Loading...
HomeMy WebLinkAbout20200151.tiffe6y4vac+ 1171155a) MEMORANDUM TO: Esther Gesick, CTB DATE: January 3, 2022 FROM: Clay Kimmi, P.E., Public Works SUBJECT: CR 80 and CR 37 Intersection Design Services Contract Extension for Drexel Barrell & Co. Please place the attached contract extension on the BOCC consent agenda for an upcoming 9 am hearing. The contract renewal is for the CR 80 and CR 37 Intersection Design Services Contract currently held by Drexel Barrell & Co. The original contract id is 2448 and the original document number is 2018-3830. The contract id for the extension is 5500. The Board previously approved the contract to be placed on the agenda via a pass around that was returned on January 3, 2022. The original contract amount was $327,854.00. To date the design has cost $254,648.75. The contract extension would be for $25,000 and would cover construction support services. The project is included in the 2022 Public Works Budget. I will plan on attending the meeting to answer any questions. ee &o 2O -0(51 E6001 8 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Extension of CR 80 and CR 37 Intersection Design Contract DEPARTMENT: Public Works DATE: 12/30/21 PERSON REQUESTING: Clay Kimmi / Don Dunker Brief description of the problem/issue: On February 11, 2019 Weld County entered into a professional services agreement (Original Contract) with Drexel Barrell (Drexel) to provide on -call design services for Public Works Construction Projects. The design contract was renewed in 2020 and 2021. The on -call design contract renewal is set to expire. In 2020, the County hired Drexel to design the improvements for the CR 80 and CR 37 project. The original design contract amount was for $327,524. The construction drawings were completed in February 2021 and ROW was acquired between February and October 2021. The design contract was completed for $254,648.75 which was $72,875.25 below the contracted budget amount. The contract was bid out for construction in October 2021 and a construction contract with Structures, Inc. was signed by the Board on December 27, 2021. Public Works would like to extend the Drexel on -call design services contract to June 30, 2022. Their services are required so they can provide construction support as it pertains to questions that arise on the construction of the new bridge over the Eaton Ditch on CR 80. The contract would only be used to provide construction support for the CR 80 and CR 37 project. No other projects would be designed or supported with the contract extension. Drexel has provided professional and timely engineering services for the entire contract period from 2019 through 2021 for this project. A contract extension would be through June 30, 2022 and would not exceed $25,000 for the construction support services. What options exist for the Board? (include consequences, impacts, costs, etc. of options): • Approve the extension of the 2021 contract renewal and allow it to be placed on the next available consent agenda • Deny the contract extension and have staff rebid this contract. In rebidding the contract, the construction schedule for the project would likely fall behind schedule. A new engineer would likely have to come up to speed on the original design in order to provide adequate construction support. Recommendation: Staff recommends approving the extension of the 2021 contract renewal and placing it on the next available consent agenda for approval. Approve Reca mendation Perry L. Buck Mike Freeman Scott James, Pro Tern Steve Moreno, Chair Lori Saine Schedule Work Session Other/Comments: CONTRACT AGREEMENT EXTENSION BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND DREXEL, BARRELL, & CO. NON -PROJECT SPECIFIC ENGINEERING SERVICES This Agreement Extension/Renewal ("Renewal"), made and entered into 110M day of January, 2022, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and Drexel, Barrell, & Co., hereinafter referred to as the "Contract Professional". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2018-3830, Contract ID No. 2448, approved on February 11, 2019. 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 ended on February 10, 2020. • The Original Agreement can be renewed for two additional 1 -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 BOCC agreed to renew the Agreement on January 13, 2020 as Document No. 2020-0151 and Contract ID No. 3363. The 2020 contract renewal expired on December 31, 2020. • The BOCC agreed to renew the Agreement on January 13, 2021 and Contract ID No. 4369. The 2021 contract renewal is set to expire on December 31, 2021. • The parties agree to extend the 2021 contract renewal to June 30, 2022. • The extension, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Contract Professional has agreed to provide the same hourly service rates for this extension as in the 2021 Renewal. 2. The total anticipated cost for the period from January 1, 2022 to June 30, 2022 is $25,000. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Drexel, Barrell, & Co. Michael D. Middleton, P.E., President Printed Name Digiblly sigred M Midxl D. Middi— MNdle a .o, darts, &Co,oµemail=m14I1-.o-.dbzrtNl.cun. us oTOO Signature BOARD OF COVNTY COMMISSIONERS WELP COUE, COLORADO Scotts( James, C air ATTEST: ,.. i v• ''CdAO', Weld Co'univ Clerk to the Board/ BY Deputy 1. General Project Description The Union Pacific Railroad (UPRR) is closing the intersections at WCR 37/Highway 85 and WCR 78/Highway 85 so their infrastructure can be expanded. As a result of the intersection closures by the UPRR, the WCR 80/WCR 37 intersection and adjacent WCR 80 has to be improved to serve as the new transportation corridor. The WCR 80/WCR 37 intersection is located approximately one mile south of the Town of Ault and approximately 1/2 mile east of Highway 85. WCR 80 is a local road and is paved from Highway 85 approximately 1/4 mile east where it transitions into a gravel road. WCR 37 is a paved collector which currently serves as a connection between Highway 85 and Highway 14. The Project limits are approximately 1,500 to 2,000 feet west of the intersection of WCR 80 and WCR 37 (the intersection), approximately 1,500 feet east of the intersection, approximately 1,500 to 2,000 feet north of the intersection, and approximately 1,500 to 2,000 feet south of the intersection. The final project limits will be finalized during the design phase. The design elements to consider during the design phase include but are not limited to: a) Realignment of WCR 80 to eliminate the offset intersection. b) Correcting sight distance issues along WCR 37 by raising the intersection. c) Correcting a steep grade issue between BR80-35A and the intersection of WCR 80 and WCR 37. d) Replacement of BR80-35A to accommodate the ultimate section. The ultimate section for the bridge is a 12 -foot travel lane in each direction, a 4 -foot paved shoulder in each direction, and a 16 -foot left turn lane on WCR 80 to the west (48 feet wide). e) Possible replacement of BR37-80A to accommodate the ultimate section. The ultimate section for the bridge is a 12 -foot travel lane in each direction and a 4 -foot paved shoulder in each direction (32 feet wide). f) Paving the intersection with either concrete or asphalt pavement. g) Paving the gravel portion of WCR 80 to the west with asphalt pavement that ties into the west side of BR80/35A and the existing paving on WCR 80. h) Paving CR 37 outside of the intersection limits with asphalt pavement. Note: coordination with the Larimer and Weld Ditch will be required when designing the bridges and roadways over the Eaton Ditch. Their design standards will have to be utilized during the design process. Traffic counts from March 18, 2020 are shown below in Table 1. Road From To AADT 85% Speed (mph) Single Truck % Combo Truck % 37 78 80 503 62 14 4 37 80 Highway 14 514 62 14 6 78 Highway 85 37 45 48 Unknown Unknown 80 Highway 85 Pavement End 264 45 17 13 80 Pavement End 37 94 36 22 2 80 37 39 41 39 26 11 2. Scope of Services The County will provide the existing topographic survey, a conceptual design, geotechnical information for the roadway, and environmental information. The SUE will be provided by the County upon its completion. The Project is anticipated to include but not be limited to the following design activities: General Requirements a) When performing field investigations, the Consultant shall provide reasonable provisions for Weld County representatives to observe the Consultant's and/or sub -consultant's work in progress. b) Weld County will provide CAD files and available survey to the Consultant upon award of the Contract. The plans sets shall utilize the Weld County template and line styles. c) The Consultant shall provide a full range of engineering services and accept project management responsibility at all levels. The submitted cost and work hours shall be based on the work items described herein. The cost and work shall include a line item of Other Professional Services (OPS) in the amount of $75,000 which may be required (Weld County must pre -approve the use of this line item) during the project design. d) All design work shall be completed using the latest AASHTO and CDOT design and construction standards or guidelines, practices, and procedures. The Consultant shall also utilize the Weld County Engineering Criteria Manual for design parameters. In the event of a discrepancy between the design standards, the most stringent shall apply. Weld County shall determine the most stringent design standard at its sole discretion. e) Coordination with the Larimer and Weld Ditch company for the bridges over the Eaton Ditch. f) Coordination with impacted landowners throughout the design phase. g) The Consultant and/or sub -consultants shall obtain a ROW Permit from Weld County when performing all field investigations and fieldwork. There will be no charge for the permit, however, the Consultant and/or sub -consultant shall provide traffic control plans, certificates of insurance, and the ROW permit application for review and issuance. The cost of all traffic control (including permitting) shall be included in the cost of the project. All traffic control is subject to the County's acceptance prior to the commencement of the work. h) The Consultant shall conduct monthly progress meetings. The Consultant shall prepare and provide a meeting agenda at least 2 days prior to the meeting date. The Consultant shall provide meeting minutes no more than 7 days after the meeting date. i) The Consultant shall provide weekly email updates regarding the work completed in the work period. j) The Consultant shall provide monthly invoices including detailed written monthly progress reports for the project duration. The monthly progress reports shall consist of: 1. A cover letter outlining all work billed for during the invoice period, problems encountered during the invoice period, and expected work to be completed in the upcoming invoice period (an example can be provided as needed); 2. Backup data showing the personnel working on a task, their hourly rate, descriptions for each task, and the numbers of hours billed to the task; 3. A time sheet certification signed by the Consultant's project manager; and 4. Sub -Consultant invoices shall include the same information as backup documentation. II. Conceptual Design (30% Design) a) The conceptual design is covered under the Drexel Barrell On -call Contract, IA # 2020-001. b) A design table is attached to this document for reference and incorporation into the project. Ill. Preliminary Design (aka FIR or 60% Design) a) The consultant shall be required to provide detailed design plans for all components of the project. A status set of plans will be kept available to the County for review and submittal to the appropriate agencies, utility companies, and affected property owners as needed. b) The underground facilities shall be shown horizontally, vertically, and in relation to the proposed improvements. All Utility conflicts must be identified, and the Consultant shall provide coordination including site meetings with all affected Utility owners. c) The location of the control points, benchmark locations, and scale factors used in the drawings shall be provided. The data shall be provided in the modified State Plane Coordinate System and shall be on the NAVD-88 vertical datum. d) The Consultant shall provide a structure selection report for each bridge to be replaced. The structure foundation design shall be done in accordance with AASHTO LRFD Bridge Design Specifications (latest edition) and the CDOT Bridge Design Manual, as applicable. All new bridges shall be load rated utilizing the current version of the AASHTOWARE Bridge Rating software. e) The Consultant shall perform a hydraulic analysis to ensure the flow characteristics of the new bridge(s) are at least the same or better than the flow characteristics of the existing bridge. These calculations shall be coordinated with and submitted to the Larimer Weld Irrigation Company (970-454-3377, Kim Nelson, Secretary). The selected bridge design shall be consistent with design standards utilized by the Larimer Weld Irrigation Company. f) The Consultant shall provide a preliminary geotechnical report for the bridge foundation designs. g) The Consultant shall provide a preliminary drainage report. The design of the roadside drainage system in accordance with Weld County criteria within the project area. h) The Consultant shall review the County provided geotechnical report for the roadway design. i) The Consultant shall apply for and receive a Flood Hazard Development Permit (FHDP) from the County Planning Department. The Consultant shall submit all floodplain modeling to FEMA as a CLOMR for review and approval. The Consultant shall include the appropriate applications fees as required for each bridge/culvert design in their proposal. The Consultant shall address FEMA and Weld County comments prior to resubmittals to FEMA. j) The Consultant shall coordinate the identification of rights -of -ways, permanent easements, and temporary construction easements required to construct the project. The work will require the preparation of CDOT style right-of-way/easement exhibits and plans for the project. k) The Consultant shall provide an internal QA/QC review of the preliminary design plans prior to submittal to Weld County for review and comment. The Consultant shall address each comment and update the plans prior to submittal of the deliverable. The plans shall be checked for drafting errors, label placement, line weights, etc. I) The Consultant shall provide the County with two (2) 11 "x17" sets of review plans, including a detailed Engineer's Estimate of the construction costs for review and comment. At this stage, the plans should be approximately 60% complete. The Consultant shall provide quantity calculations (hand calculations) for the 30 costliest bid items in the plans. m) The Consultant shall also provide the County with drawings in electronic format (pdo. n) The Consultant shall prepare an agenda, attend the preliminary design meeting, and provide support information for the meeting. Meeting minutes shall be prepared by the Consultant. o) The plan set for the 60% design level shall include but not be limited to the following plan subsets: 1. Title Sheet 2. M&S Standard Plans List 3. Typical Roadway Sections/Details 4. General Notes 5. Summary of Approximate Quantities 6. Summary of Earthwork Quantities 7. Tabulations 8. Survey Control 9. Demolition/Removal Plans 10. Utility Plans — Existing 11. Utility Plans — Proposed Relocation 12. Right of Way Plans 13. Roadway Plan and Profile 14. Preliminary Jointing Plan 15. Access Road Plan and Profile 16. Irrigation Ditch Plan and Profile 17. Bridge Plans 18. Grading Plans 19. Drainage Plan and Profile 20. Drainage/Irrigation Ditch Details 21. SWMP — Interim Condition 22. Signing and Striping Plans 23. Phasing Plans 24. Method of Handling Traffic (MHT) Plans 25. Detour Plans 26. Cross Sections IV. Final Design (aka FOR, 95%, and Ready for Construction) a) The Consultant shall provide detailed hand calculations for all bid items which are part of the project. It is not sufficient to provide calculations solely produced by AutoCAD. All AutoCAD quantity calculations shall be verified by detailed hand calculations. b) The Consultant shall provide finalized reports and plan sets listed above for the final design phase, and for the final bid documents. c) The Consultant shall prepare project special provisions and current CDOT standard special provisions. The Consultant shall provide the County with two (2) 11 "x17" sets of plans and the specification package for review and comment. At this stage the plans should be approximately 95% complete. d) The Consultant shall provide an internal QA/QC review of the preliminary design plans prior to submittal to Weld County for review and comment. The Consultant shall address each comment and update the plans prior to submittal of the deliverable. NOTE: If the County experiences additional costs during construction which are directly associated with errors and omissions (consultant negligence) resulting in change orders approval by the Board of County Commissioners and/or costs greater than the original bid unit costs, the Consultant shall be financially liable for such increased costs. See Item 6 in the attached sample contract that will be executed upon award of the Contract. e) The Consultant shall provide an independent third -party review of the final design plans. Proof of the independent third -party review shall be submitted to Weld County. f) The Consultant shall also provide the County with drawings in electronic format (pdf). g) The Consultant shall provide detailed design plans for all aspects of the project. The plan subsets for the final design level shall include but not be limited to the following plan subsets: 1. Title Sheet 2. Index Sheet 3. M&S Standard Plan List 4. Roadway Design Data 5. Pavement Details 6. Typical Roadway Sections/Details 7. General Notes 8. Summary of Approximate Quantities 9. Summary of Earthwork Quantities 10. Tabulations 11. Survey Control/Tabulation 12. Demolition/Removal Plans 13. Utility Plans — Existing 14. Utility Plans — Proposed Relocation 15. Geotechnical Plans 16. Right of Way Plans 17. Roadway Geometric Layout, Plans, and Tables 18. Roadway Plan and Profile 19. Final Jointing Plan 20. Access Road Plan and Profile 21. Irrigation Ditch Plan and Profile 22. Bridge Plans 23. Grading Plans 24. Drainage Plan and Profile 25. Irrigation Plan and Profile 26. Drainage/Irrigation Ditch Details 27. SWMP — Interim Condition 28. SWMP — Final Condition 29. Landscaping/Seeding Plans 30. Signing and Striping Plans 31. Phasing Plans 32. Methods of Handling Traffic (MHT) Plans 33. Detour Plans 34. Cross Sections 35. Other Details (as needed) 36. Environmental Mitigation Plans (as needed) h) The Consultant shall prepare an agenda, attend the final design meeting, and provide the support information for the meeting. Meeting minutes will be prepared by the Consultant. i) After the final design meeting, the Consultant shall submit the final ROW Plans as well as any applicable environmental clearance documents. V. Project Schedule (Anticipated) The project schedule currently anticipates the following design phase milestones: Desian Phase • 30% Design Phase -------------------------------------------------June 30, 2020 • 60% Design Phase ------------------------------------------------September 15, 2020 • 95% Design Phase ------------------------------------------------November 6, 2020 • Ready for Construction Plans Completed -------------------November 25, 2020 New Contract Request Entity Information Entity Names Entity ID * ❑ New Entity? DREXEL BARRELL AND COMPANY 00005 361 Contract Name* CONTRACT EXTENSION FOR CR 80 AND CR 37 INTERSECTION PROJECT Contract Status CTB REVIEW Contract ID 5500 Contract Lead* CKIMMI Contract Lead Email CKimmico.weld.co.us Parent Contract ID 20183830 Requires Board Approval YES Department Project # GR-60 Contract Description CONTRACT EXTENSION SO DIdEXEL BARREL CAN PROVIDE CONSTRUCTION SUPPORT SERVICES FOR THE CR 80 AND CR 37 PROJECT Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date RENEWAL PUBLIC WORKS Date* 0101 2022 01:0512022 Amount* Department Email $25,000.00 CM- Will a work session with BOCC be required?* Pub hcWorks1iweIdgov.com HAD Renewable NO Department Head Email Does Contract require Purchasing Dept. to be included? CM-PublicWorks- NO Automatic Renewal DeptHead aweldgov.com NO County Attorney Grant GENERAL COUNTY NO ATTORNEY EMAIL ICA County Attorney Email NO CM- COUNTYA ORNEYWELDG OV.COM If this is a renewal enter previous Contract ID if this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date 01'03/2022 Termination Notice Period Committed Delivery Date Expiration Date* 06/30:2022 Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head JAY MCDONALD DH Approved Date 01,?0312022 C Agenda Date 01/10/2022 Originator CIMM3 Contact Phone I Contact Phone 2 Purchasing Approved Date Finance Approver CHRIS D OV'1D1O Finance Approved Date 01/03/2022 Tyler Ret AG 011022 Legal Counsel BOB CHOATE Legal Counsel Approved Date 01/06/2022 17'- lv 37L MEMORANDUM Date: June 24, 2020 To: Esther Gesick, Clerk to the Board From: Clay Kimmi, Project Manager, Public Works RE: Change Order No. 1 for Drexel-Barrell's Non -project Specific Engineering Services Contract Please place the attached change order on the Board's next available agenda. During a work session held on June 23, 2020, the Board directed staff to proceed with Change Order No. I for the above mentioned contract. The Change Order will allow Drexel-Barrell to convert their 30% plans for the CR 80 and CR 37 intersection project to final design. In April 2020, the County had applied for a DOLA Energy Impact Tier II Grant to complete a design - build project for roadway improvements at the CR 80 and CR 37 intersection. After the grant application was accepted, DOLA informed the County that the project was not eligible for a grant since it was a design -build project. After re-evaluation of the project, the County determined that completing the design prior to construction would be in line with current DOLA grant requirements. In March 2020, Drexel-Barrell was requested to do a 30% design for the project as part of their non - project specific engineering services contract for $44,280. Once DOLA requested the change to the grant application, Drexel-Barrell was asked for a cost estimate to utilize the 30% design to complete the final design of the project. The Drexel-Barrell cost estimate was received on June 22, 2020. The estimate was for $283,244. Public Works had originally estimated that the design portion of the design -build project was approximately $500,000. The Drexel-Barrell total cost ($327,524) for the complete design is approximately $172,500 lower than the design portion of the design -build project. The Drexel-Barrell estimate and scope of work was presented to the Board during a work session because of the significant savings to the project. The 2020 budget for Drexel-Barrell's contract was $50,000. The requested change order for $283,244 would bring their contract value to $333,244. I will plan on attending the hearing to answer any questions the Board may have regarding this change order. c2? mod oo -oIs I CHANGE ORDER NO. I Date: June 24, 2020 PROJECT: NON -PROJECT SPECIFIC ENGINEERING SERVICES described in Contract Number 2018- 3830 on February 11, 2019 and renewed on January 13, 2020. Owner: Weld County Contractor: Drexel, Barrell, & Company The following change is hereby made to the Contract Documents: CHANGE TO CONTRACT PRICE: Original Contract Price: $50,000.00 Current Contract Price adjusted by previous Change Order: $ 0.00 The Contract Price due to this Change Order will be increased by: $283,244.00 The New Contract Price, including this Change Order, will be: $333,244.00 CHANGE TO CONTRACT TIME: The Contract Time will be increased by 0 calendar days. RECOMMENDED: Owner Representative: r Date:06/24/2020 Clay (immi, P.E. (Senior Engineer) APPROVALS: CONTRACTOR: Name: Michael D. Middleton, P.E. pNbiIlY gnM1byM;keo-pfee;, Date: June 24, 2020 President�. , sa,, l &co.. Dore mail= iMe@d xelbarrell.,on,, reTitle: Da2020.06.2410:16,53-06'00' WELD COU� Deputy Golerk I I BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair JUN 2 9 2020 a - O/57 DBC Drexel, Barrel I & Co. 1800 38t" St. • Boulder, CO 80301 • 303-442-4338 • 303-442-4373 fax i'taalelOnai S&IOC , Innovative 5e1.O0ns 3 South 7th St. • Colorado Springs, CO 80905 • 719-260-0887 • 719-260-8352 fax Since -r9.9 71011t"Avenue, Suite L-45 • Greeley, CO 80601 • 970-351-0645 June 21st, 2020 Weld County Public Works Department 1111 H STREET Greeley, CO. 80632 ATTN: Clay Kimmi, P.E. - Senior Engineer RE: Proposal for Final Design Plans WCR 80 & WCR 37 Intersection Realignment Clay, Thank you for the opportunity to present this proposal for the Final Design on the Weld County Road 37 & 80 Intersection Project. We understand that, if awarded, this project would simply be an extension of our current on -call services contract for the Conceptual Design for the WCR 37 & 80 Intersection (Weld County Project Number GR-60). PROJECT UNDERSTANDING This proposal for the final design of the WCR 37 & 80 project is based on the required engineering work as presented in the Engineering Scope of Work for Drexel Barrell in an email on 6/16/2020. The major design elements of the project will include: ✓ Realignment of WCR 80 & 37 to eliminate the existing offset and adding a left turn lane on eastbound WCR 80. This design will be a continuation of the horizontal layout that will be finalized with the Conceptual Plan (30%) Design. ✓ Realignment of WCR 80 & 37 to eliminate the existing offset and adding a left turn lane on eastbound WCR 80. This design will be a continuation of the horizontal layout that will be finalized with the Conceptual Plan (30%) Design. ✓ Regrading of the intersection (raising 3'-4') and the corresponding lengths of WCR 80 & 37. ✓ Paving and grading design for the existing west leg of WCR 80 that is currently gravel. ✓ Replacement of the WCR 80 bridge at the Eaton Ditch. ✓ Grading/reconstruction/reconfiguration/ for adjoining roadside ditches & concrete lined -irrigation ditches ✓ Drainage improvements (culverts & roadside ditches) mainly at the intersection but possibly extended to other areas of the project. Civil, Transportation, & Water Resources Engineering Land Surveying • G e o m a t i c s • Mapping www. drexelbarrell. corn Proposal for Final WCR 80 & 37 Intersection June 21, 2020 -2- - ROW acquisition (to provide ROW Plans for the areas needed) and temporary construction easements SCOPE OF WORK SUBSURFACE UTILITY ENGINEERING (SUE) PLAN It is our understanding that an SUE plan(s) is currently being completed by others to a Quality Level A per SB 18-167. Drexel Barrell will collect the completed SUE information and add it to our Final Design Plans. MEETINGS & COORDINATION Drexel, Barrell will attend monthly meetings (preparing an agenda before each meeting and completing meeting notes after each meeting) as well as weekly email progress reports over the course of the project. Other responsibilities will include meetings/coordination with the affected utility providers, adjoining landowners, and the Larimer & Weld County Ditch. ROADWAY CONSTRUCTION PLANS Drexel, Barrell will design, complete, QA/QC and submit Construction Plan Drawings at 60%, 95% and Final Ready for Construction stages. This component will include all plans necessary and as defined in the County's "Final Engineering Scope of Work for Drexel Barrell': The plans will include the design information for constructing the new roadway, bridge replacement, and all other adjacent grading/reconstruction improvements relative the outlining ditches, irrigation and drainage. HYDROLOGY AND HYDRAULICS STUDIES A hydraulic analysis of the Eaton Ditch will be prepared for existing and proposed conditions to show that proposed flow characteristics are the same or better than existing conditions at the proposed bridge replacement on WCR 80. This scope item includes the following tasks: ✓ Coordination with Larimer Weld Irrigation Company to establish design flow rates and bridge modeling criteria. ✓ Hydraulic modeling of Eaton Ditch based on topography available from the conceptual design effort. ✓ Coordination with design team to obtain proposed bridge, roadway, and grading parameters. ✓ Hydraulic modeling of Eaton Ditch based on proposed bridge and roadway alignment. Proposal for Final WCR 80 & 37 Intersection June 21, 2020 -3- ✓ Scour analysis of proposed bridge for armouring and foundation of abutments and ditch banks. ✓ Summarize hydraulic modeling results in a technical memo to the County and the Irrigation Company. ✓ Address comments from both County and the Irrigation Company. Detailed hydrologic analysis to quantify design flow rates in Eaton Ditch are excluded from this Scope since it is assumed that the Ditch Company will provide the maximum flow rate(s) for the ditch. Additional surveying will be completed to extend grade shots within the ditch area upstream and downstream (approximately 500') in order to accurately model the flow characteristics of the ditch. Approximately 20 feet of the roadway improvements along WCR 80 are located within a FEMA Special Flood Hazard Area Zone A, as shown on the Effective FEMA Flood Insurance Rate Map (FIRM) 08123C1250E dated January 20, 2016 (Figure 2). The Zone A floodplain was developed by approximate methods with no detailed BFE's or associated hydraulic analysis. Furthermore, there is no defined flow path for this floodplain, as it starts in rural Weld County northeast of the Town of Ault, and terminates to the south at the Eaton Ditch. The floodplain width across WCR 80 is approximately 490 feet, so the impacted area of 20 feet is approximately 5% of the total width. It is assumed that the paving and grading can be shown to have negligible impacts to the floodplain using approximate methods, and a LOMAR/CLOMR submittal to FEMA will not be required. Approximate methods include comparing cross-sectional areas and volumes of cut and fill within the floodplain, and calculations within proprietary software such as FlowMaster. Detailed hydraulic modeling is excluded. This scope item includes the following tasks: ✓ Coordination with the County Floodplain Administrator to establish no rise/ no impacts criteria for the FHDP. ✓ Coordination with design team to evaluate paving and grading options. ✓ Approximate method calculations of proposed paving and grading within the Zone A floodplain. ✓ Preparation and submittal of a FHDP to the County. ✓ Address comments on the FHDP. It is assumed that detailed hydraulic analysis will not be required to approve the FHDP. If the project design dictates that a CLOMP submittal is required, it can be included as Additional Services. A drainage report will be provided at the 60% stage and updated/finalized at the 95% submittal. The report will utilize the Weld County Engineering Design Manual for storm water standards. Drainage improvements are expected to include Proposal for Final WCR 80 & 37 Intersection - 4 - June 21, 2020 evaluation and design of roadside drainage conveyances that make up existing and proposed ditches and culverts. STRUCTURAL STUDIES & DESIGN Geotechnical Services will be provided by Terracon, who also performed the geotechnical investigation for the roadway. Their scope of work will involve a foundation LRFD design for Bridge BR80-35A based on two (2) boring that will be taken on either side of the ditch. The borings are expected to be approximately 50' deep with up to 10' of coring necessary in each bore. KDG ENGINEERING, LLC will provide the structural selection report and design plans, specifications, and cost estimates for the design work related to the WCR 80/Eaton Ditch Bridge Replacement. The structure foundation design shall be done in accordance with AASHTO LRFD Bridge Design Specifications and the CDLOT Bridge Design Manual. The fee from KDG includes an Independent Design Check & Rating and Independent Quantity Check. OTHER PROFESSIONAL SERVICES (OPS) At the County's Request, a $75,000 amount under OPS has been added to the Design Fees. This "contingency" amount would be available during the design process but it is understood that pre -approval by the County is necessary. RIGHT OF WAY PLANS& EASEMENTS Drexel Barrell will sub -contract with CIVIL ARTS to provide the Surveying services required for the ROW Plans and any temporary and/or permanent easements. Civil Arts provided the original topographic survey and ROW/boundary mapping, so it makes sense to have them perform any additional survey services since they are familiar with the project and site. CONSTRUCTION COST ESTIMATING Drexel Barrell and our team will provide accurate and reliable quantity takeoffs and construction cost estimates. At the 60% design stage, quantity calculations (hand calculations) for the 30 costliest bid items in the plans will be provided. At the 95% Final Design stage, quantity calculations will be provided for all bid items related to the project. Proposal for Final WCR 80 & 37 Intersection June 21, 2020 DESIGN SCHEDULE The design schedule for this project has been provided as follows: ✓ 30% Design Phase ........................June 30, 2020 ✓ 60% Design Phase........................September 15, 2020 ✓ 95% Design Phase........................November 6, 2020 ✓ Ready for Construction ................November 25, 2020 Drexel Barrel) and our team are dedicated to meeting this aggressive schedule. Sub -Consultants were chosen, in part, on their ability to perform their required services within the time frame allowed. Notice has been given to the sub - consultants to prepare for starting work immediately. -5- Our proposed fee is shown in the attached spreadsheet that includes a breakdown of each task and number of hours associated with completing each task. The fee is a total of those hours in respect to the personnel performing those tasks billed at our 2020 Billing Rates as per Exhibit B of our Agreement for Professional Services. Our sub -consultant fees, in which Drexel Barrell will manage, are also included in the total. The County's scope of work did not include preparation of bid documents, bidding assistance, construction management, or construction staking; therefore, these services have been omitted from this proposal. We understand that timing of this project is critical and work can begin to be scheduled immediately upon the notice to proceed. Thank you for the opportunity to provide this proposal for Surveying and Civil Engineering services as part of our on call services. Please email or call if you have any questions or to authorize us to proceed. Thank you again and we look forward to working with you on this project. Drexel, Barrell & Co. Cameron W. Knapp, P.E. Project Manager/Associate Weld County CR SD PRJ CR37 SCOPE. TASKS, PERSONNEL, HOURS, AND FEES Res( R.,nlla Co. Proposal mB3130A ASSOCIATE I PRINCIPAL ' PRINCIPAL PE2 1£CHMOµI ' FEZ PEI AdAN ENGR2 SNAPP MODLETON MiCDNNELL IBLJNGS PINNEY DUTIES SWaER BOWEN SMEENK TOTAL AO - TASK SIBS $115 SIBS $135 - SRS :.mm. $1ii MO SIDS I ATTEND MONTHLY PROJECT MEETINGS{PREPARE 24 4 AGENDA B MEETING NOTES1:'AEEIYY EMAIL UPDATES. SITE "SITS, IANWWNER & UTILITY _____________ _____________ COORDINATION 53480 BTCO $4.160 '3 R LI N YDESIGNIWY SIAM 1M 0 S 24 _ M0 Pilo W NSTRUOTON PLAN SET TO INCLUDE, BUT NOT LIMITEOTO(TITLE SHEET. MWS STANDARD PLANS - Usi,,tYP. SECTONS. GENERAL NOTES SUMMUARY OF QUANTITIES. SUMMARY OF EW TMAdiK TPSLIIAT1CNi. SURVEY CONTACT- DEMO PLANES, UTILITY PWJS EX &PR.ROAIX^MY P(N6 PROFILES. .JOINTING PLAN. ACCESS ROAG PLAN fl ---_____ PROFILES IRRIGATION PLANS. BRIE PLANS. GRADING PLANS, SWAP. DRAINAGE PLANS. - SIGNAGE & STRIPING PLANS, DETOUR PLANS: MXT PLANS PHASING PLANSCROSSSECTIQYI PRELIM DRAINAGE REPORT, PRELIM COST ESTIMATE. RESPOND TO AOM GENCY COMMENTS S .2W S/O] SI.3 - R240 SS.KM - 51G39 SB.TN $57 3 HYALLIC 808RIWE MR80.T5A) B 140 a IV5150FAL:R W ION aL WNX DITCH WMPAW, E%ISTING & PROPOSED MODELING, SCOUR ITING MO RESPONDTOAGENCV COMMENTS � 51B500 521140 1 DKZARD LOPM PERMITM WOROINAl1ON HTTHWOMY FPEPORT R SPAICIATIa4S PPEPRE PNO REPORT, RESPMO OAGENCY WNYEMS"SB $10090 FINAL DESIGN 149%DESIGN)6 ---.._ 2000NSTRUCITON -___ PLAN SET TO INCLUDE, BUTT ..... LIMITEDTO LTITLESHEET, MAS STANDAROPIANS LIST.TYP SECTIONS, GENERAL NOTES, PAVEMENT DETAILS, GEOTEOINICAL PLANS. ROADWAY GEOMETRIC LAYOUT PLANS, SUMMUMYOF QUANTITIES. SUMMARY O EARTHWORK TABULATIONS, SURVEY CONTROL, DEMO PLAINS, UTIU TY PLMS EA A PR, ROW PL S, RDADWY PLANS PROFILES, JOINTING PLAN, ACCESS ROAD PLAN & PROFILES. IRRIGATION PUNS. BRIU PUNS. GRADING PLANS. SWMP, DRAINAGE PLANS. STONAGEA STRIPING PLN S, DETOUR PLANS, MHT PUNS PHASING PLANS. CROSS SECTION) FINAL DRAINAGE REPORT. FINAL MST ESTIMATE, RESPOND TOAGENCV COMMENTS 511.W0 9A $6W 91m0 $15W $10,& S1.4R0 586]0 6 iWl6 TANS IREOD WRCCN WI 4 S 6 PREPARE Fl WL SEf 51N. STAMP SFAL PEER flE"EW 5590 ' $1220AGO TTB 7 OTHER PROFESSIONAL SERVICES WNT.NGENCEYI 575.000 SUBTOTALS 555,230 $1,750 51991 312420 SS ZOD S2T,540 512,180 $200210 SUB -CONSULTANTS S TEPRACON FOUNDATION FTON RECCMMENICALReP(2T)S BRIDGE AEMMMENDEITIHER S2)BOF ITCH ASUTMENTS EITHER DEEP.OFT DITCH APPRO%IMATELY5P DEEP. TRAFFIC CONTROL) 5112W 9 O"L ARTS ISUS3VEYINSESNILE51 - PEPpRMNOFR'.YPIANO.AWEO SIAtVEYINGIN EATON OUCXFOR HYOMUUC CALEGAL TXERtW UP STREAM 6S&EXHIMJSTREAMIO LEGAL DESCRIPTIONSBFEXIBRS, TEMPORARY FFBEMEM DOGS &A 10 (DO NONEERIN NLLC (PREUM.NARY & FINAL STRLKNML DESIGN OF NGRIONEATON BFdWE G)', STRUCNRE SECTION REPORT.. WSTESTIMATE.INDEPENDENT DESIGN OIECK 6 TOTILL NOT -TO FEE $�89�$4444 New Contract Request Entity Information Entity Name* Entity'ID* ❑ New Entity? DREXEL BARRELL AND COMPANY @00005.361 Contract Name * Contract ID Parent Contract ID CHANGE ORDER NO. 1 TO NON -PROJECT SPECIFIC 3762 2448 ENGINEERING SERVICES CONTRACT Contract Lead * Requires Board Approval Contract Status CKIMMI YES CTB REVIEW Contract Lead Email Department Project CKimmi@co_weId.co.us GR-60 Contract Description THIS CHANGE ORDER IS FOR THE FINAL DESIGN OF THE CR 80 AND CR 37 INTERSECTION PROJECT. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CHANGE ORDER PUBLIC WORKS Date* 06/27/2020 0710112020 Amount * Department Email $283,244.00 CM- Will a work session with BOCC be required?* PubIicWorks@weldgov_com HAD Renewable NO Department Head Email Does Contract require Purchasing Dept. to be included? CM -P ublicWorks- NO Automatic Renewal DeptHeadweldgov.com NO County Attorney Grant BOB CHOATE County Attorney Email IGA BCHOATE@CO.WELD.CO.US ti this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in Onaase Contract Dates Effective Date Termination Notice Period Review Date * Renewal Date 0624/2020 Committed Delivery Date Expiration Date* 02/11/2021 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Approval Process Department Head JAY MCDONALD DH Approved Date 06,12512020 Final Approval BOCC Signed Date BOCC Agenda Date 06./29/2020 Originator CKIMMI Submit Purchasing Approved Date Finance Approver BARB CONNOLLY Finance Approved Date 06/2512020 Tyler Ref # AG 062920 Legal Counsel BOB CHOATE Legal Counsel Approved Date 06(25/2020 MEMORANDUM TO: Esther Gesick, CTB DATE: January 7, 2020 FROM: Clay Kimmi, P.E., Public Works SUBJECT: On -call Engineering Services Contract Renewal for Drexel Barrell Please place the attached contract renewal on the BOCC consent agenda for an upcoming 9 am hearing. The contract renewal is for the On -call Engineering Services Contract currently held by Drexel-Barrell. The original contract id is 2448 and the original document number is 2018-3830. The contract id for the renewal is 3363. The contract renewal is for an amount not to exceed $50,000. On January 7, 2020, the BOCC approved the recommendation to renew the contract. See attached pass around review packet. 2020-0151 Page l of l BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Renewal of Non -Project Specific Engineering Services Contract DEPARTMENT: Public Works PERSON REQUESTING: Clay Kimmi / Don Dunker Brief description of the problem/issue: DATE: 01/02/2020 In 2019 Weld County entered into a one (1) year professional services agreement (Original Contract) with Drexel, Barrell, and Company (Drexel) to provide on -call engineering 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 exercise. Drexel has provided professional and timely engineering support services for Public Works projects under the Contract and did not exceed the original $40,000.00 contract amount. The contract renewal is for an amount not to exceed $50,000. Drexel has also agreed to provide the same hourly service rates with this contract renewal as in the previous contract renewal. Public Works staff recommends renewal of the Original Contract beginning February 12`h, 2020 and ending February 11`h, 2021. What options exist for the Board? (include consequences, impacts, costs, etc. of options): • Approve the renewal of the Original Contract and allow it to be placed on the next available consent agenda • Deny the renewal of the Original Contract and have staff rebid this work Recommendation: Staff recommends approving renewal of the Original Contract and placing it on the next available consent agenda for approval. Approve Recommendation Sean P. Conway Mike Freeman, Chair Scott James Barbara Kirkmeyer Steve Moreno Schedule Work Session Other/Comments: Ok oiOUT1L CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND DREXEL, BARRELL, & CO. NON -PROJECT SPECIFIC ENGINEERING SERVICES This Agreement Extension/Renewal ("Renewal"), made and entered into day ________________,2020, by and between the Board of Weld County Commissioners, on behalf of the Weld County Depate�"CLtract Publi orks, hereinafter referred to as the "Department", and Drexel. Barrell. & Co., hereinafter referred to as Professional". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2018-3830, Contract ID No. 244$, approved on February 11. 2019. 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 end on February 11, 2020. • The Original Agreement can be extended for two additional 1 -year periods and the hourly rates may be increased for this extension in accordance with the Denver -Aurora -Littleton Consumer Price Index (CPI). • The parties agree to extend the Original Agreement for the first additional one (1) -year period, which will begin February 12, 2020 and will end on February 11, 2021. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Contract Professional has agreed to provide the same hourly, service rates for the Renewal as in the Original Agreement. 2. Individual Internal Accounting Form (IA) amounts may be approved up to the budgeted amount shown below. 3. IA forms less than $25,000 can be signed by the Director of Public Works or authorized designee and IA forms greater than $25,000 must be signed by the Board of County Commissioners. The total anticipated cost for the period from February 12, 2020 to February 11, 2021 is $50,000. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Drexel, Barrell, & Co. Michael D. Middleton, P.E., Managing Principal Printed Name /. Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, i hair v•' ATTEST: 1861 Weld C v Clerk to the Boar BY: Deputy Cle o2oaa -- oil Clayton Kimmi From: Cameron Knapp <cknapp@drexeibarrell.com> Sent: Tuesday, December 31, 2019 1:47 PM To: Clayton Kimmi Cc: Don Dunker Subject: RE: 2020 On -Call Contract Renewal Clay, After some internal discussions, it has been determined that we will simply honor our 2019 rates for any work to be done this next year. Hopefully that makes things easier on your end too, but let me know if you might need anything more. Thanks, Cameron From: Clayton Kimmi [mailto:ckimmi@weldgov.com] Sent: Tuesday, December 31, 2019 6:59 AM To: Cameron Knapp Cc: Don Dunker; Clayton Kimmi Subject: RE: 2020 On -Call Contract Renewal Cameron, The 2020 rate sheet that you provided adds several items that were not on the 2019 rate sheet. In order to do the contract renewal, revisions based on the comments below need to be made. 1. You have shown the various categories as a range so we don't know where in the range somebody charging time to the project is at. You need to break out the rate for each rate class as you did in the original contract. For example, list the hourly price for an associate 1, associate 2, professional engineer 1, professional engineer 2, professional engineer 3, etc. I don't need to know the name of the individual since they may end up changing through the course of the renewal period. 2. It looks like your hourly rates have increased more than allowed by the Denver, Aurora, Lakewood CPI. It looks like the majority of your rates are increasing between 3 and 5 percent. The CPI shows an increase of 2.8%. Therefore, your rates cannot be increased by more than 2.8%. Increasing less than the 2.8% is acceptable. 3. Items I1 through IX do not appear in your 2019 rate sheet. These appear to be for additional charges such as markups for subs, mileage, travel time, copies, etc. Since they were not included in your 2019 rate sheet, they cannot be added to the 2020 rate sheet because it changes the original contract. We cannot change the items in the original contract without going through a change order process. Please let me know if you have any questions. Clay Kimmi, P.E. Senior Engineer Weld County Public Works 1111 H St PO Box 758 Greeley, CO 80632-0758 O: 970-304-6496 x 3741 F: 970-304-6497 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: Cameron Knapp <cknapp@drexelbarrell.com> Sent: Monday, December 30, 2019 10:45 AM To: Clayton Kimmi <ckimmi@weldgov.com> Subject: RE: 2020 On -Call Contract Renewal ►p+ a originated from outside of M1/el County.Govern sender did know the content"is safe Clay, Attached is our 2020 fee rates. Please let me know if you have any questions or need anything else. Thanks, Cameron From: Clayton Kimmi [mailto:ckimmi@weldgov.com] Sent: Monday, December 23, 2019 12:11 PM To: Cameron Knapp Cc: Clayton Kimmi Subject: 2020 On -Call Contract Renewal Cameron, I am starting on the renewal of the on -call contract that we have with Drexell Barrell. In order to complete the on -call contract renewal, I need to get a copy of the rate sheet that you anticipate using for 2020. If your rates are increasing from 2019 to 2020, please keep in mind that the rate increase cannot be greater than the Denver -Aurora -Littleton Consumer Price Index. Once I have a copy of your 2020 rate sheet, I will be able to complete the contract renewal forms and send them to you for your signature. Please let me know if you have any questions. 2 Clay Kimmi, P.E. Senior Engineer Weld County Public Works 1111 H St PO Box 758 Greeley, CO 80632-0758 O: 970-304-6496 x 3741 F: 970-304-6497 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. DBC Drexel, Ba rrel l & Co. 1800 38'" St. • Boulder, CO 80301 • 303-442-4338 • 303-442-4373 fox 3 South 7th St. • Colorado Springs, CO 80905 • 719-260-0887 • 719-260-8352 fax 5,,'. 710 11m Avenue, Suite L-45 • Greeley, CO 80601 • 970-351-0645 2019 BILLING RATES PER TASK TASK INDIVIDUAL RATE CLASS RATE Meetings Knapp Associate 1 $145 Internal Peer Review McConnell Principal $165 Q.A./QC. $175 Surveying Wright Managing (Office) Principal Surveyor 2 $110 Surveying Eckert/Kladky 7Field (Field) Surveying Finney Technician 1 $95 (Drafting) Hydrology & Iblings Professional $135 Hydraulics Engineer 2 Permit/Report/ Butler Professional $ 135 Plan Review Engineer 2 Traffic Engineer Shuler Professional $145 _ Engineer 3 Administrative Bowen Administrative $60 & Billing General Civil/ Knapp/Roberts Associate I $145 Road/Bridge Professional Design Engineer 3 Construction Miller/Smeenk Design $105 Inspections _ , Engineer 2 Civil, Transportation, & Water Resources Engineering Land Surveying • G o o m t i c s • Mapping www. drexelbarrell. corn errant RA731 r1RFYRARR ACORD., CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 1/03/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER Greyling Ins. Brokerage/EPIC 3780 Mansell Rd. Suite 370 CONTACT Trudy Henry PH(NCONE No Ext : 866.550.4082 : 770.552.4225 Fax A/c, No E-MAIL ADDRESS: trudy.henry@greyling.com Alpharetta, GA 30022 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Hartford Accident & Indemnity Company 22357 INSURED Drexel, Barrel/ & Co. 1800 38th St. Boulder, CO 80301 INSURER B: Hartford Casualty Ins, Co. 29424 Navigators Insurance Company INSURER c : 9 P Y 42307 INSURER D: Hartford Underwriters 30104 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 19-20 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MMIDD/YYYY MM/DD A X COMMERCIAL GENERAL LIABILITY 20SBWVK0246 12/31/2019 12/31/202l EACH OCCURRENCE $1,000,000 CLAIMS -MADE OCCUR PREMISES(EaE urr nce $1,000,000 MED EXP (Any one person) $1 U UUU PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: - PRO II POLICY X JECT I LOC OTHER: GENERAL AGGREGATE s2,000,000 PRODUCTS-COMP/OPAGG s2,000,000 $ D AUTOMOBILE X X LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY I AUTOS IRED ONLET Y J( NON -OWNED AUTOS ONLY 20UEGVO9436 12/31/2019 12/31/202 BINED SINGLE LIMIT COO(En accident) $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ A X UMBRELLA LIAB EXCESS LIAB X fl OCCUR CLAIMS -MADE 20SBWVK0246 12/31/2019 12/31/202 EACH OCCURRENCE $5,000,000 AGGREGATE $5.000.000 WORKERS COMPENSATION YEK U I H - B 20WEGBW1625 12/31/2019112/31/202 X r r TE ER AND EMPLOYERS' LIABILITY Y/N N ANY PROPRIETOR/PARTNER/EXECUTIVE �E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? I N N /A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 C Professional CM19DPLZ02ZFCIV 10/31/2019 10/31/202 Per Claim $2,000,000 Liability Aggregate $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: On -Call Services. Should any of the above described policies be cancelled by the issuing insurer before the expiration date thereof, 30 days' written notice (except 10 days for nonpayment of premium) will be provided to the Certificate Holder. Weld County Public Works SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1111 H Street ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 758 Greeley, CO 80632 AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of I The ACORD name and logo are registered marks of ACORD #S1942864/M1884880 NLARI New Contract Request Entity Information Entity Name* Entity ID* ❑ New Entity? DREXEL BARRELL AND COMPANY @00005361 Contract Name * 2020 ON -CALL ENGINEERING SERVICES CONTRACT RENEWAL Contract Status CTB REVIEW Contract ID Parent Contract ID 3363 2448 Contract Lead Requires Board Approval CKIMMI YES Contract Lead Email Department Project # CKirnnii@coweld.co.us Contract DescriptionTM 2020 CONTRACT RENEWAL FOR DREXEL BARRELLS ONCALL ENGINEERING SERVICES CONTRACT, Contract Description 2 THIS IS THE FIRST OF TWO RENEWALS FOR THE CONTRACT Contract Type * Department RENEWAL PUBLIC WORKS Amount TM Department Email $50,000.00 CM- PublicV/orks@weldgovcom Renewable YES Department Head Email CM-PublicWorks- Automatic Renewal DeptHead{aweidgov.corn NO County Attorney Grant BOB CHOATE NO County Attorney Email ICA BCHOATE@CO.WELD.CO US NO if this is a renewal enter previous Contract ID 2248 if this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Due Date DateTM 01/09/2020 0113/2020 Will a work session with BOCC be required?* HAD Does Contract require Purchasing Dept. to be included? NO Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Termination Notice Period Review Date TM Renewal Date * 0116112021 02'12;2021 Committed Delivery Date Expiration Date Contact Information Contact Info e 77MGMU T Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver CONSENT Approval Process Department Head JAY MC DONALD DH Approved Date 01°0912020 Final Approval BOCC Signed Date BOCC Agenda Date 0111312020 Originator CKIMPal R' 4'T i Purchasing Approved Date 01?09/2020 Finance Approver CONSENT Finance Approved Date 01/09/2020 Tyler Ref # AG 011320 Legal Counsel CONSENT Legal Counsel Approved Date 01!09/2020 Hello