Loading...
HomeMy WebLinkAbout20220925.tiffC.Onrivacf ID.a-u`1((p BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Horrocks Engineers On -Call Services Contract Renewal DEPARTMENT: Public Works DATE: February 15, 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 Horrocks Engineers 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. Horrocks Engineers 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 $80,000. Horrocks Engineers 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 Horrocks Engineers a one (1) year extension of the Original Contract. These funds are budgeted in 2023 as a line item in account 31100-6377. What options exist for the Board? (Include consequences, impacts, costs, etc. of options): • Approve the renewal (attached) of the Original Contract and allow it to be placed on the next available consent agenda. • Deny the renewal of the Original Contract and allow the contract to expire. Recommendation: Staff recommends approving renewal of the Original Contract and placing this item on the next available consent agenda. Approve Recommendation Perry L. Buck, Pro -tern Mike Freeman, Chair Scott K. James Kevin Ross Lori Saine Schedule Work Session Other/Comments: CovlSe-f/+Pricio" Ox -6,--e- 2022-09Z5 03/Dlol Z3 3/L/23 EC-, 0 0Sb CONTRACT AGREEMENT EXTENSION BETWEEN WELD COUNTY AND HORROCKS ENGINEERS FOR NON -PROJECT SPECIFIC ENGINEERING SERVICES This Agreement Extension/Renewal ("Renewal"), made and entered into ,, "Iday of Mai h 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 Horrocks Engineers, 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. 2022-0925, approved on March 23, 2022. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: The Original Agreement will expire on March 23, 2023. The Original Agreement can be renewed for two additional one-year periods and the hourly rates may be increased for this extension in accordance with the Denver -Aurora -Lakewood Consumer Price Index (CPI), All Items, Seasonally Unadjusted or its successor. The parties agree to extend the Original Agreement for a one-year period, which will begin February 17, 2023, and will end on February 17, 2024. The extension, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Contract Professional has agreed to provide hourly service rates for this extension which comply with the CPI, not to exceed an increase of 6.9% (see attached). 2. Contract Professional has provided an updated insurance certificate (see attached). 3. The total anticipated cost for the period from February 17, 2023, to February 17, 2024, is $80,000. 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: Horrocks Engineers John Holzwarth Printed Name • g ature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair C - L MAR 0 0 2323 ATTEST: �i•'�`- Weld Co BY: �?— e:3902�� Horrocks. Weld County Non -Project Specific Engineering Services Fee Schedule Horrocks Engineers Page 1 Wilson & Company Engineers and Architects Page 7 ACL, Inc Page 8 I'll' Horrocks. FEE SCHEDULE Hourly Engineers Billed Rate Sr. Principal Engineer IV $347.43 Sr. Principal Engineer III $318.56 Sr. Principal Engineer II $295.04 Sr. Principal Engineer $281.15 Principal Engineer V $279.01 Principal Engineer IV $259.77 Principal Engineer III $238.39 Principal Engineer II $220.21 Principal Engineer $181.73 Sr. Associate Engineer V, P.E. $319.63 Sr. Associate Engineer IV, P.E. $291.84 Sr. Associate Engineer III, P.E. $296.11 Sr. Associate Engineer II, P.E. $275.80 Sr. Associate Engineer, P.E. $255.49 Associate Engineer V, P.E. $235.18 Associate Engineer IV, P.E. $220.21 Associate Engineer III, P.E. $200.97 Associate Engineer II, P.E. $177.45 Associate Engineer, P.E. $150.73 Sr. Engineer VIII, P.E. $354.91 Sr. Engineer VII, P.E. $314.29 Sr. Engineer VI, P.E. $301.46 Sr. Engineer V, P.E. $284.35 Sr. Engineer IV, P.E. $281.15 Sr. Engineer III, P.E. $262.97 Sr. Engineer II, P.E. $243.73 Sr. Engineer, P.E. $227.70 Engineer V, P.E. $212.73 Engineer IV, P.E. $194.56 Engineer III, P.E. $177.45 Engineer II, P.E. $152.87 Engineer, P.E. $131.49 Engineering Intern IV $164.63 Engineering Intern III $144.32 Engineering Intern II $125.07 Engineering Intern $105.83 Other Professionals Sr. Principal Planner $291.84 Sr. Associate Planner $234.11 Sr. Planner VI $303.60 Sr. Planner V $271.53 Sr. Planner IV $253.35 Page 1 of 8 Horrocks. FEE SCHEDULE Hourly Billed Rate Sr. Planner III $240.53 Sr. Planner II $214.87 Sr. Planner $194.56 Planner V $178.52 Planner IV $167.83 Planner III $141.11 Planner II $118.66 Planner $94.07 Sr. Environmental Specialist VII $322.84 Sr. Environmental Specialist VI $288.63 Sr. Environmental Specialist V $271.53 Sr. Environmental Specialist IV $252.28 Sr. Environmental Specialist III $231.97 Sr. Environmental Specialist II $214.87 Sr. Environmental Specialist $197.77 Environmental Specialist VI $177.45 Environmental Specialist V $161.42 Environmental Specialist IV $143.25 Environmental Specialist III $125.07 Environmental Specialist II $111.18 Environmental Specialist $89.80 Sr. Communication Specialist VI $265.11 Sr. Communication Specialist V $231.97 Sr. Communication Specialist IV $214.87 Sr. Communication Specialist III $194.56 Sr. Communication Specialist II $175.32 Sr. Communication Specialist $156.07 Communication Specialist V $137.90 Communication Specialist IV $120.80 Communication Specialist III $105.83 Communication Specialist II $84.45 Communication Specialist $65.21 Communications Intern $57.73 Sr. Public Involvement Specialist VI $274.73 Sr. Public Involvement Specialist V $248.01 Sr. Public Involvement Specialist IV $224.49 Sr. Public Involvement Specialist III $196.70 Sr. Public Involvement Specialist II $180.66 Sr. Public Involvement Specialist $161.42 Public Involvement Specialist V $141.11 Public Involvement Specialist IV $125.07 Public Involvement Specialist III $104.76 Page 2 of 8 I'll' Horrocks. FEE SCHEDULE Hourly Billed Rate Public Involvement Specialist II $84.45 Public Involvement Specialist $62.00 GIS Programmer/Sr. Analyst II $209.52 GIS Programmer/Sr. Analyst $177.45 Sr. GIS Analyst II $159.28 Sr. GIS Analyst $141.11 GIS Analyst II $118.66 GIS Analyst $96.21 Sr. Graphics Specialist VI $265.11 Sr. Graphics Specialist V $231.97 Sr. Graphics Specialist IV $212.73 Sr. Graphics Specialist III $193.49 Sr. Graphics Specialist II $177.45 Sr. Graphics Specialist $158.21 Graphics Specialist V $137.90 Graphics Specialist IV $120.80 Graphics Specialist III $107.97 Graphics Specialist II $84.45 Graphics Specialist $65.21 Graphics Intern $43.83 Technicians Sr. Design Technician IV $228.77 Sr. Design Technician III $194.56 Sr. Design Technician II $178.52 Sr. Design Technician $163.56 Design Technician IV $143.25 Design Technician III $125.07 Design Technician II $101.56 Design Technician $82.31 Sr. CAD Technician II $155.01 Sr. CAD Technician $120.80 CAD Technician II $102.62 CAD Technician $86.59 Jr. CAD Technician $62.00 Sr. Field Technician IV $222.35 Sr. Field Technician III $190.28 Sr. Field Technician II $168.90 Sr. Field Technician $151.80 Field Technician IV $134.69 Field Technician III $117.59 Field Technician II $100.49 Field Technician $82.31 Page 3 of 8 I'll' Horrocks. FEE SCHEDULE Hourly Billed Rate Jr. Field Technician II $65.21 Jr. Field Technician $52.38 Sr. Vacuum Truck/Camera Technician $144.32 Vacuum Truck/Camera Technician II $107.97 Vacuum Truck/Camera Technician $87.66 Telecom and ITS Technicians Sr. Telecommunications Manager III $252.28 Sr. Telecommunications Manager II $214.87 Sr. Telecommunications Manager $168.90 Sr. Telecom Site Acqstn. Specialist III $252.28 Sr. Telecom Site Acqstn. Specialist II $209.52 Sr. Telecom Site Acqstn. Specialist $174.25 Telecom Site Acquisition Specialist III $148.59 Telecom Site Acquisition Specialist II $131.49 Telecom Site Acquisition Specialist $118.66 Sr. Telecom Construction Manager III $281.15 Sr. Telecom Construction Manager II $209.52 Sr. Telecom Construction Manager $174.25 Telecom Construction Manager III $150.73 Telecom Construction Manager II $131.49 Telecom Construction Manager $102.62 Sr. Transportation ITS Engineer III $350.63 Sr. Transportation ITS Engineer II $297.18 Sr. Transportation ITS Engineer $243.73 Transportation ITS Engineer III $196.70 Transportation ITS Engineer II $165.70 Transportation ITS Engineer $151.80 Transportation ITS Eng. Intern III $136.83 Transportation ITS Engineering Intern II $106.90 Transportation ITS Engineering Intern $68.42 Sr. ITS Field Technician IV $215.94 Sr. ITS Field Technician III $183.87 Sr. ITS Field Technician II $167.83 Sr. ITS Field Technician $148.59 ITS Field Technician IV $131.49 ITS Field Technician III $114.38 ITS Field Technician II $96.21 ITS Field Technician $80.18 Jr. ITS Field Technician II $60.93 Jr. ITS Field Technician $42.76 Sr. Telecom Design Manager III $198.83 Sr. Telecom Design Manager II $164.63 Page 4 of 8 I'll' Horrocks. FEE SCHEDULE Hourly Billed Rate Sr. Telecom Design Manager $133.63 Telecom Design Technician III $120.80 Telecom Design Technician II $113.31 Telecom Design Technician $91.93 Telecom Design Technician Intern $64.14 Construction Managers, Inspectors and Technicians Sr. Construction Manager III $252.28 Sr. Construction Manager II $209.52 Sr. Construction Manager $174.25 Construction Manager Ill $148.59 Construction Manager II $131.49 Construction Manager $102.62 CM Office Tech III $168.90 CM Office Tech II $151.80 CM Office Tech $135.76 Lab Manager II $177.45 Lab Manager $151.80 Lab Tech V $151.80 Lab Tech IV $134.69 Lab Tech III $117.59 Lab Tech II $99.42 Lab Tech $83.38 Jr. Lab Tech $62.00 Sr. Inspector IV $219.15 Sr. Inspector III $187.08 Sr. Inspector II $169.97 Sr. Inspector $151.80 Inspector IV $135.76 Inspector III $117.59 Inspector II $99.42 Inspector $85.52 Surveyors and Technicians Sr. Licensed Surveyor II $257.63 Sr. Licensed Surveyor $180.66 Licensed Surveyor II $159.28 Licensed Surveyor $133.63 Sr. Surveyor/ROW Technician II $174.25 Sr. Surveyor/ROW Technician $140.04 Surveyor/ROW Technician III $120.80 Surveyor/ROW Technician II $102.62 Surveyor/ROW Technician $78.04 Sr. ROW Acquisition Technician IV $271.53 Page 5 of 8 I'll Horrocks. FEE SCHEDULE Sr. ROW Acquisition Technician III Sr. ROW Acquisition Technician II Sr. ROW Acquisition Technician ROW Acquisition Technician IV ROW Acquisition Technician III ROW Acquisition Technician II ROW Acquisition Technician Support Staff Sr. Administrative Assistant III Sr. Administrative Assistant II Sr. Administrative Assistant Administrative Assistant III Administrative Assistant II Administrative Assistant Equipment Global Positioning System Mobile LiDAR/HDS 3D Scanner Lab Testing Equipment Vacuum Truck CCTV Camera Truck Travel and Subsistence Mileage Subconsultant Other Direct Costs Rates are effective through December 31, 2023 Continued on next page Wilson 8, Company. Hourly Billed Rate $239.46 $215.94 $196.70 $180.66 $162.49 $150.73 $124.00 $158.21 $124.00 $104.76 $86.59 $67.35 $47.04 Request Pricing Request Pricing Request Pricing Request Pricing Request Pricing Cost Based on current IRS Mileage Rate Cost + 10% Cost + 10% Page 6 of 8 Wilson & Company, Engineers and Architects, Inc Rate Table ACL, Inc. CLASSIFICATION Engineer/Technical Specialist XV Engineer/Technical Specialist XIII Engineer/Technical Specialist XII Engineer/Technical Specialist VII Engineer/Technical Specialist IV Engineer/Technical Specialist III Engineer/Technical Specialist II Engineer/Technical Specialist I *Rates based on a 3.0 Multiplier 2023 DESCRIPTION $213.80 Survey Manager $192.42 Sr. Professional Surveyor $181.73 Professional Surveyor $128.28 Sr. Cadd Technician $96.21 Party Chief II $85.52 CADD Technician, Party Chief I $74.83 Office Administration, Instrument Person II $64.14 Instrument Person I Survey Equipment Schedule G PS Lidar Scanner Mileage $125.00 per day $600.00 per day IRS Rate per mile Page 7 of 8 12/20/2022 ACL Inc. Transportation Engineering ACL, Inc. 2023 Standard Hourly Billing Rate Schedule LABOR Labor Classification Hourly Rate TECHNICAL STAFF Principal Transportation Specialist Senior Project Manager Project Manager Engineer V Engineer IV Engineer III Project Engineer Engineer II Engineer I Senior Designer Designer II Designer I ADMINISTRATIVE AND TECHNICAL SUPPORT Technician II Technician I Senior Administrative Assistant DIRECT EXPENSES Item Xerox Messenger Services Shipping Mileage Outside Services Printing / Reproduction Adria C Lucerna, PE President Rate Schedule CO -22 $182.00 $179.00 $173.00 $165.00 $155.00 $148.00 $140.00 $135.00 $128.00 $119.00 $117.00 $113.00 $106.00 $107.00 $100.00 $ 98.00 Rate $0.20/Sheet Invoice Cost Invoice Cost IRS Rate Invoice Cost Invoice Cost January 2, 2023 Date Page 8 of 8 HORRENG-01 AGALLAHER 4 OR0� CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 6/17/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER American Insurance & Investment Corp. 448 South 400 East CONTACT Ashley Gallaher NAME: A/2,1 o, Ext): (801) 364-3434 625 jAAi'o, No): (801) 355-5234 Salt Lake City, UT 84111 nooRlkss:Ashley.Gallaher@american-ins.com INSURER(S) AFFORDING COVERAGE NAIL 0 INSURER A: Hartford Fire Insurance Co. 19682 INSURED INSURER a :Hartford Casualty Insurance Co 29424 Horrocks Engineers, Inc. INSURER C: Hartford Ins Co of The Midwest 37478 2162 W Grove Pkwy, Ste 400 Pleasant Grove, UT 84062 INSURER D:XL Specialty Insurance Company 37885 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 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 POLIO ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TVTYPE OF INSURANCE LTR ADD- SUER INSD WVD POLICY NUMBER POLICY EFF ZS/DIM POLICY EXP IMM/DD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR X X 34UUNOZ0016 7/1/2022 7/1/2023 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) 1,000,000 $ MED EXP (Any one person) $ 10,000 PERSONAL 8, ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GE,AGGREGATE LIMIT APPLIES PER: POLICY JET LOC OTHER: PRODUCTS - COMP/OP AGG $ 2,000,000 B AUTOMOBILE X LIABILITY ANY AUTO MEOWNED SON, AUTOS ONLY SCHEDULED AUTOppSWN AUOTOS ONLY 34UENOZ0028 7/1/2022 7/1/2023 COMBadent) INED SINGLE LIMIT (Ea.ac $ 1,000,000 BODILYINJURY(per person) $ BODILY INJURY (Per accident) $ PeOacEatlentDAMAGE $ B X UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS -MADE 34XHUOZ0017 7/1/2022 7/1/2023 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 $ DED I X I RETENTION $ 0 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN �FFICER/MEMBER EXCLUDED? �N (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below X N / A 34WEOK8H0L 7/1/2022 7/1/2023 X I STATUTE I I Eft E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ D Prof Liab Claim Made D Retro Date 1/1/1965 DPR9994645 DPR9994645 7/1/2022 7/1/2022 7/1/2023 7/1/2023 Per Claim Aggregate 10,000,000 10,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) Professional Liability Deductible $200,000 Weld County, Colorado, its elected officials, and its employees is name as an additional insured with respect to the General Liability as per the written contract. Waiver of Subrogation applies to the General Liabilityand Worker Compensation. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld County Colorado, its elected officials, and its employees THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1111 H Street PO Box 758 Greeley, CO 80631 AUTHORIZED REPRESSEENNTTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Cont act Request Entity Information Entity Name* HORROCKS ENGINEERS INC Contract Name* 2023 ENGINEERING SERVICES RENEWAL Contract Status CTB REVIEW Entity ID* 000©4146© ❑ New Entity? Contract ID 6716 Contract Lead* MBEDELL Contract Lead Email MBedell@co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project Contract Description* THE ORIGINAL ENGINEERING SERVICES CONTRACT WILL EXPIRE ON 3/23/23. PUBLIC WORKS RECOMMENDS A ONE-YEAR CONTRACT EXTENSION, AS ALLOWED BY THE ORIGINAL CONTRACT. Contract Description 2 Contract Type* RENEWAL Amount* S80,000.00 Renewable* YES Automatic Renewal NO Grant NO IGA NO Department PUBLIC WORKS Department Email CM- RiblicWorks@weldgov.com Department Head Email CM-PublicWorks- DeptHeadL weldgav,com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EY/AWELDG OV,COM If this is a renewal enter previous Contract ID 20220925 If this is part of a EISA enter MSA Contract ID Requested BOCC Agenda Date" 02,01,2023 Due Date ©1x28,2023 Will a work session with BOCC be required?* ND 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 Coot Effective Date Review Date* 12/31,2023 Renewal Date* 02;'17,'2024 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Name Purchasing Purchasing Approver Approva Process Department Head .CURTIS HALL DH Approved Date 02x`27:2023 Final Approva B0CC Approved BOCC signed Date B0CC Agenda Date 03/06;2023 Originator MEEDELL Contact Type Contact Email Finance Approver CHERYL PATTELLI Contact Phone 1 Contact Phone 2 Purchasing Approved Date Legal Counsel KARIN MCDOUGAL Finance Approved Date Legal Counsel Approved Date 02,2812023 02128;2023 Tyler Ref it AG 030623 Coni-vaCi+ lr-5 off( 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. Approve Recommendation Perry L. Buck Mike Freeman, Pro -Tern Scott K. James, Chair Steve Moreno Lori Saine Schedule Work Session conse,n+nopraot 03/ Z3J22 ,5h2L5Am Other/Comments: 2022-0925 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.weidgov.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 HORROCKS ENGINEERS FOR NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES THIS AGREEMENT is made and entered into this Z34ay of }r(a.vch , 2022, by and between the Board of Weld County Commissioners, on behalf of the Public Works Department, hereinafter referred to as "County," and Horrocks Engineers. 4627 West 20th Street Road, Suite A, Greeley, CO 80634, 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 c2.' -oYo2�' Forms exceed the amount described in Section 6 of this Agreement. Any appropriately executed Internal Accounting Form shall be automatically incorporated herein and enforceable. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contract Professional's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the parties. 4. Termination. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contract Professional. Either party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this Agreement shall be in writing signed by both parties. No additional services or work performed by Contract Professional shall be the basis for additional compensation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. If written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change 2 Order. Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in Work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation/Contract Amount. Upon Contract Professional's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contract Professional an amount not to exceed $80,000.00. No payment more than that amount will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contract Professional hereunder and Contract Professional agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contract Professional shall not be entitled to be paid for any other expenses (mileage). 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 assume toward Contract Professional all the obligations and responsibilities which Contract 3 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. 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 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 4 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. 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 5 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, and volunteers for losses arising from the work performed by the Contract Professional for the 6 County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contract Professional agrees that a duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers, and records of Contract Professional, involving all matters and/or transactions related to this Agreement. Contract Professional agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: 7 TO HORROCKS ENGINEERS: Name: Johnny Olson, P.E. Position: Principal Address: 4627 West 20th Street Road, Suite A Greeley, CO 80634 E-mail: johnny.olson@horrocks.com Phone: 303-967-0353 TO COUNTY: Name: Michael Bedell, P.E. Position: Senior Engineer Address: P.O. Box 758 Greeley, CO 80632 E-mail: mbedell@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 that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract 9 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: Horrocks Engineers By: Name: .74 Title: A" 0," ,3-1- u�zz Date of Signature: WELD CO ATTEST: •,,410crittAl 6F. BOARD OF COUNTY COMMISSIONERS Weld Co Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Cler Tr\A-Qc-c3A1249---- ike Freeman, Pr_Q em R 2 3 2022 11 ", -0902 Request for Proposal Non -Project Specific (NiPS Engineering Services 1 EXHIBIT A FP #2200039 I. Purpose Weld County is soliciting proposals from short-listed firms for non -project specific (NPS) engineering services to assist and supplement the Public Works Department (Code Section 5-4-150.B QBS). One or more firms may be contracted to provide the services described below. The selected firms may be contracted to provide these services based on a negotiated scope of work and fees. The budgeted amount for the annusil contract period is S150,000. If more than one firm is selected, the Contracted amount will be divided between the firms in an amount to be decided by Weld County. The Contract will be valid for one year from the date of the signed contract and, at the option of Weld County, may be extended for up to two additional 1 -year contracts. No guarantee is made to the scope of future work and may be modified at the sole discretion of Weld County. The QBS procedure will be utilized to select firms. No c#st informati n shall ke provnft d with the proposal. The selection committee shall include Weld 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 Profr:ssionsil 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 IA form, the County will provide basic project information and the firm shall provide a detailed scope of work and cost estimate for the given project. The Professional Services Agmement shall commence on the date the Agreement is signed by the goard of County Commissioners and shall continue in full force and effect for one (1) year. At the option of the County, the Agreement may be extended for up to two (2) :additional years. If the Agreement is renewed, the firm will have the opportunity to revise their fee schedule. Any revisions to the fee schedule shall not exceed the Denver, Aurora, Lakewood Consumer Price Index in effect at the time of renewal. The Agreement may be used at the option of other Weld County Departments using funds from their respective budgets. II. Scope of Services The work scope will generally consist of engineering services related to various Public Works tasks, including but not limited to surveying, right-of-way plans and acquisition services, drainage plans and reports, grading plans, traffic studies, roadway design plans and profilers, bridge plans, and construction irispecsion. The firm will operate as an independent contractor and must supply their own equipment, hardware, software, and office space. The firm must be available for phone calls and on -site meetings on a regular basis. All work will be at the request of Weld County and there is no minimum amount of work guaranteed. All design plans bid quantities shall be double checked by hand and submitted to the County Page 1 for review. If there are additional costs associated with any incorrect design plans bid quantity during construction, the firm shall be responsible for paying the additional cost if the error results in a change order requiring Board of County Commissioner approval. UDBE goals will be zero unless there are Federal or CDOT funds involved. A. Requirements The consultant will be expected to provide a full range of engineering services including those services listed and described as follows: If available, Weld County will provide CAD files (in current CAD version used by the County) of the project area to the Consultant upon negotiation of the IA. A project kickoff meeting shall occur with the County, the Consultant, and the Consultant's subcontractors after the IA has been signed by the applicable parties. Monthly progress meetings shall be held. The Consultant shall be responsible for providing a meeting agenda and meeting minutes. All designs shall be done in AutoCAD Civil 3D in a version that is compatible with the County's version of AutoCAD. The Consultant shall use the County AutoCAD template, line styles, survey point settings, and printer settings. The Consultant shall provide detailed written monthly progress reports with each invoice for the project duration. The monthly progress reports shall include: • A cover letter outlining all work billed during the invoice period. • Backup data showing the personnel working on a task, their hourly rate, and number of hours. • Subconsultant invoices shall include the same information as backup documentation. Surveying The Consultant and subconsultant shall apply for and receive a Right of Way (ROW) permit for all work to be performed within the County's ROW. There will be no charge for the permit however, the Consultant or subconsultant shall provide the required MHTs, certificate of insurance, and ROW permit application for review and issuance. Traffic control shall be included in the cost of the work performed in the County's ROW. All traffic control is subject to acceptance by the County prior to commencement of the work. The Consultant shall be responsible for obtaining a Right to Enter for locations outside of the County's ROW. The consultant may be asked to provide the labor and equipment necessary for performing field surveying of existing features and produce base -mapping needed for road and bridge designs. Boundary surveys, land ownership mapping, ROW exhibits, title research, and parcel legal descriptions may also be required. Construction staking per approved County designs. All deliverable materials with final survey information shall be stamped, signed, and dated by a Professional Surveyor licensed within the State of Colorado. Road and Bridge Design The consultant may be asked to create detailed road and bridge designs including horizontal and vertical layout, hydrology, hydraulics, floodplain modeling, structural analysis, plans preparation and specifications. The consultant shall be familiar with all the requirements necessary for completing bid documents following both CDOT and Weld County design criteria and standards. All deliverable materials with final design information shall be stamped, signed, and dated by a Professional Engineer licensed within the State of Colorado. Should a consultant be asked to provide environmental or historical services they will be required to use Tiglas Ecological Services, Darcy Tiglas. Page 2 Traffic Engineering The consultant may be asked to complete traffic engineering tasks which will generally include signing investigations and recommendations, level of service calculations, warrant studies, capacity calculations and recommendations, obtaining traffic counts, traffic modeling, and creation of detailed traffic impact studies and reports that may relate to private developments or transportation improvements. All deliverable materials with final design information shall be stamped, signed, and dated by a Professional Engineer licensed within the State of Colorado. Construction Inspection The consultant may be asked to provide the labor and equipment necessary for performing construction inspection duties including documenting the work and ensuring the contractor is meeting all the contract requirements. The construction inspector shall have all the qualifications and certifications to perform the duties to fulfill all the requirements of a CDOT Local Agency Project. Such certification is described in detail on the CDOT website: programs, other key programs, construction inspector qualification, construction inspector certification program. Administration and Meetings The consultant may be required to attend meetings with Public Works staff, meetings with County Commissioners and conduct presentations at the meetings, and possibly help conduct public meetings. The consultant shall clearly demonstrate their knowledge and capabilities to perform the engineering design services as described above. This work is to be conducted in close coordination with Public Works staff. B. Consultant Selection Schedule (Anticipated) • RFQ Advertisement Issued • Consultant Qualifications Due • Consultant Shortlist • RFP and Pre -Proposal Meeting • Consultant Proposals Due • Consultant Interviews • Consultant Final Selection 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(a�weldoov.com Page 4 DV. Selection Criteria and Method The Weld County Purchasing Professional Services Selection (QBS) process describes the consultant selection criteria and method. A selection committee comprised of Weld County Public Works staff will be reviewing and scoring the proposals submitted by the firms. Prop sal Scoring Criteria Proposals submitted by firms will be evaluated on the following criteria. These criteria will be the basis for scoring the proposal submittals. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. WEIGHT EVALUATION CRITERIA STANDARD 6 Scope Proposal wf The methodology proposal clearly to be shows used, an understanding and results that of are desired the project by the objectives, Department. 7 Critical Issues The associated proposal with demonstrates the project the and firm offers clearly realistic understands solutions to the major issues those issues. 5 Project Control The demonstrated appropriate. process firm in has -place described The an ability firm to manage their has to insure a realistic the methods quality State of and or of controlling comprehensive their Federal submitted their procedures costs. Quality work. are The Control used firm where has 1 Work Familiarity Location Project familiarity team's with work Weld location County relative and policies to Weld and County. procedures Key of team the members Department. I UDBE Goals The UDBE proven firm goals abilities. has provided (when necessary). documentation The which designated supports UDBE their subconsultant(s) ability to meet have Interview Scoring Criteria STANDARD EVALUATION WEIGHT CRITERIA 4 Work Approach The the work. firm proposed The consultant and clearly offered described innovative their ideas approach for this towards project. completing 4 Project Qualifications Manager record. The firm's The Project Project Manager Manager has demonstrates adequate qualifications effective and communication a proven track skills. 4 Quality Presentationvisual of being The interview interviewed aids were presentation demonstrated effective. was clear effective and easy to communication understand. skills The and people audio- 8 Question/Answer Session The selection the firm project was able committee. and goals. to provide Answers good given answers to the demonstrated questions clear understanding asked by the of Page 5 HORROCKS ENGINE February 11, 2022 Attn: Michael Bedell, P.E., Senior Engineer, Project Manager Weld County Purchasing Department, Weld County Administrative Building 1150 0 Street Room #107 Greeley, CO 80631 SUBJECT: NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES - RFQ #B2200039 Horrocks Engineers is excited that Weld County has favorably reviewed our Statement of Qualifications for RFQ #B2200039 Non -Project Specific (NPS) Engineering Services Contract and we respectfully submit this Proposal in response to the current RFP. Horrocks is proud of the projects that we have been delivering to Weld County and the City of Greeley over the last 2 years, including the SUE On -call and specific projects on CR 66/CR 41 intersection and 83rd Ave. in Greeley. We have learned many things during the delivery of those projects and are eager to continue our strong working relationship with Weld County by assisting with this Engineering on -call. We bring all the needed technical skills and experience through our deep staff and with niche, complementary partners. Our combined capabilities and client -first approach will produce an exceptional delivery experience that will result in quality plans and other deliverables. Horrocks looks forward to the opportunity to serve the County by providing the following key delivery traits: • Comprehensive engineering services delivered by our highly qualified and experienced professionals. • Previous work for Weld County from our specific staff presented in this proposal has brought important lessons learned regarding how to work effectively and successfully with the County. • Horrocks' will serve as an extension of County staff to provide collaborative interaction with the County based on open and frequent communication. • Local roots in Weld County bring a commitment to deliver all goals and expectations. We are very excited to offer Weld County our innovative approach to client care, quality, and sustainability. We believe this is added value in our highly competitive industry. Caring, commitment, responsiveness, respect, inclusivity, and earning our clients' trust every day are hallmarks of our approach to delivering excellence. We stand ready to work together with Weld County to deliver quality engineering services that result in improved construction performance. Sincerely, Johnny Olson, PE Principal, Colorado Director of Transportation and Operations Horrocks Engineers P: 970-381-2206 E: johnny.olson@horrocks.com 303-967-0353 I info@horrocks.com I Horrocks.com 4627 West 20th Street Rd., Suite A, Greeley, CO 80634 NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES FIRM QUALIFICATIONS MUNICIPAL SERVICES QUALIFICATIONS AND EXPERIENCE For more than 50 years, Horrocks has successfully completed transportation, storm drainage, water, wastewater, and other projects for our municipal clients, including cities, towns, counties, districts, government agencies, and more. We have provided services for more than 500 municipal projects throughout the Intermountain Region in the last five years and have delivered projects for more than 200 towns, cities, and counties; seven DOTs; and the federal government. The breadth of Horrocks support was recognized when ENR named Horrocks as the #1 ranked Design Firm in the Mountain Region. Horrocks offers a deep pool of skilled roadway, traffic, hydrology and hydraulics, and structures engineers; ITS designers; surveyors, right-of-way (ROW) specialists, construction management staff, and technical experts to meet the County's project needs. Our main priority is to provide municipalities with quality engineering services for their communities that will stand up to the demands of vibrant growth. By understanding economic trends, projecting community growth, embracing innovative delivery methods as an industry leader, and staying ahead of the engineering technology curve, we believe that our work not only connects people with needed infrastructure but also helps to create an intelligent and planned connection to the future. We pride ourselves on being thorough and responsive throughout each project, regardless of size and complexity. Horrocks understands the challenges that communities face when trying to stretch their dollars to meet all the different needs for public infrastructure. We have the flexibility and experience to help municipalities obtain the best value and maximize their investments through our use of innovative practices in design, project delivery, and management oversight. All personnel assigned to our projects have significant qualifications and training in their areas of expertise. Weld County RFQ #B2200039 HORROCKS N G 1 1. R S Roadway and Transportation Design Traffic Engineering and Studies, Intelligent Transportation Systems (ITS) Grant Development, Writing, Application, and Administration Regulatory Processing (CDOT Local Agency/ Federally Funded Projects) Hydraulics and Hydrology Trails Planning and Design Bike/Pedestrian Planning and Design Property Appraisal and Acquisition Subsurface Utility Engineering Survey and Right -of -Way Engineering Municipal and City Engineering Utility Coordination Services Bridge Structures Stormwater Environmental/Historic Studies and Compliance Water Resources Construction Management Fiber Optics and Telecommunications Geographic Information System (GIS) Programming and Analysis Site Planning and Land Development Public Involvement 1 NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES r The Horrocks team is developed and organized to bring comprehensive, professional, and responsive engineering services to the County. The proposed key personnel were brought together for their top -caliber technical qualifications, extensive Weld County and municipal experience, and their demonstrated success delivering Colorado Department of Transportation (CDOT), Local Agency, and federally funded projects. Our collective and deep understanding of the County, combined with our exceptional range of comparable experience, equips us to deliver any service needed under this on -call contracting vehicle. Concise resumes of key team members are provided on the following pages. ORGANIZATION CHART to rillik mss•, Johnny Olson, PE (H) Project Principal/Contract Manager 20% Avail. Tayler Lane (H) SUE Marie Thoming, PE (H) Project Manager 60% Avail. 35% Avail. i :re ow .7401 Dave Stewart, PLS Wilson & Company, Inc. Survey 35% Avail. Corey Guerrero, PLS (H) ROW Plans 60% Avail. Courtney Wallace (H) ROW Acquisition 70% Avail. Hydraulics/Hydrology/SWMP and Reviews Horrocks Harry Strasser, PE, CFM Mia Schrilla, EIT 35% Avail. 35% Avail. r q. U Fred Dean 35% Avail. LEGEND NAME Project Role Avail. =Key Team Member rilb4:)._ .._ -►- Micah Leadford, PE (H) Dan Woodward, PE (H) Constructability Review/Cost Est. Constructability Review/Cost Est. 35% Avail. 4k4 Cameron Feagle, PE (H) Traffic Design 50% Avail. C h.i Kevin Croshaw, PE (H) Traffic Models/Reviews 35% Avail. Steven Sabinash, PE ACL, Inc Traffic Support Weld County RFQ #B2200039 HORROCKS ENGINEERS 60% Avail. Trenna Terrill, PE (H) Roadway Design 65% Avail. Sean Fahey, PE (H) Roadway Design 45% Avail. i Samantha Sherwood, PE Yeh and Associates Construction Inspection 35°,% Avait. kik Jason Carota, PE (H) Structures Design 35°k Avail. Fred Dean (H) CADD Support 65% Avail. i Todd Santee (H) CADD Support 2 NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES EDUCATION BS, Civil Engineering, University of Colorado EDUCATION B.S. Civil Engineering, University of Weld County RFQ #B2200039 MARIE THOMING, PE I Project Manager LICENSE/ CERTIFICATION: CO PE No. 48367 I % AVAILABILITY: 60% Marie has 25 years of experience in civil engineering, with experience in roadway, rail, and multiuse trail design, project management, preparing construction plans and specifications, and oversight of construction bid documents. Varie follows all company QC/QA procedures for review of construction plans, design calculations, and cost estimates to ensure completeness, accuracy, and conformity to engineering standards and practices. Varies roadway experience includes designing and preparing construction plan sets for Complete Streets and bikeway projects. Marie has completed transportation projects, many Local Agency, for municipalities across the Front Range, including the City and County of Denver, the City of Aurora, Arapahoe County, Weld County, and the City of Greeley. RELATED PROJECT EXPERIENCE: • CR 66 and CR 41 Intersection Design, Weld County, CO Deputy Project Manager, Roadway Design Lead • 83rd Avenue Corridor (10th to 12th Street) Improvement Project, Greeley, CO Roadway Conceptual Design Lead • CR 66 Corridor SUE and Conceptual Alignment, Greeley, CO Project Manager • Lemay Avenue over BNSF Railroad, Fort Collins, CO Engineering and Plan Support JOHNNY OLSON, O N , PE I Project Principal & Contract Manager LICENSE/ CERTIFICATION: CO PE No. 33932 I % AVAILABILITY: 20% After 28 years with CDOT, Johnny brings Weld County a wealth of experience in transportation work, including project development, project management, highway and intersection design, local agency work, construction management, contract management, and maintenance. During his career Johnny has worked with Weld County on several projects and has a very good understanding of how the County works. The County will benefit from his past working relationships and the sk Its he honed at CDOT. including project leadership and coordination with utility companies, land owners, and other engineering disciplines. His ability to tie design, construction, and maintenance aspects into the project development process brings unique and tangible value. He has taken approximately $800 million of projects from conception to construction completion. RELATED PROJECT EXPERIENCE: • CR 66 and CR 41 Intersection Design and Improvements, Weld County, CO Project Manager • 83rd Avenue Corridor (10th to 12th Street) Improvement Project, Greeley, CO Project Principal • CR 66 Corridor SUE and Conceptual Alignment, Greeley, CO Project Principal • US 34 Encore at Johnstown, Larimer County, CO Project Principal HORROCKS uu ENGINEERS 3 NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES EDUCATION B.S. Civil Engineering, Colorado School of Mines EDUCATION MS, Civil Engineering, Manhattan College BS, Civil Engineering, Manhattan College Weld County RFQ #B2200039 MICAH LEADFORD, PE I Constructability Review/Cost Est. LICENSE/ CERTIFICATION: CO PE No. 0055931 I `)/0 AVAILABILITY: 35% Micah brings 16 years of experience in both public and privately funded civil and vertical construction project delivery. His 10 years of experience as a Project Manager and Construction Operations Engineer with the Federal Highway Administration (FHWA), Central Federal Lands Highway Division (CFLHD), provides Micah with extensive knowledge leading interdependent, engineering and construction administration teams. His core expertise lies in programming. financial planning. project development, procurement. construction administration, and project closeout. His experience includes project delivery in all Federal Lands Highway programs across 14 states. RELATED PROJECT EXPERIENCE: • CR 66 and CR 41 Intersection Design and Improvements, Weld County, CO Constructability Review and QA/QC Support • Ft. Collins Lemay Ave over BNSF Railway, Fort Collins, CO Project Manager • 83rd Avenue Corridor (10th to 12th Street) Improvement Project, Greeley, CO Project Manager • 2013 Flood Recovery, Larimer County Road 43 (LCR 43) Emergency Response Project Manager* *Experience prior to joining Horrocks JASON CAROTA, R O TA , PE I Structures Lead LICENSE/ CERTIFICATION: CO PE No. 46364 I Additional PE Licenses: UT, NM, AZ, TX, and NY I % AVAILABILITY: 35% Jason has 19 years of structural engineering experience. His expertise includes the design and rehabilitation of bridges and other structures, the development of contract drawings, construction cost estimates. and specifications for various types of structures. His major strength is structural design of bridges, of which he has designed various types including concrete (pre -stressed, post -tensioned, and cast -in -place) and steel. Jason has experience with civil engineering design projects, including retaining walls and culverts. He has over six years of experience managing structural tasks, including on -call tasks for municipalities. RELATED PROJECT EXPERIENCE: • CR 66 and CR 41 Intersection Design, Weld County, CO Structures Design Lead • Scottsdale On -Call Structural Services, Scottsdale, AZ Project Manager • Thornton Road Widening and Reconstruction, Casa Grande, AZ Structures Engineer • UDOT West Davis Highway Program Management, Davis County, UT Structures Engineer • Toquerville Parkway Roadway Design, Toquerville, UT Structures Engineer • ADOT SR 189 Design -Build, Maricopa County, AZ ( Structures Design Lead • NDOT 1-515 Charleston Interchange Final Design, Las Vegas, NV Structures Engineer HORROCKS uiu E N V l\ E E R S •'.9 • ^•STY-. 4 NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES BA, History, Colorado State University EDUCATIOP CADD Certificate, Aims Community College Weld County RFQ #B2200039 COURTNEY WALLACE I ROW Acquisitions LICENSE/ CERTIFICATION: CDOT Qualified ROW Acquisitions Agent I % AVAILABILITY: 70% Courtney has five years of experience in ROW acquisition, including work as a Documents and Records Specialist. Based in our Greeley office, she has worked on numerous projects in Northern Colorado and Weld County as the primary acquisition agent, including for several federal aid projects.. and has earned CDCT pre -qualification status for acquisitions. Courtney has acquired land for all types of Local Public Agency projects, including sidewalks, trails, water pipelines, roadway improvement and bridges. She is also able to provide support for Right of Entry, title ordering and review, contracting with appraisers as necessary, and coordination with utility providers. Courtney has provided expert testimony in three eminent domain cases which resulted in immediate possession awards for her clients. RELATED PROJECT EXPERIENCE' • CR 66 and CR 41 Intersection Design, Weld County, CO ROW Acquisitions Lead • CR 66 Corridor SUE and Conceptual Alignment, Greeley, CO ROW Acquisitions Lead • 47th Avenue Road Widening, Evans, CO ROW Acquisitions Lead* • WCR 37 & 80 Intersection Improvement, Weld County CO ROW Acquisition Lead* • Centennial Trail, Kersey CO ROW Acquisitions Lead* *Protect experience prior to joining Horrocks COREY GUERRERO, PLS I ROW Plans LICENSE/ CERTIFICATION: CO PLS No. 0033654 I % AVAILABILITY: 60% Corey has 32 years of ROW plans and surveying experience, bringing to Horrocks invaluable expertise serving in both public (27 years with CDOT) and private sector capacities. His technical proficiencies include establishing boundary locations. composition of all varieties of legal descriptions, the preparation of a diverse range of survey exhibits, maps and plats including ROW plans, the research and review of title documentation, quality control, departmental coordination, and communication. It is Corey's singular knowledge gained as a CDOT ROW Plans Unit team member in Region 4, Region 1, and Headquarters that prepares Corey so well as a strong ROW Lead for this NPS contract. He is fully versed with CDOT's survey coding system, as well as the client's survey/ROW plan project delivery approach. This will prove invaluable for efficient task order scoping and resource assignments to assure the Horrocks team successfully delivers each task order to the County's standards and service expectations. RELATED PROJECT EXPERIENCE: • CR 66 and CR 41 Intersection Design, Weld County, CO ROW Plan Development Lead • CR 66 Corridor SUE & Conceptual Alignment, Weld County, CO ROW Lead • 1-25, 15th Street to Dillon Drive, Pueblo, CO* ROW Plan Development Lead • SH 52, East of Peaceful Valley and SH 34 - 35th Avenue to 47th Avenue, Greeley, CO* ROW Plan Development Lead *Experience prior to joining Horrocks HORROCKS IhII NEERS 5 NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES EDUCATION BS, Civil Engineering/ Mathematics Minor, University of Colorado Denver EDUCATION MS, Water Resources, University of Colorado Weld County RFQ #B2200039 CAMERON FEAGLE, PE I Traffic Design LICENSE/ CERTIFICATION: Colorado PE No. 54354 I ETA Fiber Optic Technician -Outside Plant I ETA Fiber Optic Installer I IMSA Traffic Signal Field Tech- Levels I and II nil AVAILABILITY: 50% Cameron has eight years of experience in the traffic engineering field. His expertise includes traffic signal design, roadway signing and pavement marking design, the development of traffic operation and safety reports, traffic data collection analysis, ITS design, fiber optic network design and support. fiber optic system testing and troubleshooting. construction inspection, and field surveying. Cameron has prepared traffic signal designs for new and existing intersections requiring equipment upgrades. His traffic signal designs evaluate an intersection's geometry, operation, and safety and satisfies the Client's and the Manual of Uniform Traffic Control Devices (MUTCD) design standards. Cameron is an exceptional engineer and has successfully completed numerous traffic signal designs for both state and local agencies. His designs detail critical project elements and are easily read. RELATED PROJECT EXPERIENCE. • CR 66 and CR 41 Intersection Design, Weld County, CO • CDOT Traffic Engineering Non -Project Specific Services, Various locations. CO • Greeley Traffic Signal System Network Architecture Maps, Greeley, CO* • CDOT 1-25 North Fiber Extension, Northern CO* *Project experience prior to joining Horrocks HARRY STRASSER, R A S S E R, PE, CFM M I Hydrology/Hydraulics LICENSE/ CERTIFICATION: Colorado PE No. 35250 I Idaho CE No. P-20214 I Certified Floodplain Manager I °/0 AVAILABILITY: 35% Harry is a water resources engineer with 26 years of experience in drainage and water quality design for roadways. floodplain modeling. storm sewer design channel design. and utilities design. His expertise includes hydraulic and hydrologic engineering and planning, design of open channels. modeling floodplains, bridge scour estimation, bridge scour revetment, design of drop structures, stream restoration, storm drains, on-line and off line detention ponds, low impact development ponds, water quality ponds and culverts. RELATED PROJECT EXPERIENCE: • CR 66 and CR 41 Intersection Design, Weld County, CO Hydrology/Hydraulics Engineer • CDOT Region 4 Flood Recovery Projects, Boulder/Larimer Counties, CO Hydrology/ Hydraulics Engineer* • CDOT Region 4 South Platte River Repairs to SH 55 and SH 59 Bridges, Logan and Sedgwick Counties, CO Hydrology/Hydraulics Engineer* • CDOT Region 2 US 24 Planning and Environmental Linkage Study, Colorado Springs, CO Hydrology/Hydraulics Engineer* • CDOT Region 2 US 24 Preliminary Design, Colorado Springs, CO Hydrology/Hydraulics Engineer *Experience prior to joining Horrocks HORROCKS NGINLLRS 6 NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES 11111111111111111111 PREVIOUS EXPERIENCE AS A TEAM Horrocks has recently completed work with Wilson & Company and Yeh and Associates (Yeh) on the Weld County CR 66 and CR 41 Intersection Design project. Our firms' individual team members have worked together in various combinations on projects with prior firms across Colorado. Equally important, they have worked together for or with Weld County for many years. Johnny Olson and Corey Guerrero have recently joined Horrocks following lengthy tenures with CDOT. Corey Guerrero worked building TMOSS surveys and ROW plans, creating a working relationship that is uncommon in the industry. SUBCONSULTANTS We will be teaming with Wilson & Company for ground survey work, and with Yeh and Associates, out of their Greeley office, for Construction Inspection. We have worked with both firms on previous projects and have built solid relationships while completing jobs on time to the highest degree. Additionally, we have invited ACL, Inc. (ACL) to support traffic engineering signals, striping; signage, and possible VHTs. ACL is certified as a D3E and ESB (Level 1) with CDOT. All other services identified in the RFQ will be provided by Horrocks staff. IIA Yeh and Associates, Inc. Geotechnical • Geological • Construction Services SERVICES FROM RFQ: Construction Inspection Yeh and Associates, Inc. is a full -service geotechnical engineering and construction management firm established in 1999. Yeh offers expertise in the areas of geotechnical engineering, pavement design, construction management, inspection, and materials testing. Yeh is experienced in working with numerous local and state agencies. Yeh is headquartered in Denver with five additional offices in Colorado (Greeley, Colorado Springs, Durango, Grand Junction, and Glenwood Springs) and in two in California (Grover Beach and Ventura). Yeh and Associates is one of the top recognized geotechnical firms in Colorado, and has worked across the Front Range, for Weld County and CDOT, as well as the numerous municipalities flanking the 1-25 corridor. Weld County RFQ #B2200039 1p.v"so'v &COMPANY SERVICES FROM RFO: Survey Wilson & Company is a firm of more than 500 people in 14 offices over nine states, with 100 of those employees working in their Colorado offices. Their local survey staff consists of ten professionals, licensed surveyors/project managers, survey technicians. and field crews. After nearly nine decades of business, professionals continue to hone their craft with us including surveying; mapping; GIS specializations; drone piloting; civil, mechanical, electrical, and structural engineering; and a growing number of additional multidisciplinary specialties. ACL Inc. Transportation Engineering SERVICES FROM RFO: Transportation Support ACL, Inc. (ACL) was established in mid -2015 with a mission to provide transportation -related consulting engineering services for public and private sector clientele along the Colorado Front Range. As a small firm, ACI_.s technical service areas by necessity reflect the individual capabilities of our staff, and are therefore currently centered in three areas: 1] traffic engineering and traffic safety analyses, ITS including traffic signal design, traffic signal operations and timing, and signing and striping, construction traffic control, and ITS device/system design and communications; 21 traffic planning and studies, detailed data analysis and operational studies, and conceptual design with an emphasis on civic engagement and community building; and 3] planning, design, and management of streets, highways, intersections and recreational trails. ACL is a small business, meaning the company's owner and founding members directly accomplish the day-to-day work. As a result, the firm's clients benefit from technical expertise provided by experienced professionals who understand the value of timeliness; cost efficiency. and customer service. ACL is certified as a DBE and ESB (Level 1) with the Colorado Department of Transportation, M/WBE, EBE and SBE with the City & County of Denver, and a Category 1 SBE with RTD. HORROCKS E N G I N R S 7 NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES OVERALL FIRM CAPABILITIES Horrocks brings many high -value elements to deliver client -needed services with distinction. These elements have been developed and nurtured over decades of providing exceptional service to clients across the West. They don't happen overnight, but are built through understanding, inspiration, innovation, relentless practice, trial and error, and breakthrough performance. They continue through refinement, improvement, adaptation, increased efficiency; and delivery satisfaction. They become lessons learned, applied to established best practices that are foundational to our unique delivery experience. The following are some highlights of these values that truly make a difference in this competitive and challenging industry. QUALIFICATIONS AND EXPERIENCE RIGHT-OF-WAY ACQUISITION Horrocks' property acquisition team offers full -service acquisition and appraisal for all project types, which we provide as an extension of our engineering services. Our clients benefit from our unified team of project engineers, ROW design engineers, and property acquisition specialists as we deliver a seamless transition throughout the project. Having an in-house property acquisition team enables Horrocks to meet any project schedule, including accelerated alternative delivery projects. We follow strict state and federal laws when acquiring properties impacted by infrastructure projects while maintaining sensitivity to property owners. We coordinate the design and acquisition process, facilitate land access, provide professional services, and support property owners with fair and timely settlements so clients can move their projects forward. We know the County's property acquisition process well. This provides the County assurance that steps and procedures won't be missed during the ROW process. SURVEY We will rely on Wilson & Company to perform ground survey. They will provide surveying service for boundary surveys; land survey plats; ALTA/NSPS Land Title surveys; ROW surveys; ownership maps; monumentation diagrams; aerial surveys; terrestrial scanning products; topographic surveys; construction layout; as -built surveys; SUE surveys; preparing legal descriptions and exhibits; determining property lines; locating improvements; providing survey related GIS services; and other surveying and measurement related applications. They will accomplish this using a tried-and-true approach that focuses on the client and their goals to improve project accuracy and quality control and proactively identify risks for the County. Weld County RFQ #B2200039 LiDAR: Horrocks offers Light Detection and Ranging (LiDAR) scanning on a wide variety of survey projects, including transportation, land development, as -built, asset management, and historical site surveys. Our team will often use a combinations of LiDAR and unmanned aircraft systems (UAS) technologies to obtain survey and mapping data. After scanning a project site, all data is digitally stored and extracted per client request. Laser scanning provides a complete capture of the project site and eliminates the need for unnecessary return trips. Equipment Horrocks uses the latest in survey technology, equipment, and software for our surveys. Our equipment includes: • Leica Pegasus - Two Mobile LiDAR Scanner • Leica P40 & C10 Terrestrial LiDAR Scanners • Quantum Trinity F90+ • DJI Phantom 4 Pro • Pix4D UAV Software • MicroStation • TopoDOT Software ROAD & BRIDGE DESIGN Horrocks has assisted agencies throughout the country in developing lasting rural and urban road designs that improve surface conditions, address safety concerns, and provide equitable options for all modes of travel. Our transportation engineers have decades of experience analyzing roadway conditions to determine necessary improvements ranging from rehabilitation techniques to full reconstruction. Horrocks has provided design services on residential and arterial roadway projects for numerous municipalities and has a comprehensive understanding of various funding source requirements. We offer cost-effective design and construction solutions to improve the most roadway miles as possible for our clients, making the best use of HORROCKS ENGINLERS 8 NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES their available and often -limited funding. Our project experience ranges from smaller curb, gutter, and sidewalk improvements to complete multi -lane, urban arterial roadway reconstructions and full bridge replacements. IRRIGATION Efficient irrigation water systems improve quality of life by maintaining our crops, recreational areas, and landscaping and by maintaining drinking water supplies through the use of secondary systems. Our water resources team is experienced in defining; designing, and managing construction of sustainable agricultural and residential irrigation systems using secondary water sources and wastewater recycling. Horrocks has completed the design and construction management of several secondary systems for long-term clients. HYDROLOGY AND HYDRAULICS Horrocks provides a full spectrum of civil engineering planning and design services, including services for all types of hydrology and hydraulic -related design. We recognize the major role and benefit flood control systems have in communities and understand that risk management, loss prevention, aesthetically pleasing projects, maintaining positive public relations, and reducing maintenance costs are parts of a properly designed system. Our team is focused on providing communities with superior designs on hydrologic and hydraulic systems. We have extensive experience in the study, analysis, planning, and design of hydrologic and hydraulic structures and systems, which ranges from conceptual planning and feasibility studies through alternative analysis and final design to construction management. This provides true start -to -finish services for our clients. Horrocks uses a wide variety of software programs such as GIS, HEC-HMS, HEC-RAS, WMS, HY- 8, FLO-2D, InRoads Storm and Sanitary, Culvert Master, Flowmaster, StormCAD, SMS, WMS, and PondPack. The following are some of our services: • Hydrologic Analysis • Storm Water Quality and Modeling and MS4 (Municipal • Urban and Rural Separate Storm Sewer Highway Drainage System) Permitting System Design and Compliance • Irrigation Structures Weld County RFQ #B2200039 • SWPPP (Stormwater Pollution Prevention Plan) Preparation • Riverine and Channel Hydraulics • Municipal Storm Drain • Culvert Analyses and Systems Energy Dissipation • Dam Safety • Detention and Retention Basin Design • Storm Drain Master Plans • Sediment and Erosion Control • Bridge Scour Evaluations and Countermeasure Design • FEN'A Floodplain Evaluations and Inundation Studies • Stream Alteration Permitting • Pump Stations • Dam and Spillway Design • Irrigation System Design, Relocation, and Coordination • Flow Measurement and Control • 1D and 2D Flow Modeling in both HEC-RAS (Hydrologic Engineering Center River Analysis System) and SRH-2D (Sedimentation and River Hydraulics — Two Dimension) TRAFFIC ENGINEERING/TRAFFIC DESIGN/TRAFFIC STUDIES Horrocks has extensive experience in the traffic engineering. planning. analysis; design, and construction management of major and minor transportation facilities. Our firm has successfully completed numerous traffic analysis, transportation management, corridor, alignment, circulation, safety, and transportation planning studies as well as intersection designs and traffic signal projects. We have completed traffic impact studies for small and large developments, as well as large, regional traffic studies that required travel demand rodeling and complex traffic operations and simulation models. Horrocks understands the vital need of addressing all modes of traffic, including Tass transit. pedestrian, and bicycle activity and are able to successfully address this need in any community. We are proficient in several different types of travel demand models for corridor studies, city master planning, and identifying impacts due to changes in demographics. These models are a macro -level tool for analyzing the overall traffic needs of a county. Horrocks is also adept at using micro -level traffic analysis tools. Our staff is proficient in the use of various modeling software packages such as Cube, TransCAD, Synchro; VISSIV, SimTraffic, and HCS. HORROCKS U�11 i t N E E R S 9 NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES CONSTRUCTION INSPECTION Yeh's engineers and inspectors have worked throughout Northern Colorado including Weld County. They understand construction management trouble spots: local traffic concerns; multiple agency involvement, and keeping projects on schedule. Yeh regularly works with blended teams of other professionals to recognize and avoid problem spots early in the project. They apply their extensive knowledge to the construction of roads, bridges, retaining walls, recreational trails, airports, parking structures, embankments, and buildings. Yeh's staff is highly experienced in the construction observation, inspection, and management for a wide variety of projects. Yeh has provided construction inspectors on projects throughout Northern Colorado. They source the experts needed by each job's unique requirements. Yeh's Greeley office construction inspectors have built different types of projects over their careers in Northern Colorado. Greeley inspection staff bring local expertise and knows the varying challenges associated with working in Northern Colorado. Yeh personnel are trained and experienced in recognizing site conditions that may affect the progress of the work and ultimately impact the overall budget. They will work with the County's representatives to help develop timely, cost effective solutions that avoid and reduce construction cost over -runs. Weld County RFQ #B2200039 ADMINISTRATION AND MEETINGS Horrocks recognizes that the success of nearly every project hinges on communication. In today's environment of constant electronic connectivity, there is no reason for poor communication during any project. Our teams stay connected with clients through scheduled in -person meeting attendance, email, phone calls, and even text messaging. Our IT staff has created a useful file transfer site to facilitate the sharing of electronic documents of any size. In addition, we utilize the latest technologies such as Bluebeam to document and track client comments and changes. We also have a Public Involvement group that is geared specifically toward engineering projects and communication with the layperson. They often assist in public meetings and presentations to the public, boards, and administrations. We pride ourselves on being thorough and responsive throughout each project regardless of size and complexity. Horrocks understands the challenges that communities face when trying to stretch their dollars to meet all the different needs for public infrastructure. With more than 735 staff members in 19 officeswe have the flexibility and experience to help municipalities obtain the best value and maximize their investments through our use of innovative practices in design, project delivery, and management oversight. All personnel assigned to our projects have significant qualifications and training in their areas of expertise. HORROCKS ENGINEERS1111 10 NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES PERFORMANCE ON SIMILAR PROJECTS Horrocks is in the growth phase of its Colorado operations and as such, our on -call portfolio in the state is developing with team members who have deep roots in the state; bringing extensive experience serving on on -call teams with prior consultants or agencies. In a similar vein, Horrocks key personnel have worked with our subconsultant team members for decades, in many cases, under both on -call and project -specific contracts. Virtually all have experience with municipal and CDOT general engineering, traffic engineering, environmental, geotechnical, survey. or construction management NPS contracts. Our team members' individual experience providing on -call services to municipalities across the Front Range is long and varied. In short, our team has direct experience providing every service included in the County's scope of work. We offer the following highlights of our team's experience: PROJECT PROJECTS PERFORMED TEAM MEMBERS 2020 Douglas County On -Call Services On -call services supporting Douglas County transportation infrastructure projects (roadway, intersection, structure). 2020 Weld County NPS SUE Services Utilities impact investigations with SUE plan sets detailing all existing aboveground and subsurface utilities, oil and gas facilities, drain tiles, and agricultural related irrigation facilities. 2021/22 CDOT Region 4 Survey & ROW Plan NPS Recently awarded contract. Horrocks will provide as -needed surveying and ROW Plan development services throughout the 13 -county region (includes Weld County). COMMUNICATION Weld County RFQ #B2200039 County Line Road University to Broadway County Line Road & Inverness Intersection CR 66 Corridor Survey ROW Plan Development CLIENT -CENTERED SOLUTIONS HOW WE WORK RESPONSIVENESS • Tayler Lane (Horrocks) • Micah Leadford (Horrocks) • Tayler Lane (Horrocks) • Johnny Olson (Horrocks) • Marie Thoming (Horrocks) • Samantha Sherwood (Yeh) • Johnny Olson (Horrocks) • Dave Stewart (Wilson) • Courtney Wallace (Horrocks) • Corey Guerrero (Horrocks) CARING ATTENTION TO DETAIL 7t5:71111 HORROCKS ENGINEERS 11 NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES ADDITIONAL SIMILAR PROJECTS Horrocks' project experience has been largely focused on municipal transportation improvements, several of which feature extensive coordination with CDOT. We ve selected the following examples not only for their Weld County focus, but also for their scopes, which are comparable to what can be anticipated for an on -call assignment. CR 66 SUE AND ALTERNATIVE ANALYSIS - WELD COUNTY Horrocks performed field investigation and provided full project SUE documentation determining existing utility conditions within the project limits. As part of the investigation, Horrocks met with utility providers and collected key maps, identified unknown utilities, ownership, type, size, material and special conditions (operation requirements) for all utilities within the project. In addition, Horrocks researched and obtained copies of utility easements (public and private) and utility franchise agreements to determine relocation requirements. All work was performed according to Cl/ASCE-38-02. Following initial utility company research and utility mapping investigation, orrocks performed project notification, alerting utility companies of the upcoming project and any potential impacts to their facilities. Working with the County Project Manager, Horrocks initiated utility scoping meetings to introduce utility companies to the project. review the project schedule: prepare conf ict relocation plans. and utility cost responsibility policies. Key personnel who hayed worked on this project include Johnny Olson, Principal; Marie Thoming, Project Manager; Tayler Lane, SUE; Corey Guerrero, ROW Plans; Courtney Wallace, ROW and Utility Coordination. REFERENCE: Clay Kimmi, PE, Senior Project Manager, Weld County Public Works, 970.400.3741, ckimmi@weldgov.com CR 66/CR 41 INTERSECTION IMPROVEMENTS - WELD COUNTY Visualization of enhanced CR 66/CR 41 intersection In order to meet the increased volumes of truck movements, Horrocks was selected by Weld County to help improve the mobility and safety of the CR 66 and CR 41 (major County arterials) intersection near Greeley, CO. The planned improvements ($10M in total value) include adding left turning lanes at each quadrant of the intersection, improving the vertical sight distance along the CR 41 approaches to the intersection, and developing cost-effective structural designs for the stream crossing on CR 41 west of the intersection. This project involved road widening, with acceleration and deceleration lanes, at the intersection of CR 66 and CR 41. Horrocks was responsible for all aspects of this project utilizing most of our proposed key personnel, which included project management (Johnny Olson -Principal and Project Manager, Marie Thoming- Deputy Project Manager), roadway (Marie Ihoming). traffic. drainage (-arry Strasser), pavement. structures (Jason Carota), irrigation coordination and design, utility coordination and SUE (Tayler Lane), environmental clearance, and final ROW plans and acquisition (Courtney Wallace -ROW Acquisition). REFERENCE: Clay Kimmi, PE, Senior Project Manager, Weld County Public Works, 970.400.3741, ckimmi@weldgov.com Weld County RFQ #B2200039 HORROCKS uiu ENGINEERS 12 NON -PROJECT SPECIFIC (NPS) ENGINEEP1Nr SERVICES Oar -;r4CW-A CR 80 AND CR 37 SUE AND ROW ACQUISITION - WELD COUNTY Courtney was contracted by Weld County to purchase land rights, permanent and temporary easements for this important intersection improvement project. The County's goal included improved mobility and safety of the CR 80 and CR 37 intersection (Ault). These improvements were necessary due to forced road closures by the railroad further south. The planned improvements include paving the eastern leg of CR 80 to connect into the already paved Western portion, elevation changes to improve sight lines and a new bridge over the Larimer and Weld Canal. As the primary land agent, Courtney worked closely with the County's engineer and surveyors throughout the acquisition process. She coordinated and facilitated monthly meetings with the team. She oversaw an appraiser for the County, reviewed and made recommendations and worked closely with the landowners and their chosen appraisers to determine offer valuations. Courtney was able to successfully negotiate settlements for the purchase of all property rights necessary. This project is currently underway. REFERENCE: Clay Kimmi, PE, Senior Project Manager, Weld County Public Works, 970.400.3741, ckimmi@weldgov.com CR 13 ROUNDABOUT SUE PROJECT & 0 STREET 35TH AVE ON CALL SUE PROJECT Horrocks performed field investigation and provided full project SUE documentation for the project, determining existing utility condition within the project limits. SUE QL-C and QL-B: As part of the QL-C work, information was gathered on all vaults, manholes and storm drain inlets. This work also included the determination of invert elevations, and interior dimensions. In addition, work required achieving QL-B accuracy on all existing utilities. Through geophysical methods accurate horizontal position within +/- 1.5 feet was achieved to meet ASCE standards. REFERENCE: Clay Kimmi, PE, Senior Project Manager, Weld County Public Works, 970.400.3741, ckimmi@weldgov.com 83RD AVENUE CORRIDOR (10TH TO 12TH STREET) IMPROVEMENT PROJECT - CITY OF GREELEY 83rd Avenue had been identified by the C'ty of Greeley, Weld County. Town of Milliken, City of Evans, and the North Front Range MPO as an important north/south arterial roadway. Development in the area for the new Two Rivers Varketplace development was anticipated to significantly increase traffic volumes. When coupled with the corridor's known safety incidents, the City wanted to look ahead at the future capacity, multimodal, and safety needs along the corridor. Horrocks was selected to develop a conceptual design and cost estimate for an improved multimodal corridor. The conceptual design will include considerations for alternative modes such as bikes, pedestrians, transit and also plan for the eventual integration with the adjacent trail network. Horrocks, with most of our proposed key personnel, is responsible for all of the project aspects, including project management (Johnny Olson -Principal, Micah Leadford-Project Manager), alternatives evaluation and roadway conceptual design (Marie Thoming), multimodal (bike/ped/transit) design, traffic analysis, and coordination with CDOT, Weld County. Greeley Water/ Trails Departments, and other utilities and stakeholder agencies. REFERENCE: Mike Maurer, Senior Project Manager, City of Greeley, 970.336.4122, mikemaurer@greeleygov.com Weld County RFQ #B2200039 HORROCKS ENGINEER. 13 NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES CRITICAL ISSUES Our varied project experience as a consultant to Weld County has given us unique insight to what we believe are critical issues faced on every project. • Fiscal Responsibility • Quality Control of Deliverable Products • Communication • Time Management Horrocks has five core operating principals (IQUES) that enable us to successfully manage those issues. INTEGRITY QUALITY UNITY EMPOWERfv1ENl SERVICE INTEGRITY — Ensures that we will be good stewards of every taxpayer dollar the County has to spend on projects. Having an office in Greeley, makes Horrocks a member of Weld County who has a vested interest in seeing the County and its consultants use fiscal responsibility wile working to improve our surroundings. We have a proven track record of removing players who do not represent our team's fiscal integrity and doing whatever it takes to make things right for the County. QUALITY — The County's expectation that QA/QC will be done prior to turning in a product is not lost on our team. We have put in multiple levels of QA/QC for all the disciplines within the engineering department to maintain the highest quality deliverable products. Our goal is to lessen the load on your plate. We maintain records from past projects that allow us to learn from our mistakes and quickly move on to present the highest quality deliverable product that meets the County's standards. UNITY — We believe our established connections to County staff and residents make Horrocks uniquely qualified to deliver projects on time. The County can always count on our team to be responsive, not just in a phone call or email, we are here, in person every time we're needed. We whole-heartedly enjoy working closely with County staff and the people whose lives and property are affected by improvement projects. In every interaction we have with landowners, businesses, and utility providers, we intend to represent the County as an extension of their values. Weld County RFQ #B2200039 EMPOWERMENT — The fact that the County sees Horrocks as experts in their field is highly empowering. We want to share the table with Weld County when it comes to best practices for getting a project successfully completed. The trust that the County bestows on our team is taken very seriously and protected fiercely. We are confident in our ability to meet and exceed the County's high expectations of our work. SERVICE — \o time needs to be wasted figuring out who to contact for your projects such as utility providers, title companies or appraisers. We've worked with them before, and we know who to call. We know that reality does not always match intent, with that in mind we do everything possible to deliver the critical pieces of a project, such as acquisition of ROW ahead of schedule to allow space for the unknowns, like unresponsive utility providers. Successful time management and execution of a project show the County and its residents we care about the safety of your traveling public. For the tasks and projects outlined in this RFP, we believe the following to be specific issues that may arise during the course of the contract. ROAD AND BRIDGE DESIGN A critical issue for road and bridge design is responsibly utilizing the Conceptual Phase to identify the challenges of the project site and initial approach. The team and County staff then work together to identify updates to the conceptual design and areas where more information is needed, like utility test holes or coordination with landowners, utility companies, or ditch companies. Horrocks utilizes a Risk Matrix to work through and document the challenges and resolutions. Most importantly the design team communicates quickly when the design approach must deviate from the initial project assumptions to meet the county's goals. TRAFFIC ENGINEERING More people live and work in Weld County than ever before, and more people continue moving into the county for the quality of life available here. Quality of life means minimizing traffic delays and traveling safely on the roads throughout the county. A critical issue for traffic engineering is determining the appropriate growth factors for evaluating future traffic demand. Horrocks works along side the county to capture and input the correct data for traffic modeling. Key members of our team are also experienced in analyzing roadway safety and mitigating critical safety issues. HORROCKS FNIGINELRS 14 NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES However, one community is not the same as another, and successful solutions implemented elsewhere may have a negative impact on safety. Our traffic engineering team works alongside County staff to identify and implement context sensitive solutions, meeting the County's goals. ADMINISTRATION AND MEETINGS Keeping a project on track starts with understanding Weld County's goals, setting the project scope, and including the right team members for the project. Key members of our team meet with County staff to define the scope and project objective. Each key team member is responsible to determine the hours needed to meet the county's goals and objectives. Once the project is approved, weekly/bi-weekly project meetings are held with the team and County PM. The Risk Matrix is reviewed at these meetings and having the County PM present facilitates quick resolution to issues and concerns. At times the design approach must deviate from the initial project assumptions to meet the County's goals. Communicating scope changes early and working together with the project team and County staff ensures the likelihood of modifying the project scope and remaining within the original project budget. RIGHT DF WA's Relationship-buildinL — Landowners are much easier to work with and purchase land from if they trust the negotiator. Horrocks believes that in -person introductions and project updates are the best way to foster that trust. Relationships extend to other parties involved in the acquisition process, title companies, real estate appraisers and eminent domain attorneys. Our team knows them and has built positive working relationship that benefit the County. the landowner, and the project timeline. Experience — Because we have worked with the County on several projects, our land acquisition team knows the process and has templates to work from. Utilizing our library of documents from past projects we can quickly put together PTE, NOI/Offer and Agreements for Purchase and Sale. We've worked with the County to obtain different types of easements and crossing agreements as well. Weld County RFC) #B2200039 SURVEY Permission to Enter —We mitigate this by in -person contact as early as possible, utilizing the land acquisition team to explain the project and why surveyors need to be on the property. We can work with people who have concerns about test holes on their land. We have experience working with reluctant landowners and their attorney/s and have been able to successfully obtain PTE. Timing — We know and understand that much of the land in Weld County is used for agricultural purposes and are therefore sensitive to the timing of placing stakes for survey. We will work with farmers to determine the least intrusive methods of placing stakes and take care that crops are not disturbed. In the event this is not possible the land agent will work with property owner and the County to ensure that crop damages are assessed and paid for. Weather - Because weather can ruin or cover the placement of stakes it is important for the survey team to be in tune to weather forecasts and plan accordingly. Our survey teams are able to change plans if an inclement weather day occurs. HORROCKS 15 NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES PROJECT APPROACH Our approach is developed through our extensive understanding of the project drivers, setting, context, and the specific issues and needs of Weld County combined with a range of experience implementing similar projects. This combination of understanding and experience is the necessary formula for creating a work approach that is not just theoretical, but is based on actual applied processes and technical solutions that will produce actionable and implementable results. OUR UNDERSTANDING Weld County has specific expectations for their consultants. The County expects to work together toward solutions with transparency and respect, which does not mean that the County or the consultant has all the answers. Working together as a diverse team (County, prime and subconsultants) leads to the best contextually sensitive and community centered solutions. The County expects regular communication and being actively engaged in solving the challenges which inevitably arise over the course of any project. This is also the Horrocks way, fostering innovative approaches and ensuring no surprises to our client. OUR GENERAL ON -CALL.. APPROACH Horrocks' approach to professional engineering services is to support and act as an extension of the County's staff. Effective support begins with clear communication and collaboration skills. We strive to respond promptly and keep continuous communication to ensure the County's questions and concerns are addressed as soon as possible after receipt. We will work within the County's established system or guidelines to track our responses and comments. We utilize a simple, 3 -step process for On -Call Service contracts: 1. Initiate the contract. 2. Control costs. 3. Maintain the schedule. A detailed explanation of our process is outlined below. • After the contract is approved, Johnny will schedule a meeting with the County's Project Manager to discuss the team's requirements and contract goals. Once a task order project is identified. Johnny will schedule a coordination meeting with County staff and our technical lead to review the scope of work, Weld County RFQ #B2200039 schedule, and budget and identify the appropriate team to accomplish the work. After this meeting, our technical lead, in coordination with Johnny, will develop a scope of the work, resource -loaded cost estimate and worksheet, and schedule to submit for the County's approval. Upon approval, the County will issue the Notice to Proceed (NTP), and the project development activities will begin. Recognizing that each assignment is different. our workflow will be adaptable, to the level of customized Project Delivery Plans, if desired, for each unique assignment. • Cost is an important aspect of any project during both project development and construction. We understand it is imperative to maintain cost, meet the County's budget, and schedule goals for each project, and our team is committed to cost-effective and responsible use of taxpayer dollars. We develop a baseline scope of work, project cost worksheet, and schedule and actively track the work to eliminate scope creep. Our technical leads use Horrocks' reporting tools and financial tracking systems to provide status reports that compare actual and planned work efforts. Each month, our PM and Johnny chart progress versus time versus cost and compare it to the performance baseline. Any issues identified in the reviews will be immediately communicated to the County. • Our team is available and dedicated to meeting project goals and schedules associated with various on -call projects. The Horrocks PM generates and maintains a comprehensive schedule that identifies the critical path to complete the project on time. The County and Horrocks use the schedule as a working tool throughout the project, and Horrocks updates the schedule regularly to indicate progress toward the completion of key milestones. These controls enable the management team to quickly identify any potential schedule impacts and, when necessary, develop measures to keep the project on track. SCHEDULE AND COST CONTROL_. We use real-time budget -tracking software on individual tasks and progress reports from task leads to maintain the project schedule. Progress on tasks, budget remaining, and resource levels will be discussed at team meetings to ensure the team is right -sized for the remaining activities. Our project managers generate and maintain a comprehensive schedule that identifies the critical path to complete the project on schedule. Horrocks will use the schedule as a HORROCKS u�u ENGINEERS 16 NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES working tool throughout the duration of any project and update the schedule monthly to indicate progress toward completion of key milestones. These controls will enable the management team to quickly identify any potential schedule impacts and, when necessary, develop measures to keep the project on track. SCOPE AND WORK HOURS Key members of our team meet with County staff to define the scope and project objective. Each key team member is responsible to determine the hours needed to meet the County's goals and objectives. This information is plotted into a schedule and deadlines are set for project milestones. The fee table and schedule are reviewed with the County PM and revised as necessary prior to project kick-off. e_!_ -a .einc.r.-..• PYiV• •.r l cIw•• ••.• -• 04.04 - w.•r r• �y r- • WAY .--.. • -_. •11•..,.1 .__ .rn...T ...... - .._. .......... ........ ft. -.. - M•.• - •........ .!- .y_ -r. -ter ern. ....r .-_-.-. .. ��� wL- w - _.- 0_000___ - -. - ... --- R / pi. n •••••••••••.............••••• sr. • . . . . . . .. - . -r , I .-rw... Ws • is • Lye. - • • • • • • .- • f y ._ ••-.�.A 4-_ sane W\•. ti_ �- ••.t• •. v -- �- •dank ant= ••••••••••••••__ . • --•-- 4 -_ .. _ _ •..�--- e-.• • J >Y•wr•i� br_ Ye w—• •..... raiseh_ p-. wee ale r-. ••.r •. . : --._ _..,.. ....... . . , - _.� .._ _.. • • • :0 ens a lea _... - I . • .. Ihilitraami•C w ♦ 1 a +r w s II u n r• ..,.,..l_. 5._S ••••... •M.. -aril. ea ._. 5.. M.• 1l.\• _ S.W._ ....._ I•.-- I.•- ,— - _ .s . at... _ ....... ...., ...... . __ .. ----J-- 1 = U I i I T t l I i I __-_. I 1 1 it .�.•_•• .0000 ••• Sr. _•••• COMMUNICATION Our personnel work closely with County staff and other consultant teams to support the County as needed. It is crucial to Horrocks to establish trust and open communication, set common goals, resolve issues quickly, and seek input to find better solutions. Drawing on our successful history working with municipal and government agencies, we supplement the County's communication efforts with advanced technology and tools. Horrocks' work environment incorporates several innovative tools that enhance our ability to effectively coordinate and Weld County RFQ #B2200039 collaborate with project team members. Additionally, with the changes due to COVID-19, we continue to employ technology to virtually collaborate and deliver quality projects to our clients. The following methods facilitate information sharing across all teams: • Bluebeam Revu: Many of our clients use Bluebeam Revu to track comments and plan notes. Horrocks is familiar with this system, using it extensively on many projects to prepare and implement a comment tracking system that meets the needs of the County. • Microsoft Teams: We use Microsoft Teams for video and audio meetings, file sharing, screen sharing, and staff coordination. • Web -based dashboards: Horrocks develops SharePoint dashboards to track action items, decisions, risks, opportunities, innovations, budgets, estimates, links to Geographic Information Systems (GIS) and Fileshare locations, and progress for real- time project status. We will develop this tool for any County project. Additionally, we have experience using the County's file -share system and will utilize it as needed to upload documentation to the County - hosted sharing site. • GIS mapping applications: Horrocks' GIS Department developed several state-of-the-art Software as a Service (SaaS) products for organizing or understanding information spatially. This team can support existing GIS efforts or share our proprietary programs to help with project development. These SaaS products can help with blue stakes, track public comments and ROW status, and more. Our GIS group also teams with our in-house graphic designers to develop storymaps to help present program needs at city council meetings. • Visualization tools: Horrocks utilizes 3D modeling and augmented reality programs to help stakeholders better visualize projects. These tools are web -based and can be used in the field for better visualization and understanding of project issues or impacts. Because these tools are developed and part of our workflow; the cost to utilize them is kept to a minimum. QA/QC METHODOLOGY Horrocks executes our own Quality Management Plan (QMP) to ensure quality is controlled through thorough checking of the design and construction product and verifying corrections. We document our process according HORROCKS uu 17 NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES to set procedures developed for transparency and to better facilitate an efficient audit. Our assigned QC Vanager has sufficient authority and organizational freedom to identify any quality problems and to initiate, recommend, provide, and verify implementation of the solutions. In addition to Quality Control (QC) procedures specific to the project disciplines, the QMP documents the Quality Assurance (QA) reviews to be performed. Reviews include the following: • QC Review —Review performed by the QC Manager, who is a licensed engineer, independent of the design staff. The objectives are to yellow out everything correct, and red line anything incorrect or that needs to be included. This is a check for fatal flaws and to verify the project standards have been met. • Interdiscipline Review — Review by technical staff from each discipline of the entire design (including subconsultants) to ensure consistency and continuity and to avoid design conflicts. • Constructability Review — Performed by qualified and experienced individuals to determine the constructability of a project relative to scope, schedule, and acceptability to the industry. The QMP specifies how the results of the review will be incorporated into the design. • Peer Review — Reviews performed by independent firms. The objectives are to evaluate the design according to our client's requirements and objectives; spot-check key values, if appropriate; verify completeness and correctness; and confirm that the product meets professional practice requirements. • QA Review and Audit — Review performed by the QC/QA Coordinator to verify the procedures of the QMP have been followed. Horrocks carries out design verification throughout the QC checking and the formal design review process to make sure that design output meets design input requirements, thereby ensuring specified requirements in the project contract are fulfilled. Design directives are among the items included in the design checklist that are used by our document checkers of each discipline, guiding them to conform to the design and construction criteria, standards, and other requirements. Weld County RFQ #B2200039 HORROCKS' QC PROCESS (QMP) Quality Control Color Code C Originator Generally the person who created the sheet Provide clean, stamped sheet to checker Checker Person with sufficient cxpencnto to review plans Changes and notes yellow for Correct Red for Corettsuns 'Additions, OFT Dcktions" LcIJe for comment Back Checker Gravy, but not always the originator Green chedtmark for agreemcrt r Y Corections A Green "stet' and crosscut when rt is change should be made 'Additions, Delet:cnt Choi agreed that no or, sheet) of !Foamy same process for all Blue Comments Corrector Anyone qualified to correct sheet files Circle in green to indicate file rectiorts r id Carectiorn were made in sheet Verifier Generally the Checker or Backchecker Orange c•.rr -I. ed _ Nrr.t T.JE3!' .•Adcsttlt nc. or _ 7 '\ • and Green to verify \l / corrections r v Corections '- toes" (r. Ce4nrnants, Ceeular.ant ana nc)tQs ra,'`rcm tt_ t• . k• 1 irrprtnrsibOUld ^w ,3ir.- u- ► Quality is not only a product of our system, it is a core value of our firm. FUNDING AND DBE If there is federal funding involved with any project, or a need for DBE goals, Horrcks will be able to meet those goals by either using our existing team or adding others as needed. Tiglas, a firm we often partner with, is ready to join our team as needed and is a DBE. ACI, part of our proposed team, is also DBE. We are confident we can meet any DBE needs for this contract. HORROCKS ENGINEERS 18 NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES WORK LOCATION FAMILIARITY PROJECT TEAM'S LOCATION Horrocks Engineers is located in Greeley, Colorado, located in Weld County, and our Project Manager, Johnny Olson, has lived and worked in Weld County for over 20 years. Johnny is mere minutes by car to any potential project site. We also have an office in Greenwood Village; from where can utilize additional staff and services as needed. HORROCKS — GREELEY OFFICE 4627 West 20th Street Rd., Suite A Greeley, CO 80634 HORROCKS — GREENWOOD VILLAGE OFFICE 5670 Greenwood Plaza Blvd., Suite 125W Greenwood Village, CO 80111 KEY TEAM MEMBERS' FAMILIARITY WITH WELD COUNTY Since 1991, Johnny Olson has lived in Weld County and has had the opportunity to work with the County on many transportation projects during his leadership tenure with CDOT and since joining Horrocks. Johnny and his family reside in Greeley and therefore have a heightened interest in the successful and safe delivery of transportation improvements that improve community safety and mobility. Because of Johnny's leadership and experience with CDOT, he has followed the County's development, study, and need for transportation safety and capacity improvements with a keen eye for solutions from a transportation engineer's technical perspective. For these reasons, Johnny brings a uniquely intense level of knowledge of Weld County and its transportation challenges and goals and how those goals can be achieved successfully while providing the best value to the County, its citizens, and the driving public. Additionally, Jason, Corey, Courtney, Marie, Sean, Johnny, and Sam, have all performed work for Weld County within the past two years. Weld County RFC) #B2200039 FAMILIARITY WITH GOALS OF THE DEPARTMENT Horrocks is familiar with Weld County's goals and the specific challenges that the County has experienced delivering projects. Some of the goals include the following: • Proactive Communication — Communication begins with listening. Under the Weld County SUE on -call, Horrocks worked with County staff on the CR 66 Corridor — HWY 85 to WCR 47 project delivering three conceptual alignments. Horrocks staff (Courtney, Johnny and Marie) worked alongside County staff (Clay and Elizabeth) to identify the pros and cons of each option. The evaluation matrix and conceptual alignments were presented to the County Commissioners. • Vested Partner — Along with open communication, the County needs to see that our team is vested in the long-term success of this contract and of the County. Continual communication about project status and decision -making will mitigate the errors and omissions in plan sets. We understand the County has recently had to deal with incomplete work from consultants. Horrocks makes every effort to deliver plans of the highest quality and with no errors by enforcing our stringent Quality Management Process (QMP). Although unlikely, if an error or omission appears in our deliverables, we are committed to owning our mistakes, communicating quickly, and working to make it better to the County's complete satisfaction. • Local and Responsive — Horrocks opened a Greeley office in December of 2019. This is in addition to our office in Greenwood Village. We have four full- time employees who live in Northern Colorado and can be readily available to meet with the County's PM on -site or at the County's office. • Driving Value — Adding value wherever possible makes good projects great. Because we are committed to Weld County's success and because it's just the right thing to do, each of our engineers looks for opportunities to bring added va ue to every project. That is our culture and that is how we work to achieve client satisfaction on every job. HORROCKS 19 NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES This page provides two examples of Plan Sheets that we have recently developed for Weld County. Horrocks embraces Weld County's expectations and we will work every day to earn your trust. We are willing to enter into the Weld County Standard Contract Agreement. with no changes. Zr 4 irk STA HUNGENBERG BOH FARMS LLLP %--• EXISTING 100 YEAR F LOODPLA IN 1 515.75.00/5o 30 L. SEE IRR-13. IRRIGATION SPECIAL DETAIL Tri STA 515.40.58/56.00' L RAY HUNT STA 118.57.27/70 00' L EDGE CONCRETE STA 118.70.42/25.00' L 2500 ;ova' 118.00 EDGE CONCRETE STA 515.14-56/25.00 L N=413 897 32 E=229 443 4 r Rp, 00 MATCMLINE STA.516+25.00 ISEE PU 11i 25.0011 - /', (A, 0- t 25.00' 7_1_ROW ROW - EXISTING 1U0 YLAP F LOODPLAIN OW ROW..> ---.. ROW EDGE CONCRETE STA 118.85.57/25.00' R MORO FARMS INC N=413.716.70 -" E=229,445.85 r !• EDGE CONCRETE STA 513.33.93/25.00' L PT 512.79.14 • HCL WCR 41 CHUNE ' IA SkL•2:•UO ;SEFPD1') EDGE CONCRETE STA 514.98.93/25.00" R .;3• BEGIN CONCRETE SLOPE AND DITCH PAVING WCR 66 STA 120.01.92/95.04' L VCR 41 STA 515.08.31/42.00' R Kt,', 'T, Pr R R65 CJ. y- 121+00 CL -CL INTERSECTION NCR 66 STA 119.68.31 NCR 41 STA 514.16.67 STA 120+53.69/45.00' L EDGE CONCRETE STA 120.50.5725.00' L Pr -ROW Pr -ROW HCL WCR 66 ROW — ROW N=413 703.35 E=229.626.04 ,C -J STA 512+81.09/48.00' R ROW ROW ROW Pr -ROW I ROW ROW ROW • \ • �R _1_::J_i_��_�__� t Kam_ r Pr -ROW Pr -ROW NOR 121+00 >� V SW.CTt mai° Al .Ai... ► 0014 NO �; =.7.Z.-2- • t WCR 60 STA 1480.00 TO STA 1532.00 alica • tit 0 LbeTtrC SOUTH IIOa 10 MOD SONIC Si IOu0. NO a SIi*TATcw -Ya�J MN •r Pr -ROW Pr 25 00' 2=00' 124 • it -- 'Ft1^, LOO E077: -.1 ROW — ROW ROW ROW ROW POW - Pr ROW Pr -ROW STA 121.02.97/45.00' CC ----- 1Cf ICE TCE STA 513.25.89/82.19 R EDGE CONCRETE STA 513.18.20/25.001 R STA 512.50.00/48.00' R • EDGE CONCRETE - STA 120.66.78/25.00' R -- WCR 66 STA 117+50.00 TO STA 124+00.00 WCR 41 STA 512+25.00 TO STA 516+25.00 Computer File Information Oeatut' Late 9/21/2021 Inlhalr. I. ist Mocibed Dale 9/22/2021 In111aIs Ful Fact C \PW VNORK\HORROCKS1D0252543 Craving F k Name CR 66_RD CL P&P. DWG utoCAOVersa' 2018 Scale AS NOTED Jnts Lnglari Index of Revisions Weld County RFC) #32200039 Comments WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET I P.O. BOX 7581 GREELEY. CO. 80632-0758 PHONE (970) 3564000 FAX (970) 3046497 HOR1t� OCCKKS� I N O I N S S t S As Constructed NO Pevislcros Revised Void Pr ROW Pr ROW Pr ROW 1CF Tt•£ T:_}; TCF TCEi FIVE M FARM CO �- .-r WCR 60 STA 1532.0010 STA 1576.00 Nraluc wx:Ts Ta -T jar- ' WCR 66 STA 157x'09 TO *TA 1•1244 • 1= NNW csa ?E. - 1 ma" - -sr-ow Y �-r WCRN• HWY ILS TO WCR 47 OPTION 3 • MEANDERING LAYOUT 17 1 I ,,1 .r+rlrww alba Swamies alba WCR 66 / 41 INTERSECTION ROAD CENTERLINE PLAN 5 U c. ty 1 25' SCALE 1'=50' (,ALL UTIL TY NOTIFICATION ENTER OF COLORADO 50' nt-se. CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG GRADE. OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES Project No./Code Designer SPF Detailer T8S Sheet Subset RD -0r of 11 HO R R O C" KS IIIII I' N C i I �' R i.,R 45 Sheet Number 75 20 Engineers Sr Principal Engineer IV Sr Principal Engineer III Sr Principal Engineer II Sr Principal Engineer Principal Engineer V Pnncipal Engineer IV Principal Engineer III Principal Engineer II Principal Engineer Sr Associate Engineer V P E Sr Associate Engineer IV P E Sr Associate Engineer III P E Sr Associate Engineer II P E Sr Associate Engineer, P E Associate Engineer V P E Associate Engineer IV P E Associate Engineer III P E Associate Engineer II P E Associate Engineer P E Sr Engineer VIII, P E Sr Engineer VII P E Sr Engineer VI, P E Sr EngineerV P E Sr Engineer IV, P E Sr Engineer III P E Sr Engineer II, P E Sr Engineer, P E Engineer V, P E Engineer IV P E Engineer III, P E Engineer II, P E Engineer, P E Engineering Intern IV Engineering Intern III Engineering Intern II Engineering Intern Other Professionals Sr Principal Planner Sr Associate Planner Sr Planner VI Sr Planner V Sr Planner IV Sr Planner III Sr Planner II Sr Planner Planner V Planner IV Planner III Planner II Planner Sr Environmental Specialist VII Sr Environmental Specialist VI Sr Environmental Specialist V Sr Environmental Specialist IV Sr Environmental Specialist III Sr Environmental Specialist II Sr Environmental Specialist Environmental Specialist VI Environmental Specialist V Environmental Specialist IV Environmental Specialist III Environmental Specialist II Environmental Specialist Sr Communication Specialist VI Sr Communication Specialist V Sr Communication Specialist IV Rates are effective through December 31 2022 HORROCKS 11111 ENGINEERS Hourly Billed Rate $325 00 $298 00 $276 00 $263 00 $261 00 $243 00 $223 00 $206 00 $170 00 $299 00 $273 00 $277 00 $258 00 $239 00 $220 00 $206 00 $188 00 $166 00 $141 00 $332 00 $294 00 $282 00 $266 00 $263 00 $246 00 $228 00 $213 00 $199 00 $182 00 $166 00 $143 00 $123 00 $154 00 $135 00 $117 00 $99 00 $273 00 $219 00 $284 00 $254 00 $237 00 $225 00 $201 00 $182 00 $167 00 $157 00 $132 00 $111 00 $88 00 $302 00 $270 00 $254 00 $236 00 $217 00 $201 00 $185 00 $166 00 $151 00 $134 00 $117 00 $104 00 $84 00 $248 00 $217 00 $201 00 FEE SCHEDULE Other Professionals (Cont dl Sr Communication Specialist III Sr Communication Specialist II Sr Communication Specialist Communication Specialist V Communication Specialist IV Communication Specialist III Communication Specialist II Communication Specialist Communications Intern Sr Public Involvement Specialist VI Sr Public Involvement Specialist V Sr Public Involvement Specialist IV Sr Public Involvement Specialist III Sr Public Involvement Specialist II Sr Public Involvement Specialist Public Involvement Specialist V Public Involvement Specialist IV Public Involvement Specialist III Public Involvement Specialist II Public Involvement Specialist GIS Programmer/Sr Analyst II GIS Programmer/Sr Analyst Sr GIS Analyst II Sr GIS Analyst GIS Analyst II GIS Analyst Sr Graphics Specialist VI Sr Graphics Specialist V Sr Graphics Specialist IV Sr Graphics Specialist III Sr Graphics Specialist II Sr Graphics Specialist Graphics Specialist V Graphics Specialist IV Graphics Specialist III Graphics Specialist II Graphics Specialist Graphics Intern Technicians Sr Design Technician IV Sr Design Technician III Sr Design Technician II Sr Design Technician Design Technician IV Design Technician III Design Technician II Design Technician Sr CAD Technician II Sr CAD Technician CAD Technician II CAD Technician Jr CAD Technician Sr Field Technician IV Sr Field Technician III Sr Field Technician II Sr Field Technician Field Technician IV Field Technician III Field Technician II Field Technician Jr Field Technician II Jr Field Technician Sr Vacuum Truck/Camera Technician Vacuum Truck/Camera Technician II Vacuum Truck/Camera Technician Hourly Billed Rate $182 00 $164 00 $146 00 $129 00 $113 00 $99 00 $79 00 $61 00 $54 00 $257 00 $232 00 $210 00 $184 00 $169 00 $151 00 $132 00 $117 00 $98 00 $79 00 $58 00 $196 00 $166 00 $149 00 $132 00 $111 00 $90 00 $248 00 $217 00 $199 00 $181 00 $166 00 $148 00 $129 00 $113 00 $101 00 $79 00 $61 00 $41 00 $214 00 $182 00 $167 00 $153 00 $134 00 $117 00 $95 00 $77 00 $145 00 $113 00 $96 00 _ $81 00 $58 00 $208 00 $178 00 $158 00 $142 00 $126 00 $110 00 $94 00 $77 00 $61 00 $49 00 $135 00 $101 00 $82 00 1 of 2 HORROCKS NI FEE SCHEDULE Hourly Billed Rate Telecom and ITS Technicians Sr. Telecommunications Manager III Sr. Telecommunications Manager II Sr. Telecommunications Manager Sr. Telecom Site Acqstn. Specialist III Sr. Telecom Site Acqstn. Specialist II Sr. Telecom Site Acqstn. Specialist Telecom Site Acquisition Specialist III Telecom Site Acquisition Specialist II Telecom Site Acquisition Specialist Sr. Telecom Construction Manager III Sr_ Telecom Construction Manager II Sr. Telecom Construction Manager Telecom Construction Manager III Telecom Construction Manager II Telecom Construction Manager Sr. Transportation ITS Engineer III Sr. Transportation ITS Engineer II Sr. Transportation ITS Engineer Transportation ITS Engineer III Transportation ITS Engineer II Transportation ITS Engineer Transportation ITS Eng. Intern III Transportation ITS Engineering Intern Transportation ITS Engineering Intern Sr. ITS Field Technician IV Sr. ITS Field Technician III Sr. ITS Field Technician II Sr ITS Field Technician ITS Field Technician IV ITS Field Technician III ITS Field Technician II ITS Field Technician Jr. ITS Field Technician II Jr. ITS Field Technician Sr. Telecom Design Manager III Sr. Telecom Design Manager II Sr. Telecom Design Manager Telecom Design Technician III Telecom Design Technician H Telecom Design Technician Telecom Design Technician Intern Construction Management, Inspectors Sr. Construction Manager III Sr. Construction Manager II Sr. Construction Manager Construction Manager III Construction Manager II Construction Manager CM Office Tech III CM Office Tech II CM Office Tech Lab Manager II Lab Manager Lab Tech V Lab Tech IV Lab Tech III Lab Tech II Lab Tech Jr. Lab Tech Sr. Inspector IV Sr. Inspector III Sr. Inspector II Sr. Inspector Rates are effective through December 31 2022 I I and Lab $236.00 $201.00 $158.00 $236.00 $196.00 $163.00 $139.00 $123.00 $111.00 $263.00 $196.00 $163.00 $141.00 $123.00 $96.00 $328.00 $278.00 $228.00 $184.00 $155.00 $142.00 $128.00 $100.00 $64.00 $202.00 $172.00 $157.00 $139.00 $123.00 $107.00 $90.00 $75.00 $57.00 $40.00 $186.00 $154.00 $125.00 $113.00 $106.00 $86.00 $60.00 $236.00 $196.00 $163.00 $139.00 $123.00 $96.00 $158.00 $142.00 $127.00 $166.00 $142.00 $142.00 $126.00 $110.00 $93.00 $78.00 $58.00 $205.00 $175.00 $159.00 $142.00 Constr. Mqmt., Inspectors and Lab (Cont'd) Inspector IV Inspector III Inspector II Inspector Surveyors and Technicians Sr. Licensed Surveyor II Sr. Licensed Surveyor Licensed Surveyor II Licensed Surveyor Sr. Surveyor/ROW Technician II Sr. Surveyor/ROW Technician Surveyor/ROW Technician III Surveyor/ROW Technician II Surveyor/ROW Technician Sr. ROW Acquisition Technician IV Sr. ROW Acquisition Technician III Sr. ROW Acquisition Technician II Sr. ROW Acquisition Technician ROW Acquisition Technician IV ROW Acquisition Technician III ROW Acquisition Technician II ROW Acquisition Technician Support Staff Sr. Administrative Assistant III Sr. Administrative Assistant II Sr. Administrative Assistant Administrative Assistant III Administrative Assistant II Administrative Assistant Equipment Global Positioning System Mobile LiDAR/HDS 3D Scanner Lab Testing Equipment Vacuum Truck CCTV Camera Truck Travel and Subsistence Mileage Subconsultant Other Direct Costs Hourly Billed Rate $127.00 $110 00 $93.00 $80.00 $241.00 $169.00 $149.00 $125.00 $163.00 $131.00 $113.00 $96.00 $73.00 $254.00 $224.00 $202.00 $184.00 $169.00 $152.00 $141.00 $116.00 $148.00 $116.00 $98.00 $81.00 $63.00 $44.00 Request Pricing Request Pricing Request Pricing Request Pricing Request Pricing Cost $0.64 / mile Cost + 10% Cost + 10% 2 of 2 ACL Inc. Transportation Engineering ACL, Inc. 2022 Standard Hourly Billing Rate Schedule LABOR Labor Classification TECHNICAL STAFF Principal Transportation Specialist Senior Project Manager Project Manager Engineer V Engineer IV Engineer III Project Engineer Engineer II Engineer I Senior Designer Designer II Designer I ADMINISTRATIVE AND TECHNICAL SUPPORT Technician II Technician Senior Administrative Assistant DIRECT EXPENSES Item Xerox Messenger Services Shipping Mileage Outside Services Printing / Reproduction Adria C. Lucerna, PE President Rate Schedule CO -22 Hourly Rate $180.00 $177.00 $171.00 $162.00 $153.00 $146.00 $138.00 $133.00 $1 25.00 $117.00 $1 15.00 $109.00 $103.00 $102.00 $ 98.00 $ 93.00 Rate $0.1 5/Sheet Invoice Cost Invoice Cost IRS Rate Invoice Cost Invoice Cost January 2, 2022 Date Wilson & Company, Engineers and Architects, Inc Rate Table CLASSIFICATION Engineer/Technical Specialist XV Engineer/Technical Specialist XIII Engineer/Technical Specialist XII Engineer/Technical Specialist VII Engineer/Technical Specialist IV Engmeer/Technical Specialist III Engineer/Technical Specialist II Engineer/Technical Specialist I 'Rates based on a 3 0 Multiplier RATE* DESCRIPTION $200 00 Survey Manager $180 00 Sr Professional Surveyor $170 00 Professional Surveyor $120 00 Sr Cadd Technician $90 00 Party Chief II $80 00 CADD Technician, Party Chief I $70 00 Office Administration, Instrument Person II $60 00 Instrument Person I Survey Equipment Schedule GPS Lidar Scanner Mileage $125 00 per day $600 00 per day IRS Rate per mile 3/4/2022 FAYeh and Associates, Inc. Geotechnical • Geological • Construction Services COLORADO FRONT RANGE (Denver, Co Springs, Greeley) STANDARD FEE SCHEDULE EFFECTIVE JANUARY 2022 Professional Services: Classification Principal Senior Project Manager Senior Project Specialist Project Manager Senior Project Engineer or Geologist Project Engineer or Geologist Staff Engineer or Geologist Engineer or Geologist Intern Resident Construction Engineer Construction Manager Construction Observer 3 Construction Observer 2 Construction Observer 1 Technician Leader or Supervisor Laboratory Supervisor Technician 3 Technician 2 Technician 1 CAD Designer CAD Technician Project Controller Administrative Assistant **Overtime rates for Construction Inspection, Technicians and Office Staff is 1.5 x rates shown. Basic Rate $210/hr $195/hr $180/hr $170/hr $150/hr $125/hr $110/hr $70/hr $195/hr $170/hr $135/hr $120/hr $110/hr $140/hr $120/hr $100/hr $85/hr $75/hr $135/hr $90/hr $145/hr $85/hr Laboratory tests are quoted on separate schedule or cost plus 10 percent for outside laboratory testing when applicable. Fees for expert witness preparation, testimony, court appearances, or depositions will be billed at the rate of $350 per hour. Rates do not include prevailing wage rates for field services. Prevailing wages will be determined on a project -by - project basis. Other Direct Charges: Subcontracted services, copying and rented equipment Travel, subsistence, and expenses Vehicle Automobile Mileage Rates Cost Plus 10% Cost Plus 10% $ 80/day $ 0.55/mile Compressive strength for ship -in cylinders (made by others) (per cylinder) 2000 Clay Street, Suite 200, Denver, CO 80211, (303) 781-9590 627 Elkton Drive, Colorado Springs, CO 80907, Phone: (719) 434-1643 570 Turner Drive, Suite D, Durango, CO 81303, (970) 382-9590 1525 Bloke Avenue, Glenwood Springs, CO 81601, (970) 384-1500 588 North Commercial Drive. Grand Junction, CO 81505 (970) 242-5125 VA Yeh and Associates, Inc. Consulting Engineers & Scientists LABORATORY RATE SCHEDULE EFFECTIVE JANUARY 2022 Classification — Index Tests: Natural moisture content (ASTM D2216) $10 Moisture content — dry unit weight, drive or core sample (ASTM D2937) $20 Moisture content — dry unit weight, chunk or block sample $50 Moisture content — dry unit weight, thin -walled tube sample (ASTM D2937) $40 Atterberg limits with PL, PI, LL (ASTM D4318) $100 Specific gravity for coarse aggregate (AASHTO T85, ASTM C 127) $60 Specific gravity for fine aggregate (AASHTO T84, ASTM C 128) $80 Sand Equivalent (CP30, AASHTO T176) $90 Grain size analysis (ASTM D422, 6913): a) Eight standard sieve nests to #200 (per ASTM D2487 or AASHTO M145) $75 b) Less than 3" max to #200 sieve with one split sieve add $50 c) Percent less than #200 sieve with wash $50 d) Hydrometer analysis add $150 Manual USC classification (ASTM D2488), extrude, examine, photo, and describe $25 Soil classification (ASTM D2487/ AASHTO M145) sieve, #200 wash, Atterberg as required $170 Soil classification (ASTM D2487/ AASHTO M145) sieve, #200 wash, Atterberg as required (using a split gradation) $200 Moisture Density Relations: Standard Proctor compaction (AASHTO T99, ASTM D698) $200 Oversize Correction (w/coarse aggregate specific gravity) add $60 Modified Proctor compaction (AASHTO T180, ASTM D1557) $220 Oversize Correction (w/coarse aggregate specific gravity) add $60 R -value (ASTM D2844, AASHTO T190, Cal 301), untreated soil $400 CBR Test $375 Corrosion Testing: pH of soil or water (D4972) $50 Resistivity of soil or water, as received or saturated $50 pH and Resistivity of soil or water (Cal 643) $125 Soluble sulfates $50 Soluble chlorides $50 Swell / Collapse Testing: Expansion index (ASTM D4829) $200 Swell -collapse (ASTM D4546 -A) $200 Swell -collapse (ASTM D4546 -B, C) $120 Soil unconfined compressive strength (ASTM D2166) $70 Pavement Tests: Volumetric Production Sample Testing $450 Asphalt content a) Ignition furnace calibration, per mix $500 b) Calibration of nuclear asphalt gauge $500 c) % AC (CP L5120, AASHTOT308) $100 d) Gradation from burn off (AASHTO T30, ASTM D5444) $100 Maximum specific gravity (Rice) (CP 51, AASHTO T209) $115 Bulk specific gravity (AASHTO T166) $55 % Air Void (no rice included) CP L5115, and AASHTO T166 $180 Moisture content for Hot Mix Asphalt (AASHTO T329) .$30 Hveem Stability CP L 5106 $200 Resistance of compacted asphalt mixture to moisture induced damage (Lottman) CP L 5109 $500 Coring, per core $125 Marshall Compaction & Air Vids Analysis (ASTM 6926) $250 Marshall Stability & Flow (ASTM 6927) $150 Micro-Deval Abrasion of Coarse Aggregate (AASHTO T327, ASTM D6928, CP-L 4211) $275 LA Abrasion (AASHTO T96 or ASTM C131) $200 Fracture faces $75 Strength Tests: Compressive Strength of Cylindrical Concrete Specimens (4" x 8") (AASHTO T 22 ASTM C39) $20 Flexural Strength of Concrete Beam (Using simple beam with third -point loading) (ASTM C78) $80 Point Load Strength Index of Rock and Application to Rock Strength Classifications (ASTM D5731) $30 Mortar & Grout Cube Compressive Strength (ASTM C109) (per Cube) $30 Compressive strength for shotcrete cores including cutting and capping (per core) $60 $ 20 + $60 if necessity of extra work like stripping, cutting, and capping AGALLAHER HORRENG-01 ACORifir ice-- CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 6/4/2021 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 rights to the certificate holder in lieu of suchppendorsement(s). PRODUCER American Insurance & Investment Corp. 448 South 400 East Salt Lake City, UT 84111 NAMEACT Ashley Gallaher PHONEFax (A/C, No, Ext): (801) 364-3434 645 (ac, No): (801) 355-5234 E-MAADDRESS: IAshley.Gallaher@american-ins.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA:Hartford Fire Insurance Co. 19682 INSURED Horrocks Engineers, Inc. 2162 W Grove Pkwy, Ste 400 Pleasant Grove, UT 84062 INSURER B : Hartford Casualty Insurance Co 29424 INSURER C: Hartford Ins Co of The Midwest 37478 INSURERD:XL Specialty Insurance Company 37885 INSURER E : INSURER F : CERTIFICATE NUMBER: 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 POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER POLICY EFF IMM/DD/YYYYI POLICY EXP (MMIDD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY X X 34UUNOZ0016 7/1/2021 7/1/2022 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES fEa occurrence) $ 1,000,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE X LIMIT APPLIES JECT PER: LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE X LIABILITY ANY AUTO OWNED AUTOS ONLY AUTOS ONLY SCHEDULED AUUTOSSWN AUTOS ONLY 34UENOZ0015 7/1/2021 7/1/2022 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ (Per accident) $ $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 34XHUOZ0017 7/1/2021 7/1/2022 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 $ DED X RETENTION $ 0 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/ N N N/A X 34WEOK8H0L 7/1/2021 7/1/2022 X STATUTE EERH E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ D D Prof Liab Claim Made Retro Date 1/1/1965 DPR9978619 DPR9978619 7/1/2021 7/1/2021 7/1/2022 7/1/2022 Per Claim Aggregate 10,000,000 10,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Weld County, Colorado, its elected officials, and its employees is name as an additional insured with respect to the General Liability as per the written contract. Waiver of Subrogation applies to the General Liability and Worker Compensation. CERTIFICATE HOLDER CANCELLATION Weld County Colorado, its elected officials, and its employees 1111 H Street PO Box 758 Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE &201,444___ ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information Entity Name* HORROCKS ENGINEERS INC Contract Name* NPS ENGINEERING SERVICES Contract Status CTB REVIEW' Entity ID* 8,00041460 ❑ New Entity? Contract ID 5681 Contract Lead* MBEDELL. Contract Lead Email MBedell@co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Contract Description* NON -PROJECT SPECIFIC (NPS) ENGINEERING SERVICES TO ASSIST THE PUBLIC WORKS DEPARTMENT WITH ROAD AND BRIDGE CAPITAL IMPROVEMENT PROJECTS, Contract Description 2 Contract Type* CONTRACT Amount * 580,000.00 Renewable* YES Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email CM- PublicWorks weldgov.com Department Head Email CM-PublicWorks- DeptHeadfaweldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYAI IORNEYc WELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID 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 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date* 12,•31 2022 Renewal Date* 03,'23.2023 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head JAY MCDONALD DH Approved Date 03,,18 r2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03,'2312022 Originator MBEDELL Contact Type Contact Email Finance Approver CHRIS D'OVIDIO Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 03:21;'2022 Tyler Ref # AG 032322 Legal Counsel BRUCE BARKER Legal Counsel Approved Date 03 21,2022 Hello