements, Cherry to Holly - City of Thornton Sr. Transportation/Traffic Engineer I Derek F. Schuler, P.E., PTOE, ENV SP Derek has 29 years of progressively responsible Transportation Engineering and Project Management experience. He is an expert in roadway design, traffic signal design and operations, and implementing multi -modal projects WCR 47 & SH 392 Signalization Project - Weld County • SH 95 / Sheridan Boulevard Multimodal Improvements + Signal Modifications - CDOT & City of Westminster • Crossroads Boulevard / 1-25 Ramps Roundabouts (two roundabouts including CDOT coordination) - City of Loveland • 104th Avenue (SH 44) Intersection Improvements / Signal Modifications at York Street - City of Thornton • Olde Stage Road Bicycle / Pedestrian Widening and Stability Improvements - Boulder County Public Works • 20th Street Multimodal Improvements, 50th to 59th Avenues - Greeley • Broadway and 62nd Avenue Drainage Improvements - Adams County • 144th Avenue Improvements / Traffic Signal Modification, Colorado to York - City of Thornton EDUCATION B.S.: Civil Engineering, North Carolina State University, 1973 M.B.A.: (Emphasis in Management), University of Colorado, 1981 REGISTRATION Professional Engineer: Colorado Civil Engineer: California EDUCATION B.S. Civil Engineering, Colorado State University, 1999 REGISTRATION Professional Engineer Colorado Leadership in Energy and Environmental Design Accredited Professional (LEED AP) EDUCATION B.S.: Civil Engineering, University of Virginia, 1993 REGISTRATION Professional Engineer: Colorado Professional Traffic Operations Engineer Envision Sustainability Professional Drexel, Barrell & Co. -Traditional Services Innovative Solutions www.drexelbarrell.com Non -Project Specific (NPS) Engineering Services DREXEL, BARRELL & CO. Personnel S r. Hydrology/Hydraulics Engineer I Michelle Iblings, MSCE, P.E., P H, CFM Michelle has 20 years of experience as a Water Resources Engineer, specializing in floodplain modeling, management, and mapping, and flood damage analysis. She has extensive experience in hydrology, hydraulics, erosion control, storm water management planning, and other types of drainage analysis and design, including stream restoration. Broadway and 62nd Avenue Drainage Improvements - Adams County Camp George West (National Historic Site) Comprehensive Drainage Master Plan - Golden Spring Gulch #2 Floodplain Modeling - City of Longmont • Fourmile Canyon Creek at Broadway Floodplain Development Permit and CLOMR Peer Review - City of Boulder • Sheep Draw CLOMR/LOMR - City of Greeley • Storm water and Flood Management Utility On -Call - City of Boulder • Walton Creek Road & US 40 Floodplain Improvements - City of Steamboat Springs S r. Civil Engineer I Mark Butler, P.E. Mark has 36 years of engineering experience with an emphasis in infrastructure and drainage engineering. Mark graduated with a degree in engineering from the University of Wyoming and is a registered P.E. in Colorado and Wyoming. Brodie Avenue Widening and Safe Routes to School Project - Estes Park • Spring Gulch Trail (Over 3 -Miles Of Concrete Trails; SH 119, LCR 1, LCR 26, And Great Western RR Under -Crossings; Multiple Pedestrian Bridges; Spring Gulch Floodplain Modeling; Irrigation Improvements; Native Plant Reestablishment; And An Irrigation Ditch Siphon) - City Of Longmont • York Street Improvements & Pedestrian/Drainage Underpass Beneath SH 224 - Adams County • Boulder County Alaska Avenue Maintenance Yards Flood Recovery Site Civil Engineering - Longmont • Boulder County Wildfire Storage Facility Site Civil Civil/Traffic Engineer I Kurt R. Crawford, P.E, Kurt has 11 years experience with an emphasis in transportation and traffic engineering. His experience includes roadway, intersection, pedestrian improvements and bridge design; drainage and utility design; traffic control plans; quantities and cost estimates; and construction inspection (licensed drone pilot). NCR 47 & SH 392 Signalization Project - Weld County • Apres Ski Way / Village Drive Intersection Improvements - City of Steamboat Springs • Olde Stage Road Bicycle / Pedestrian Widening and Stability Improvements - Boulder County Public Works • Fontaine Boulevard Multimodal Improvements - El Paso County • 104th Avenue (SH 44) Intersection Improvements / Signal Modifications at York Street - City of Thornton • 20th Street Multimodal Improvements - City of Greeley • SH 95 / Sheridan Boulevard Multimodal Improvements + Signal Modifications - CDOT & City of Westminster • Sheep Draw Trail Connecting 71st And 83rd Avenues to 20th Street, Including 20th Street HAWK Beacon Pedestrian Crossing - City of Greeley EDUCATION M.S.: Civil Engineering, Purdue University, 2002 B.S.: Civil Engineering, University of Louisiana at Lafayette, 2001 REGISTRATION Professional Engineer: Colorado Texas California Professional Hydrologist Certified Floodplain Manager EDUCATION B.S. Engineering, University of Wyoming, 1986 REGISTRATION Professional Engineer: Colorado Wyoming EDUCATION B.S.: Civil Engineering, Pennsylvania State University, 2011 REGISTRATION Professional Engineer: Colorado Drexel, Barrel) & Co. -Traditional Services Innovative Solutions www.drexelbarrell.com Non -Project Specific (NPS) Engineering Services DREXEL, BARRELL & CO. Personnel Managing Principal/Sr. Surveyor I William K. Wright, PLS Mr. Wright has been employed by Drexel BarrelI since 1977. As a Principal of the firm, he supervises the preparation of many different types of surveys including boundary, topographic (aerial and field) architectural, condominium mapping, improvement location (Improvement Location Certificate, Improvement Survey Plat and ALTA/NSPS Land Title), section breakdown, mining claim, right-of-way acquisition, annexation and subdivision platting. Weld County Roads 37 and 80 Intersection Improvements and Eaton Ditch Bridge Replacement - Weld County (DOLA Grant) • Weld County Road 49 ROW Acquisition (WCR 38 to US 34 - 9 Miles) • 112th Avenue Improvements, York to Colorado - City of Thornton • East 72nd Avenue Corridor Improvements - Commerce City • 20th Street Multimodal Improvements, 50th to 59th Avenues - Greeley • 58th Avenue Widening & Realignment - Adams County (Including 0.5 Mile Of 5' X 9' Box Culverts and Drainage Improvements) • York Street Improvements, 78th Ave to Highway 224 - Adams County • South Platte River Trail & Pedestrian Bridges - Adams County Sr. Civil Engineer I Kate Varnum, MSE, P.E. [Independent Peer Review] Kate has 21 years experience in civil engineering. With a masters degree in structural engineering and experience in structural design, utilities design, roadway design and field engineering, Kate is a multi -faceted engineer with a keen eye for detail and meticulous plan preparation skills. Twin Bridges Road (Las Vegas Street to Hancock Expressway Connection at US Highway 24) Storm Drainage Improvements - City of Colorado Springs • 1.5 Miles of Sanitary Sewer Trunk Line Replacement - City of Trinidad • Golden Lane Road Bridge Replacement Over Fountain Creek - El Paso County • Sand Creek Police Substation - City of Colorado Springs • Colorado Center Water Treatment Plant - Colorado Springs • Fort Carson Fire Pump House • Fountain -Fort Carson School District Athletic Fields Sr. Construction Engineer/Inspector I Tyler J. Smeenk, EIT Tyler has 16 years experience as a civil engineer. His experience includes project design, construction management and inspection, construction safety procedure development, and he is certified as a Transportation Erosion Control Supervisor. 1 MG Potable Water Storage Tank + 1 Mile 16 -Inch Transmission Line, Contract Documents & Construction Inspection - City Of Steamboat Springs • Broadway Drainage Improvements Utility Locations And Identification, 52nd to 64th Avenues - Adams County • Camp George West Underground Utility Locations and Identification - Golden • Downtown Westminster CM Services, >17,000 Feet Of Streets And Utilities • South Platte Interceptor Construction Observation - City of Brighton • Adams Street Reconstruction Design & Inspection - Laramie, WY Jacoby Pond Design & Construction Administration- Laramie, WY EDUCATION A.A.S. Surveying: Paul Smith's College, N.Y., 1975 REGISTRATION Professional Land Surveyor: Colorado EDUCATION M.S.: Structural Engineering, University of Manchester, UK REGISTRATION Professional Engineer: Colorado EDUCATION B.S.: Civil Engineering, South Dakota School of Mines and Technology, 2006 REGISTRATION EIT Transportation Erosion Control Supervisor; Competent Person for Excavation Trenching and Shoring Drexel, BarrelI & Co. -Traditional Services Innovative Solutions www.drexelbarrell.com Non -Project Specific (NPS) Engineering Services DREXEL, BARRELL & CO. Representative Experience 104th Avenue (SH 44) at York Street Intersection Improvements and Signal Modifications - City of Thornton Drexel BarrelI designed the new eastbound right turn lane and also significant roadway modifications connecting to York Street and commercial driveways. Improvements included upgraded traffic signal devices, signage & pavement striping, and utility relocations. Challenges included meeting roadway vertical grade and ADA sidewalk standards due to steep existing slopes. Both streets are arterial roadways and 104th Avenue is also State Highway 44. 104th Avenue (SH 44) and York Street Intersection City of Thornton Sheridan Boulevard (SH 95) Multimodal Transportation Improvements - City of Westminster & CDOT Under contract with the City of Westminster and CDOT Local Agency oversight, Drexel BarrelI provided multimodal alternatives, engineering and surveying, cost estimating services, and coordinating federally required studies. The project connects Downtown Westminster with the RTD Park and Ride east of Sheridan, and eliminates a busy at -grade crossing along the US 36 Bikeway. It also provides enhanced pedestrian crosswalks at the Sheridan/88th Ave intersection including RRFBs, raised crosswalks, wayfinding signage, and other signage/striping additions. An RTD bus stop concrete pullout was added along Sheridan. The improvements to Sheridan include widening to six lanes, an underpass, and three intersection improvements. The roadway work will utilize the full six lanes on the existing bridge over US 36 and connect existing accel/ decel lanes to maximize capacity. The project is currently under construction with completion in late 2022. R Sheridan Boulevard (SH 95) Improvements City of Westminster Drexel, BarrelI & Co. -Traditional Services Innovative Solutions www.drexelbarrell.com Non -Project Specific (NPS) Engineering Services DREXEL, BARRELL & CO. Representative Experience 112th Avenue Improvements, Colorado Boulevard to York Street - City of Thornton The City of Thornton selected Drexel Barrell to design the widening of 112th Avenue from two to four lanes from York Street to Colorado Boulevard (one mile). The project added on -street bicycle lanes, a pedestrian crossing with a RRFB, and center- and right - turn lanes at key intersections. Our design included signal modifications and intersection improvements at York Street, Madison Street and Colorado Boulevard. Brodie Avenue Safe Routes to School Project — Town of Estes Park The Town of Estes Park engaged Drexel Barrell to design improvements to Brodie Avenue between Community Drive and Fish Creek Road, a distance of 1/3 mile. Issues addressed included solving subsurface groundwater, replacing deteriorating pavement, improving cross -slope grades, widening the street to provide auxiliary parking, designing a new Safe Routes to School trail serving Estes Park Elementary and Middle Schools, and improving school crosswalk safety. CDOT administered. US 85/87/Duckwood Road Intersection Improvements - Fountain Drexel Barrell designed a new section of Duckwood Road, a new signalized intersection with State Highway (SH) 85, and the relocation of an existing at -grade railroad crossing. This project included a detailed traffic analysis, roadway design to CDOT standards, signalized intersection design, and application to the PUC to relocate an existing at -grade crossing to the new roadway. Coordination with the Colorado PUC, the Burlington Northern Sante Fe Railroad, CDOT Region 2, and the City of Fountain was critical for this project. 112th Avenue - Thornton New Pedestrian Crossing with RRFB at Steele Street Duckwood Road and SF/ 85 New Signalized Intersection Fountain Drexel, Barrell & Co. -Traditional Services Innovative Solutions www.drexelbarrell.com Non -Project Specific (NPS) Engineering Services DREXEL, BARRELL & CO. Representative Experience York Street Improvements + Highway 224 and York Street Pedestrian and Drainage Underpass (SH 224 to 78th Avenue) - Adams County Drexel, BarrelI & Co. provided engineering and surveying services to the Adams County Transportation Department for roadway widening and improvements on York Street from East 78th Avenue to Highway 224. Services included rights -of -way plans and easements, roadway widening and intersection improvements, pedestrian access and safety, trail connections, drainage, geotechnical, environmental, traffic, curb, gutter, sidewalk, storm sewers, irrigation ditch relocations, and community involvement. Drexel Ba rrel I designed a pedestrian and drainage underpass crossing beneath CO 224, including full CDOT review and approvals. Weld County Road 47 and SH 392 Signalization Drexel BarrelI designed a new traffic signal with advanced warning beacons to meet county and CDOT standards. Improvements included upgraded signage & pavement striping and conduit boring/installation in tight areas. Challenges included minimizing impacts to existing pavement and irrigation ditches/pipes and maintaining truck turning movements during construction. LOBO Trail (Longmont -Boulder Trail) - Boulder Reservoir Connector Branch providing connection between main LOBO trail and Boulder Reservoir, IBM plant and N. 63rd Street. Included box culvert undercrossings SH 119 (divided highway), plus existing BNSF railroad mainline. Unique feature was protective structure to protect trail users from potential train spillage. Drexel BarrelI provided all flood hydrology, hydraulics, and irrigation ditch studies, design modifications, and approval processing. Clear Creek Trail / York Street Connector Adams County Public Works Weld County Roads 37 and 80 Intersection Improvements and Eaton Ditch Bridge Replacement - Weld County Redesign of the WCR 37/80 intersection and widening of WCR 37 and WCR 80 that included a new left turn lane. Replacement of a bridge structure over the Eaton Ditch on WCR 80 was required. The project involved other drainage improvements and replacement of existing irrigation facilities. Longmont to Boulder (LOBO) Trail Drexel, BarrelI & Co. -Traditional Services Innovative Solutions www.drexelbarrell.com Non -Project Specific (NPS) Engineering Services DREXEL, BARRELL & CO. Representative Experience Home Access Structure Design (Flood Recovery, FEMA/CDBG-DR) - Boulder County Transportation Drexel BarrelI is providing bridge replacement e ngineering for homeowners who lost access to their homes during the 2013 Great Flood as part of the Boulder County / FEMA CDBG- Disaster Relief Program. Services include e ngineering assessments and evaluations, surveying and mapping, hydrology, hydraulics, civil engineering, structural e ngineering (by sub -consultants), permitting, construction management and inspection. We have evaluated 7 replacements, designed 3 bridges and 2 bridges have been constructed. The 456 Longmont Dam Road bridge spans North St Vrain Creek, west of the Town of Lyons, CO and provides access to 2 properties (458/512 Longmont Dam Road). The 66 - ft long bridge was designed to pass the 100 -year flood (4,310 cfs), was founded on micro -pile foundations with perched concrete abutments and featured a prefabricated steel superstructure with concrete deck. The 9757 Lefthand Canyon Drive bridge spans Lefthand Creek, west of Jamestown, CO and provides access to 2 properties. The 24 -ft long bridge was designed to pass the 100 -year flood (3,300 cfs), was founded on concrete spread footer foundations with concrete abutments and featured a pre- stressed concrete deck. Drexel BarrelI designed these and the other CDBG-DR projects for zero -rise in flood elevation, eliminating the need for floodplain modifications via the CLOMR / LOMR process. 456 Longmont Dam Road Bridge (N St. Vrain Creek) 9757 Lefthand Canyon Drive Bridge (Lefthand Creek) Drexel, BarrelI & Co. -Traditional Services Innovative Solutions www.drexelbarrell.com Non -Project Specific (NPS) Engineering Services DREXEL, BARRELL & CO. Representative Experience Downtown Westminster - City of Westminster At build -out, the new pedestrian and commuter rail -oriented development will include 1,500 residences, one -million square feet of offices, and 700,000 square -feet of retail. The City of Westminster selected Drexel, Barrel) & Co. to design the infrastructure required to support this dense, urban, 105 - acre development. Our services included designing "complete streets", water, sewer, storm drainage, bike and pedestrian pathways, five signalized intersections with "Dutch Junctions"; illumination, construction cost estimating, specifications, and construction phase support. Drexel Barrel) designed 1.5 miles of streets and 3.3 miles of water (8" - 36"), storm (up to 68") and sanitary (up to 24"). 29th Street Stormwater Pump Station Design - City of Pueblo After Drexel BarrelI evaluated multiple alternatives, we designed a new 40-cfs (18,200-gpm) pump station, building and well, SCADA and telemetry, and 36 -inch DIP force main to replace a failing 1970's installation at W. 29th Street and N. Freeway Road. Tasks included surveys, feasibility and alternatives analysis, preliminary and final plans, specifications, and cost estimates for the new intake, pump station, outfall, SCADA telemetry system, and legal descriptions for site acquisition. Stormwater and Flood Management Utility On -Call - City of Boulder Drexel BarrelI was selected by the City of Boulder to provide on -call services in the following areas: Hydrology And Hydraulic Analysis • Floodplain Mapping Updates • Flood Mitigation Planning And Design And Construction Oversight • Emergency Preparedness And Response • Stream Restoration • National Flood Insurance Program And The Community Rating System Planning And Expertise • Floodplain Regulation Issues And Planning • Storm water Drainage/Quality Planning And Design • Flood Recovery Downtown Westminster Storm water Construction Broadway and 62nd Avenue Drainage Improvements Adams County The primary focus of the project was the design and construc- tion of 2,000 linear feet of 60" storm sewer in Broadway from W. 60th Place to W. 64th Avenue. Drainage system improve- ments were designed to mitigate existing local flooding in Adams County along the Broadway corridor. EPA SWMM was used to develop design flow rates for the project. Downtown Westminster Water Line Construction Drexel, BarrelI & Co. -Traditional Services Innovative Solutions www.drexelbarrell.com Non -Project Specific (NPS) Engineering Services DREXEL, BARRELL & CO. Project Understanding and Approach PROJECT UNDERSTANDING BACKGROUND AND UNDERSTANDING The Weld County Public Works Department has solicited qualifications from engineering firms to serve on -call for upcoming non -project specific engineering and related services. The types of projects may include: Permits Review and process documents associated with right-of-way, grading, or access permits in accordance with the Weld County Code. Including review of drainage reports, traffic studies, grading plans, and construction plans. Cameron Knapp has prepared and processed drainage reports, grading and construction plans through Weld County for his 14 years at Drexel Barrell and knows the County's requirements. Transportation / Traffic Engineer Derek Schuler, P.E., PTOE (29 years exp.) will review traffic impact studies. Surveying 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, title research, and parcel legal descriptions may also be required. Construction staking per approved Weld County designs. Survey Principal Bill Wright, PLS will address all survey matters. Bill prepared 9 miles of WCR 49 ROW plans for former County Surveyor Leon Sievers. Bill will be assisted by veteran surveyor Matthew E. Selders, PLS who has extensive Weld County surveying and construction staking experience. If right-of-way acquisition services are needed, we routinely team with Western States Land Services in Loveland. Road and Bridge Design Tasks will generally include detailed road and bridge design including horizontal and vertical layout, hydrology, hydraulics, floodplain modeling, structural analysis, and plans preparation. The consultant shall be familiar with all the requirements necessary for completing bid documents following both CDOT and Weld County design criteria and standards. Transportation / Traffic Engineer Derek Schuler, P.E., PTOE will be our lead on road and bridge projects. For on -call bridge structural engineering, Drexel Barrell typically subcontracts to one of several firms depending upon size, requirements, and availability. These firms include Mark Post, P.E. of Centennial Engineering. Traffic Engineering Tasks will generally include signing investigations and recommendations, level of service calculations, warrant studies, capacity calculations and recommendations, obtaining traffic counts, traffic modeling, and review of detailed traffic impact studies that may relate to private developments or transportation improvements. These task would be addressed by Transportation / Traffic Engineer Derek Schuler, P.E., PTOE, who before joining Drexel Barrell worked at the Jefferson County Transportation & Engineering Department in charge of a team of engineers and technicians designing and operating County streets, intersections, and signals. Construction Inspection 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 be capable of performing the duties and fulfilling all the requirements of a CDOT Local Agency Project. Mark Butler, P.E. will be the point of contact for construction inspection for smaller / short duration projects. For projects of greater complexity or duration, Tyler Smeenk, EIT will be available full-time construction observation and inspection assignments. Administration and Meetings Consultants will be required to attend meetings with Public Works staff, BOCC presentations, and possibly help conduct public meetings. Consultants shall clearly demonstrate their knowledge and capabilities to perform the engineering design services as described above. Work is to be conducted in close coordination with County Public Works staff. Since they both live in Fort Collins, and are senior staff, Cameron Knapp or Mark Butler would address meetings and administrative matters. Drexel, Barrell & Co. -Traditional Services Innovative Solutions www.drexelbarrell.com Non -Project Specific (NPS) Engineering Services EXAMPLES OF NPS PROJECTS Drexel Barrell provided on -call engineering services to Weld County during the last 3 year cycle (2019- 2021). During this time, Cameron Knapp successfully managed the WCR 80/37 intersection design project. Drexel Barrell has provided on -call stormwater, ditch, trail, street, bridge hydraulics and flood control engineering to the City of Boulder Public Works Department for over 28 years. Our services have been continuous since the 2013 Great Flood, when the City contracted Drexel Barrell personnel to provide emergency field reconnaissance and assessments of street, bridge and culvert damages. For Boulder County, Drexel Barrell has prepared designs for private bridge replacements lost to the 2013 flood. These are funded under the FEMA CDBG-DR program and administered by the Boulder County Transportation Department. Historically, Drexel Barrell prepared all bridge hydraulics and FEMA processing for Valmont Road over Boulder and South Boulder Creeks. To date we have analyzed seven bridge replacements and designed three (some owners chose not to rebuild). Other Road And Bridge Projects Drexel Barrell's transportation team won two projects with Weld County in the last two years. The Hwy 392/WCR 47 traffic signal design project was successfully completed within budget and is under construction. The Hwy 392/WCR 35 intersection design project is underway and 30% complete. In Routt County, Drexel Barrell has designed five bridge replacements including hydrology and hydraulics. In Steamboat Springs, we designed the day -lighting of Burgess Creek, restoring the creek from a box culvert to a surface flowing stream with waterfalls and viewing areas. The project included processing and securing a FEMA CLOMR/LOMR. METHODS AND MEANS Drexel, Barrell & Co. will be the sole party contractually responsible to the client for this project. All Drexel Barrell's sub -consultants will be under separate contract with Drexel Barrell and will be the responsibility of Drexel Barrell. SURVEYS Providing a precise, accurate, and complete horizontal and vertical survey within the project limits underpins the entire project. Drexel Barrell surveyors will establish ground control and set panel points based upon City / CDOT / recognized horizontal and vertical control. Depending upon the size of project and need, Drexel Barrell can provide ratio -rectified, aerial photogrammetry at one -foot contour interval accuracy, which will also serve as the plan background in plan and profile sheets. Our field crews will also supplement the aerials with ground shots where the need for higher accuracy is indicated. The combination of aerial and field methods will be more than sufficient for final engineering, contract documents, and construction. Drexel Barrell will accurately identify and locate all existing above- and below -ground utilities, crossings, and obstructions, compile this to 1=20' to 1=40' base mapping will help ensure the most accurate plan and profiles possible and minimize potential construction cost overruns later. Drexel Barrell's survey program will include: • Collecting all available agency and utility company above- and below -ground mapping affecting the project; • In addition to the 811 process, subcontracting with a private underground utility location service (Underground Consulting Solutions) to precisely locate and mark the horizontal position and www.drexelbarrell.com Non -Project Specific (NPS) Engineering Services depth of all municipal, energy, telephone, CATV, oil company, fiber optic, and other underground utilities where their location is critical to project design; • Establishing horizontal and vertical ground control based upon section and aliquot control for horizontal and NAVD 88 for vertical control. Tie into nearby agency datum. • Providing field survey of all marked underground utilities; • All survey services will be performed to Weld County, CDOT, or local agency standards and requirements as appropriate. For utility locating services: In addition to UCS, we also use Colorado Utility Finders based in Windsor (used on both Hwy 392/WCR 35 and Hwy 392/WCR 47). Drexel Barrell completed SUE plans to Weld County's specific format for the Hwy 392/WCR 47 project. PLAN PREPARATION Drexel Barrell will prepare all plans in AutoCAD, R2019. We will prepare plan and profiles in accordance with City standards, and in the absence of a City standard (and with concurrence), we will utilize industry standards including Urban Drainage, Boulder County, or other agencies and recognized authorities as appropriate. We will distribute plans for review and comment in PDF format (1/2 scale paper prints at 11"x17" or full size 22"x34" as requested). Our intent is to provide construction -ready final engineering plans, specifications, estimates, quantity tabulations, and an engineer's estimate of probable construction cost. We will collaborate with the City to develop plans that fit within your budget. CONSTRUCTION COST ESTIMATING Drexel Barrell and our team take great care and pride in providing our clients with accurate and reliable quantity takeoffs and construction cost estimates. Our goal is to be the equivalent of the number 2 or 3 low bidder. With escalating construction costs due to high demand and fixed contractor availability, we strive to ensure our clients have the most accurate quantity takeoffs and up-to-date unit costs from a variety of sources. These include the contractors, clients, and reliable cost estimating sources. SCHEDULE MAINTENANCE Drexel Barrell will prepare a CPM project schedule in Microsoft Project (or equivalent) identifying the important tasks, durations, milestones, deadlines, and critical path relationships. After acceptance by the client, Drexel Barrell will monitor the schedule weekly and update it periodically to ensure completion of all project deliverables when promised. Drexel Barrell conducts a weekly "Scheduling Meeting" each Tuesday in which senior staff reviews the progress of each active project versus contract. We identify projects requiring additional resources to maintain commitments to our clients and allocate needed resources to ensure meeting our project commitments. METHODS FOR DETERMINING SCOPE AND WORK HOURS ASSOCIATED WITH TASK ORDERS With 73 years of continuous operation, Drexel Barrell draws from our vast experience in providing similar services across Colorado to determine scope and fees for projects. We try to be as detailed and specific as possible when determining scope and corresponding fees. This includes the preparation of a spreadsheet for each project that identifies four specific items of information. These are: Non -Project Specific (NPS) Engineering Services Task: The task is the fundamental building block of a project (e.g., Field Survey, Geotechnical Investigation, Drainage Study, Preliminary Engineering, etc.). Each task includes a mini -scope of services, applicable standards, and description of deliverables. Personnel: We identify specific individuals with the best qualifications and their roles, duties, responsibilities and availability for each task. Hours: This includes their hourly billing rate and work -hours anticipated to successfully complete the assigned task. Individual Billing Rates: Drexel Barrell uses the billing rate in effect when the proposal or estimate is prepared. We typically honor those same hourly rates for the duration of the project without annual escalators. We factor in a reasonable contingency for unanticipated items so as not to have to return for additional funding after contracts are let. We do not use percentage of construction costs to determine fees. CRITICAL ISSUES Since there is no specific Weld County project to address, Drexel Barrell has identified critical issues typically encountered on road and bridge projects for counties and municipalities (these are representative and do not include all possibilities): • Accurately identifying underground utilities to preserve public safety and avoid costly field design changes, • Identify critical path items that must be started early in the project to avoid delays later, such as: o Other agency / stakeholder approvals, including cities, towns, ditch companies, railroads and PUC, land owners, oil and gas companies; O 404 environmental clearances and wetlands mitigation banking; o Endangered species actions including migratory bird studies and clearances; o Zero rise to avoid FEMA CLOMR / LOMR processes and delays; o Coordination with agencies with long lead / response times (e.g., dry utility providers: power, gas, telephone and electric); • Protecting -in -place existing infrastructure to remain during and after construction; • Relocating existing infrastructure where needed; • Making design modifications where feasible to avoid costly removal and reconstruction of existing infrastructure, thus stretching the County's resources further; • Starting right-of-way identification, mapping, and acquisition process early to avoid delays; • Following State and Federal Acquisition regulations (FAR) for acquiring ROW and easements, • Designing all new and retrofit facilities to meet ADA requirements; • Increasingly (for many counties), design roads for multi -modal use incorporating vehicles, pedestrians and bicycles in a safe and efficient manner. MANAGEMENT CONTROLS BUDGET / COST CONTROL METHODOLOGY During selection and contract finalization, Drexel Barrell envisions a defined -scope contract on a time -and - materials basis with a maximum -not -to -exceed fee limit. Drexel Barrell has operated under this scenario numerous times. We include a reasonable contingency for unanticipated work items in our fees to avoid annoying change order requests. Drexel Barrell uses Deltek Vision project management and cost accounting software to manage the budget and costs of our projects. All employees enter their time daily, allocated by the hours spent on each project. Drexel Barrell enters the contract tasks into our PM system so that employees may align www.drexelbarrell.com Non -Project Specific (NPS) Engineering Services their work efforts directly to the approved scope of work. Each month, the Drexel BarrelI Project Manager conducts billing reviews of all project charges, comparing these to contract terms and billing limits for reasonableness. Our in-house, certified public accountant reviews all invoices to double-check we are billing in accordance with the contract terms and conditions. We invoice charged time meeting the contract terms and limits, usually during the first 10 days of the month for the preceding month. We write-off (do not bill) any charges not meeting contract criteria. QUALITY CONTROL METHODOLOGY With seven decades of proven experience, Drexel BarrelI employs extensive procedures and checklists to ensure our projects meet all applicable quality control standards. For this project, Drexel BarrelI will employ a three -stage quality control approach consisting of: The first Q/C stage is by the project manager. The PM will use Drexel Barrell's standard plan content checklists to ensure that our plans and reports display all relevant information accurately and correctly. The second stage is what we call our "Independent Peer Review." The independent reviewer will not be involved in the preparation of the plans or specifications, and will provide a fresh set of eyes not otherwise clouded by having worked on the project. • Finally, Principal -in -Charge Michael D. Middleton, P.E. will spot-check plans and documents before submittal to ensure they meet our standards. Mike is a former City and County Engineer and has a good eye for quickly identifying corrections. OFFICE PROXIMITY Drexel BarrelI will staff this project from our Boulder office, with Cameron Knapp and Mark Butler located in Fort Collins. We will not charge the County for mileage or travel time on this project. INFORMATION SHARING / TECHNOLOGY Drexel BarrelI will provide secure and private remote sharing of project drawings and documents too large for email. www.drexelbarrell.com Non -Project Specific (NPS) Engineering Services DREXEL, BARRELL & CO. References Seth Plas, PE, CFM Capitol Projects Adminstrator City of Westminster (303) 658-2096 splas@cityofwestminster.us "Sheridan Boulevard (SH 95) Multimodal Improvements & Signal Modification" Grant Bloom, P.E., PMP Senior Civil Engineer - Capital Improvement Projects City of Thornton (720) 977-6258 grant.bloom@ThorntonCO.gov "144th Avenue Widening and Intersection Improvements" "104th Avenue Right Turn Lane at York Street" Stacy Roberts Project Manager City of Thornton (720) 977-6252 Stacy.Roberts@cityofthornton.net "112th Avenue Widening Improvements from Colorado to York, Including 2 Traffic Signals and 1 Pedestrian Signal" Rene Valdez Engineering Manager Adams County (720) 523-6961 rvaldez@adcogov.org "York Street Improvements, CO 224 to 78th Avenue, With Pedestrian And Drainage Underpass" "58th Avenue Improvements, Washington Street to York Street, With York Street Roundabout" Steve Durian, P.E., PTOE, AICP Director of Transportation and Engineering Jefferson County (303) 271-8495 sdurian@jeffco.us "West Chatfield Avenue / C470 Entrance and Exit Ramps Roundabout" "South Golden Road / Quaker Street Roundabout" "Quincy Avenue / Simms Street Roundabout" Drexel, Barrels & Co. -Traditional Services Innovative Solutions www.drexelbarrell.com PC STA 68+83.85 OFF 32.0' LT x moo'.'' 4w r:'i'� .e-', 4^, r.- / , x t ,k `. PROPOSED 15' / l Cr.`! ': ELEV 4903.40 ,, . ' �k m U `�_ •'\ EU CENTURY LINK �, C. ti tHl EASEMENT : r - Pi:0, Pr-- ROW � fl'i VVCR 80 {�!� tis t ,l ... �.`m'` �' ,---e ra r �< �j "�I ) 7 \\ .•� ti. PC STA. 70+78.55 OFF T 27.8 - - KEY � ._�— IIh _ r.. ', e - ELEV a o8 898 h ( J 1 ,...T� .., ' ;•II •.. — - - . , „ �� I„ bi , • M , , Vp , f >y \�ly e Nil its t'. rci 1 S: - a$,, , ,4 < ! r,, ,),a y� .�„ Ix m fir a k�' V C y �F� . , N SAP ' `O I , MATCH LINE STA: 67+50 1 ROW R4W - ROW —_.-. ROW� . ROW— ROW RO �T� MATCH LINE STA: 71+2 „: PROPOSED BRIDGE REPLACEMENT �;, °•:: ,s„ .: , . ' w ':� � :5 ,, , }� 9 7 CL NTERSEGTIONISEC. WCR 80 STA: WCR 37 EQUAL r- ELEV: 4900.50 0 1/4 70+00.00 STA 20+00,00 N88'02'36'E y ,g tiI' 71'tJ 0 ea 8 F00 b9+ �! a 1 Y l .).. I.. I I rrry SM PC STA. 69+14,96 OFF: 16.0' RT x f o/ ELEV: 490.58 -- -.,,„_ r: -i o • 11 I till R0w:.._____ '""... --_ -! .% ,t • 1 •_,,N, ,// f � r yf~....• Vii'_ .. i.�.._ POW •rr'.� i♦ �.-ROW-2L6'Pr-ROW V .. 6 sc _ �,.r'✓ /// r- \ _♦ k ' \ \ Ye t'' V 4925 HORIZ: 1" = 30' VERT: 1" =15' 0 30 60 Feet 4920 J,IJGH PT STA 66+49.00 4925 LOW PT STA: 73+98.54 4920 cat HIGH P 1 ELEV 4910.56 l OW PT ELEV: 4894.88 PVI STA 68+00.00 t► 4915 - PVI ELEV_4907-54 PVI STA.72+/5.91 PVI ELEV:4893.68 4915 4910 LVC:302.00 K:151.00 O . _ 0 c co co O o K:136.25 LVC:436.00 — VCE: 490 STA: 70+ M — 4910 I PROPOSED CENTERLINE SURFACE c°io g g r; + rn m —4' v V o CO 4905 0 > —� > > 4905 _ -- Ill W _W 4900 --, -4.00% aw tz� au. ' 0�°� > >> C0m > _ a ,�. .. rte— -2.5' ux — _._ —, t- 1^s 4900 1 `------ - 4895 -' — — 4895 EX. CENTERLINE SU FACE - - ��� z 1 - - PROPOSED BRIDGE PROPOSED 18" w 4890 REPLACEMENT Q CALL UTILITY NOTIFICATION RCP CULVERT4890 PROPOSED TELEPHONE LINE CENTER OF COLORADO 4885 STA: 69+50.00 INV: 4894.79 (3 o 0 0 o wn o (BY CENTURY LINK) STA: 70+67.52 811to INV.4995.331. -WATERLINE h 4885`� 4880 E.X. 4" NC STA: 69+76.50 ENV 4888.45' ,ry r~!1 w ;Ti j II I CALL 2 -BUSINESS DAYS IN ADVANCE 67+50 67+65 67+80 67+95 68+10 68+25 68+40 68+55 68+70 68+85 69+00 69+15 69+30 69+45 69+60 69+75 69+90 70+05 70+20 70+35 70+50 70+65 70+80 70+95 71+10 71+25 4880 BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Index of Revisions DREXEL. BARRELL B CO WELD ENGINEERS -SURVEYORS 710 11th Avenue COUNTY As Constructed WCR 80 & 37 INTERSECTION ROADWAY PLAN & PROFILE WCR 80 Project No./Code Creation Date: 1/15/2021 Initials CWK Date Comments Initials GREELEY. CO. 80631 r ->,..ii,t.`. - . PUBLIC WORKS DEPARTMENT No Revisions GR-60 Last Hooded Date 1/11/2021 Initials CWK Full Patti H121415-O0GRCVIPLANSISHEETS195'A _ - TB C 0)f (�' 1%1 1111 H. STREET ""' P.O. 758Revised Designer CWK FOR CONSTRUCTIONDrawing 21415-00 GRTR L BOX �~ [i.) File Name PP01.dwgIC - Drexel, Barrel/ iw Co. •--. GREELEY, CO. 80632-0758 �� _ t ` PHONE: (970)356-4000 FAX (970) 304-6497 Detailer MAB WCR BO STA 67+50-11 25 Void Sheet Number 99 O F 215 AutoCAD Version 2018 Scale 1 -3C Unls Feet Sheet Subset ROAD P&P Sheet Subset 4 OF 8 c Drexel, Barrel' 8c Co Traditional Services Innovative Solutions Since -71949 1800 38th a • Boulder, CO 80301 • 303-442-4338 •303-442-4373 fax 3 South 7th St • Colorado Spnngs, CO 80905 •719-260-0887 •719-260-8352 fax 710 11th Ave , Suite L-45 • Greeley, CO 80631 •970-351-0645 2022 f41 'LUNG TES PE ' TASK ( s REXEL, ARRELL R CO.) T, -SK IDIVIUAL 4Re , TE CL, SS RATE Meetings Knapp Associate 2 $180 Internal Peer Review QA/QC McConnell Principal $180 Surveying (Office) Selders Principal $180 Surveying (Field) Eckert Field Surveyor 3 $130 Surveying (Drafting) Finney Dasher Technician 2 $110 Hydrology & Hydraulics Iblings Associate 1 $170 Permit/Report/ Plan Review/Design Butler Forshee Charland Crawford Professional Engineer 2 $150 Traffic Engineer Shuler Associate 1 $170 Administrative & Billing Bowen Administrative $75 General Civil/Road/Bridge Design Knapp Associate 2 $180 Construction Inspection Smeenk Design Engineer 2 $120 Civil, Transportation, & Water Resources Engineering Land Surveying a G e o m a t i c s o Mapping www drexelbarrell corn #sv Drexel; Barre11-8c Co ra TradltloOnaPSerViceY ` In'nov; i,, SoI ,t,o ns� .. _ ce71949' 1800 38th St • Boulder, CO 80301 •303-442-4338 • 303-442-4373 fax 3 South 7th St • Colorado Springs, CO 80905 •719-260-0887 •719-260-8352 fax 710 11th Ave , Suite L-45 • Greeley, CO 80631 •970-351-0645 2022 BILLING "' <.TES FOX'' SUB -CONSULTANTS (®ARIA TIGLAS) T ,SO< INDIVIDUAL RATE Environmental Services Tiglas $60 _ Archeologist & Paleontology Services Hoffecker $75 (WESTERN STATES LAN D:= SERVICES, LLC) RATE CLASS RATE Project Manager/Senior Agent $110 Acquisition/Relocation/GIS Specialist II $100 Acquisition/Relocation Specialist I - $95 Records Docs Supervisor $75 (CENTENNIAL ENGINEERING) mA TE CLASS INDIVIDUAL RATE Sr Project Manager Post $145 (UNDERG !SUN® CONSULTANTING SERVICES -UCS) RATE CLASS - =AYE Field Technician $100 Civil, Transportation, & Water Resources Engineering Land Surveying a Geomatics o Mapping www drexelbarrell corn OC:O1 ORAII)#% UTILITY FINDERS 0 w 0 CTI 0) • r 0 CD a V 0 0 00 w • "fl 0 CD w O w CO O N O • -w 0 C) 0 0 0) a 0 a Cl. CD 0 3 2022 Engineering Rate Sheet Test Hole Rates Test Hole Rate: 0.01' to 4.99' (per hole) Test Hole Rate: 5.00' to 9.99' (per hole) Test Hole Rate: 10.00' to 14.99' (per hole) *15% surcharge for predominantly rocky soils. *Minimum project rate Asphalt/Concrete Coring Rate (per hole) Pavement Restoration (slurry mix and Utilitbond) Soils Disposal (per truck, per day) Water Fee (per truck, per day) Administrative Fee (per location, permit) Locate Meet Fee (per location) $195 $215 $235 $1,750 $35 $75 $100 $80 $150-$250 $150 Traffic Control (per day) $1,550 **Permits will be charged at actual cost. **Other pavement restoration may include higher or lower fees depending on individual municipality requirements. Utilibond and slurry are used 98% of the time. **This rate sheet is to be used as a guideline. A project specific estimate can be provided to you by request. DREXBARR Client#: 64231 ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/OD/YYYY)12/21/2021 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER Greyling Ins. Brokerage/EPIC 3780 Mansell Rd. Suite 370 Alpharetta, GA 30022 CONTACT Trudy Henry PHONE 770-552-4225 FAX (A/C, No, Ext): I (A/C, No): E-MAIL aceccertificates@greyling.com Iln com ADDRESS: @9 Y g INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Hartford Accident & Indemnity Company 22357 INSURED Drexel, Barrel/ & Co. 1800 38th St. Boulder, CO 80301 INSURER B : Hartford Casualty Ins. Co. 29424 Navigators Insurance Company INSURER c : 9 P y 42307 INSURER D : Hartford Underwriters 30104 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 21-22 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSR L SUBR MD POLICY NUMBER POLICY EFF (MMIDD/YYYYj POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY 20SBWVK0246 12/31/2021 12/31/2022 EACH OCCURRENCE $1,000,000 PREMISES (Ea occurrence) $1,000,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $10,000 PERSONAL 8 ADV INJURY $1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE X LIMIT APPLIES PER: PRO I JECT LOC PRODUCTS $2 000 000 , , $ D AUTOMOBILE X X LIABILITY ANY AUTO OWNED AUTOS ONLY HIREDONLY AUTOS X _ SCHEDULED AUTOS NON -OWNED AUTOS ONLY 20UEGVO9436 12/31/2021 12/31/2022 (Ee acciIJ INGLE LIMIT $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 20SBWVK0246 12/31/2021 12/31/2022 EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 DED I XI RETENTION $10000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICE MEMECUPROPRIETOR/PARTNER/EXECUTIVE (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below YN N / A 20WEGAJ5S6H 12/31/2021 12/31/2022 X STATUTE IERH E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 C Professional Liability CM21DPLZ02ZFCIV 10/31/2021 10/31/2022 Per Claim $1,000,000 Aggregate $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: On -Call Services Weld County, Colorado, its officers, and its employees are named as an Additional Insureds on the above referenced liability policies with the exception of workers compensation & professional liability where required by written contract. Should any of the above described policies be cancelled by the issuing insurer before the expiration date thereof, 30 days' written notice (except 10 days for nonpayment of premium) will (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Weld County Public Works 1111 H Street PO Box 758 Greeley, CO 80632 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 AO -I/6! ',- ACORD 25 (2016/03) 1 of 2 #S3033176/M3024783 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THEN2 DESCRIPTIONS (Continued from Page 1) be provided to the Certificate Holder. SAGITTA 25.3 (2016/03) 2 of 2 #S3033176/M 3024783 Contract Form ew Contract Request Entity Information Entity Name* DREXEL BARRELL AND COMPANY Contract Name* NPS ENGINEERING SERVICES Contract Status CTB REVIEW Entity ID* O0005361 [11 New Entity? Contract ID 5679 Contract Lead* MBEDELL Contract Lead Email MBedell@co.welcl.co.us Parent Contract ID Requires Board Approval YES Department Project # Contract Description* NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES FOR THE PUBLIC WORKS DEPARTMENT TO ASSIST STAFF WITH ROAD AND BRIDGE CAPITAL IMPROVEMENT PROJECTS. Contract Description 2 Contract Type CONTRACT Amount $90,000.00 Renewable* YES Automatic Renewal IGA Depa nt PUBLIC WORKS nt CM- Publ icWorks(Pweld g ov. com Department Head Email CM-PublicWorks- DeptHead(Aweldgov.com County Attorney GENERAL COUNTY Ai I ORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WELDG 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 Contrac Effective Date Review Date* 12,31,{2022 Renewal Date* 03;'23,2023 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Con Contact Name Purchasing Purchasing Approver Approval Department Head JAY MCDONALD DH Approved Date 03`182022 Final App.I BOCC Approved BOCC Signed Date BOCC Agenda Date 03:2312022 Originator MBEDELL Contact Type Finance Approver CHRIS D'OVIDIO Contact Phone 1 Contact Phone 2 Purchasing Approved Date finance Approved Date 03/21/2022 Tyler Ref f AG 032322 Legal Counsel BRUCE BARKER Legal Counsel Approved Date 03'21/2022 Hello