Loading...
HomeMy WebLinkAbout20201204.tiffCrrt& l41'1c3 MEMORANDUM TO: Esther Gesick, CTB DATE: December 30, 2021 FROM: Clay Kimmi, P.E., Public Works SUBJECT: On -call Subsurface Utility Engineering Services Contract Renewal for Horrocks Engineers 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 Subsurface Utility Engineering Services Contract currently held by Horrocks Engineers. The original contract id is 3360 and the original document number is 2020-12f14. The contract id for the renewal is 5495. The Board previously approved the contract to be placed on the agenda via a pass around that was returned on December 29, 2021. The contract renewal is for an amount not to exceed $350,000.00. The contract renewal is included in the 2022 Public Works Budget. I will plan on attending the meeting to answer any questions. con�en��gen� zo2o- zoo Ol /05/ZZ BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Renewal of Non -Project Specific Subsurface Utility Engineering (SUE) Contract DEPARTMENT: Public Works PERSON REQUESTING: Clay Kimmi / Don Dunker Brief description of the problem/issue: DATE: 12/27/21 In 2020 Weld County entered into a one (1) year professional services agreement (Original Contract) with Horrocks Engineers (Horrocks) to provide on -call engineering support services for Public Works projects needing a Subsurface Utility Engineering (SUE) investigation as required by state law. The Original Contract indicates that at the option of Weld County, it may be extended for up to two (2) additional one year periods. This contract renewal represents the second renewal allowed by the contract. Public Works would like to exercise this option. Horrocks has provided professional and timely engineering support services for Public Works projects under the Contract and did not exceed the 2020 and 2021 contracted amount. The contract renewal is for an amount not to exceed $350,000. The 2022 Public Works budget includes $350,000 for SUE related services. Horrocks hourly rates increased by 6.5% which is equivalent to the Denver -Aurora -Lakewood Consumer Price Index. The Original Contract allows the hourly rates to be revised in accordance with the CIP once a year. Public Works staff recommends renewal of the Original Contract beginning January 18, 2022 and ending January 17, 2023. 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 contract. Recommendation: Staff recommends approving renewal of the Original Contract and placing it on the next available consent agenda for approval. Approve Schedule Recommendation Work Session Other/Comments: Perry L. Buck v u Mike Freeman lr Y1 f Scott James, Pro Tern fly Steve Moreno, Chair Lori Saine _____ Karla Ford From: Sent: To: Subject: Attachments: Approve Sent from my iPhone Perry Buck Tuesday, December 28, 2021 9:37 AM Karla Ford Re: Please Reply: Pass Around for SUE On -Call Contract Renewal image002.jpg; image001 jpg; 2022 Horocks Contract Renewal - Pass Around.pdf On Dec 28, 2021, at 7:33 AM, Karla Ford <kford@weldgov.com> wrote: Please advise if you approve recommendation. Thanks! Karla Ford A Office Manager, Board of Weld County Commissioners 1150 O Street, P.O. Box 758, Greeley, Colorado 80632 :: 970.336-7204 :: kford@weldgov.com :: www.weldgov.com :: **Please note my working hours are Monday -Thursday 7:00a.m.-5:00p.m.** 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: Clayton Kimmi <ckimmi@weldgov.com> Sent: Tuesday, December 28, 2021 7:30 AM To: Karla Ford <kford@weldgov.com> Cc: Marjorie Caudill <mcaudill@weldgov.com>; Don Dunker <ddunker@weldgov.com>; Jay McDonald <jmcdonald@weldgov.com>; Clayton Kimmi <ckimmi@weldgov.com> Subject: Pass Around for SUE On -Call Contract Renewal Karla, Don asked that I forward this pass around to you. Can you route it through the Board for their approvals? Clay Kimmi, P.E. Senior Engineer Weld County Public Works 1111 H St PO Box 758 Greeley, CO 80632-0758 1 -+� - CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND HORROCKS ENGINEERS, LLC ON -CALL SUBSURFACE UTILITY ENGINEERING SERVICES This Agreement Extension/Renewal ("Renewal"), made and entered into '3' day of c jO I _ 2022, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Pub Works, hereinafter referred to as the "Department", and Horrocks Engineers, LLC, 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. 2020-1204, Contract ID No. 3660, approved on May 27, 2020. 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 can be extended for two additional 1 -year periods and the hourly rates may be increased for these extensions in accordance with the Denver -Aurora -Lakewood Consumer Price Index (CPI), All Items, Seasonally Unadjusted or its successor. • The Original Agreement ended on December 31, 2020. • The Original Agreement was renewed for the first one year renewal period on January 18, 2021 under Contract ID 4370 and will end on January 17, 2022. • The parties agreed to extend the Original Agreement for final one (1) -year period, which will begin January 18, 2022 and end on January 17, 2023. • 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. The 2021 Rate Sheet shall be replaced by the attached 2022 Rate Sheet, effective January 18, 2022, which is attached hereto and incorporated by reference. 2. The total anticipated cost for the period from January 18, 2022 to January 17, 2023 is $350,000. • 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, LLC Name OF COP4TY COMMISSIONERS Ourc,COLORADO Scolt'K. James,,C it ATTEST: Weld C unt Qlerk to the Board) BY: Deputy Clerl b the O'102O - J HORRENG-01 AGALLAHEI CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDz ) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must 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 ..AcT Ashley Gallaher American Insurance & Investment Corp. PHONE FAX 448 South 400 East lac. no E+u): (8011) 364-3434 645 (A IC, O(8O1) 355-5234 Salt Lake City, UT 84111 ao SS: Ashley.Gallaher@american4ns.com INSURERLS5 AFFORDING_ COVERAGE _. _, _ . _ NAB #, INSURER A: Hartford Fire Insurance Co. 19682 INSURED INSURER a: Hartford Casu aity Insurance Co Horrocks Engineers, Inc. (NSutt€t;c: Hartford lns_Ca of The-Mid_West _ .__,. 37478 2162 W Grove Pkwy, Ste 400 iNSUIgER c: XL Specialty, Insurance Company !37885 Pleasant Grove, UT 84062 INSURER C: INSURER F : PnUCOAP_CQ !`CO'TICI!-ATC <.1I IafQ.CQ. 0=%nQ1r1H1 MI IUD . 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. TYPE OF INSURANCE AOOL SUBR' -_- POLICY NUMBER POLICY EFF POLICY RXP LIMITS A X ` COMMERCIAL GENERAL LIABILITY OCCURRENCE S__.v_ 11000,000 CLAIMS -MADE X OCCUR X : X '34UUNOZ0016 7/1/2021 ,EACH DAMAGETORENTED 711/2022 ft$AEa 1,000,000 MED EXP t fr o ut E*:! !+L $ 5.000 .PERSONALAAOV INJll1iY_..,. . t� .. .,_. 1,000,000 GEN'L AGGREGATE APPLIES PER: GENERAL AGGREGATE 2,000,000 pL�IMIT POLICY X JECT LOC PRODUCTS • COMPCOP Atxo $ ...._ 2,000,000 OTHER: S B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (�0 0n0 —, $ 1,6'00000 , X ; ANY AUTO I34UENOZ0015 7/1/2021 7/1/2022 Booiu-i_$ OWNED SCHEDULED AUTOS ONLY AUTOS _Bf�IOILYINJURY(Par.stccklent},$ HIRED NON -OWNED AUTOS ONLY :_...... Avv OS ONLY P OPERTVlDAMAGE B X ' UMBRELLA LIAR X OCCUR EACH OCGURRENCE $ 10,000,000 EXCESS LIAR CLAIMS -MADE. :34XHUOZ0017 7/1/2021 7/1/2022 AGGREGATE 10,000,000 DED X RETENTIONS 0 C WORKERS COMPENSATION X 57ATU1E - AND EMPLOYERS' LIABILITY YIN X '34WEOK8H0L 7/1/2021 7/1/2022 1,000,000 ANY PROPRIETOR/PARTNERIEXECUTIVE EXCLUDED? N NIA EL EACH ACCIDENT $ OFFICERIMEMBER (Mandatory in NH) E.L, DISEASE -EA EMPLOYEE' S If yyeas6 +9escraw under 1,000,000 DESCRIPTION GF OPERATIONS belowL - O - POLICY LIMIT D Prof Liab Claim Made DPR9978619 7/1/2021 711/2022 ;Per Claim 10,000,000 D Retro Date 1/1/1965 DPR9978619 7/1/2021 711/2022 Aggregate 10,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Addalanal 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. 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 REPRESENTATIVE ACORD 25(2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD HORROCKS ENGINEERS FEE SCHEDULE 2021 Weld County Hourly 2022 Weld County Hourly Code Billed Rate Billed Rate Engineers 1010 Sr. Principal Engineer IV $273.24 $291.00 1020 Sr. Principal Engineer III $261.10 $278.07 1030 Sr. Principal Engineer II $251.99 $268.37 1040 Sr. Principal Engineer $231.75 $246.81 1110 Principal Engineer V $227.70 $242.50 1120 Principal Engineer IV $209.48 $223.10 1130 Principal Engineer III $193.29 $205.86 1140 Principal Engineer II $181.15 $192.92 1150 Principal Engineer $155.85 $165.98 1210 Sr. Associate Engineer V, P.E. $257.05 $273.76 1220 Sr. Associate Engineer IV, P.E. $241.87 $257.59 1230 Sr. Associate Engineer III, P.E. $239.84 $255.43 1240 Sr. Associate Engineer II, P.E. $223.65 $238.19 1250 Sr. Associate Engineer, P.E. $207.46 $220.94 1310 Associate Engineer V, P.E. $193.29 $205.86 1320 Associate Engineer IV, P.E. $177.10 $188.61 1330 Associate Engineer III, P.E. $163.94 $174.60 1340 Associate Engineer II, P.E. $148.76 $158.43 1350 Associate Engineer, P.E. $126.50 $134.72 1410 Sr. Engineer VIII, P.E. $275.26 $293.16 1420 Sr. Engineer VII, P.E. $265.14 $282.38 1430 Sr. Engineer VI, P.E. $251.99 $268.37 1440 Sr. Engineer V, P.E. $242.88 $258.67 1450 Sr. Engineer IV, P.E. $234.78 $250.04 1460 Sr. Engineer III, P.E. $219.60 $233.88 1470 Sr. Engineer II, P.E. $203.41 $216.63 1480 Sr. Engineer, P.E. $189.24 $201.54 1510 Engineer V. P.E. $177.10 $188.61 1520 Engineer IV, P.E. $162.93 $173.52 1530 Engineer III, P.E. $144.72 $154.12 1540 En ineer II P.E. $127.51 $135.80 1550 Engineer, P.E. $113.34 $120.71 1610 E,�jineering Intern IV $137.63 $146.58 1620 Engineering Intern III $118.40 $126.10 1630 Engineering Intern II $102.21 $108.86 1640 Engineering Intern $91.08 $97.00 Other Professionals 2010 Sr. Principal Planner $229.72 $244.66 2110 Sr. Associate Planner $196.33 $209.09 2210 Sr. Planner VI $249.96 $266.21 2220 Sr. Planner V $228.71 $243.58 2230 Sr. Planner IV $212.52 $226.33 2240 Sr. Planner III $201.39 $214.48 2250 Sr. Planner II $181.15 $192.92 2260 Sr. Planner $164.96 $175.68 2310 Planner V $149.78 $159.51 2320 Planner IV $134.60 $143.34 2330 Planner III $125.49 $133.64 2340 Planner II $100.19 $106.70 HORROCK.S I'll' ENGINEERS FEE SCHEDULE 2021 Weld County Hourly 2022 Weld County Hourly Code Billed Rate Billed Rate 2350 Planner $85.01 $90.53 2410 Sr. Environmental Specialist VII $266.16 $283.46 2420 Sr. Environmental Specialist VI $244.90 $260.82 2430 Sr. Environmental Specialist V $234.78 $250.04 2440 Sr. Environmental Specialist IV $212.52 $226.33 2450 Sr. Environmental Specialist III $196.33 $209.09 2460 Sr. Environmental Specialist II $181.15 $192.92 2470 Sr. Environmental Specialist $164.96 $175.68 2510 Environmental Specialist VI $148.76 $158.43 2520 Environmental Specialist V $134.60 $143.34 2530 Environmental Specialist IV $122.45 $130.41 2540 Environmental Specialist III $102.21 $108.86 2550 Environmental Specialist II $92.09 $98.08 2560 Environmental Specialist $67.80 $72.21 2610 Sr. Communication/Graphics Specialist VI $209.48 $223.10 2620 Sr. Communication/Graphics Specialist V $200.38 $213.40 2630 Sr. Communication Specialist IV $181.15 $192.92 2640 Sr. Communication Specialist ill $164.96 $175.68 2650 Sr. Communication/Graphics Specialist II $147.75 $157.36 2660 Sr. Communication Specialist $131.56 $140.11 2710 Communication/Graphics Specialist V $116.38 $123.94 2720 Communication/Graphics Specialist IV $102.21 $108.86 2730 Communication/Graphics Specialist III $88.04 $93.77 2740 Communication/Graphics Specialist II $70.84 $75.44 2750 Communication/Graphics Specialist $54.65 $58.20 2760 Communications/Graphics Intern $41.49 $44.19 2810 Sr. Public Involvement Specialist VI $212.52 $226.33 2820 Sr. Public Involvement Specialist V $196.33 $209.09 2830 Sr. Public Involvement Specialist IV $181.15 $192.92 2840 Sr. Public Involvement Specialist Ili $172.04 $183.22 2850 Sr. Public Involvement Specialist II $148.76 $158.43 2860 Sr. Public Involvement Specialist $137.63 $146.58 2910 Public Involvement Specialist V $118.40 $126.10 2920 Public Involvement Specialist IV $103.22 $109.93 2930 Public Involvement Specialist III $87.03 $92.69 2940 Public Involvement Specialist II $71.85 $76.52 2950 Public Involvement Specialist $53.64 $57.12 3010 GIS Programmer/Sr. Analyst II $163.94 $174.60 3020 GIS Programmer/Sr. Analyst $148.76 $158.43 3110 Sr. GIS Analyst II $132.57 $141.19 3120 Sr. GIS Analyst $118.40 $126.10 3210 GIS Analyst II $101.20 $107.78 3220 GIS Analyst $80.96 $86.22 3310 Sr. Graphics Specialist VI $212.52 $226.33 3320 Sr. Graphics Specialist V $196.33 $209.09 3330 Sr. Graphics Specialist IV $180.14 $191.84 3340 Sr. Graphics Specialist III $163.94 $174.60 3350 Sr. Graphics Specialist II $148.76 $158.43 3360lGraphics Sr. Graphics Specialist $132.57 $141.19 3410Graphics Specialist V $111.32 $118.56 3420 Specialist IV $99.18 $105.62 HORROCKS I'll' E N G I N E E R S FEE SCHEDULE = 2021 Weld County Hourly 2022 Weld County Hourly ______ Code _________________________________ Billed Rate Billed Rate 3430 Graphics Specialist III $87.03 $92.69 3440 Graphics Specialist II $67.80 $72.21 3450 Graphics Specialist $49.59 $52.81 3460 Graphics Intern $41.49 $44.19 Technicians 4010 Sr. Design Technician IV $183.17 $195.08 4020 Sr. Design Technician III $163.94 $174.60 4030 Sr. Design Technician II $148.76 $158.43 4040 Sr. Design Technician $134.60 $143.34 4110 Design Technician IV $119.42 $127.18 4120 Design Technician III $105.25 $112.09 4130 Design Technician II $86.02 $91.61 4140 Design Technician $67.80 $72.21 4210 Sr. CAD Technician II $118.40 $126.10 4220 Sr. CAD Technician $102.21 $108.86 4310 CAD Technician II $84.00 $89.46 4320 CAD Technician $70.84 $75.44 4410 Jr. CAD Technician $53.64 $57.12 4510 Sr. Field Technician IV $169.00 $179.99 4520 Sr. Field Technician III $150.79 $160.59 4530 Sr. Field Technician II $139.66 $148.73 4540 Sr. Field Technician $125.49 $133.64 4610 Field Technician IV $110.31 $117.48 4620 Field Technician III $96.14 $102.39 4630 Field Technician II $82.98 $88.38 4640 Field Technician $66.79 $71.13 4710 Jr. Field Technician II $51.61 $54.97 4720 Jr. Field Technician $37.44 $39.88 4810 Sr. Vacuum Truck/Camera Technician $106.26 $113.17 4910 Vacuum Truck/Camera Technician II $86.02 $91.61 4920 Vacuum Truck/Camera Technician $68.82 $73.29 Surveyors d Technicians 6010 Sr. Licensed Surveyor II $176.09 $187.53 6020 Sr. Licensed Surveyor $151.80 $161.67 6110 Licensed Surve or II $131.56 $140.11 6120 Licensed Surveyor $112.33 $119.63 621O Sr. Surveyor/ROW Technician II $139.66 $148.73 6220 Sr. Surveyor/ROW Technician $118.40 $126.10 6310 Surveyor/ROW Technician III $104.24 $111.01 6320 Surveyor/ROW Technician II $86.02 $91.61 6330 Surveyor/ROW Technician $67.80 $72.21 6410 Sr. ROW Acquisition Technician IV $212.52 $226.33 6420 Sr. ROW Acquisition Technician III $203.41 $216.63 6430 Sr. ROW Acquisition Technician II $181.15 $192.92 6440 Sr. ROW Acquisition Technician $166.98 $177.83 6510 ROW Acquisition Technician IV $151.80 $161.67 6520 ROW Acquisition Technician III $135.61 $144.42 6530 ROW Acquisition Technician II $121.44 $129.33 6540 ROW Acquisition Technician $100.19 $106.70 HORROCKS I'll' ENGINEERS FEE SCHEDULE = 2021 Weld County Hourly 2022 Weld County Hourly ______ Code __________________________________ Billed Rate Billed Rate Support Staff 9010 Sr. Administrative Assistant III $113.34 $120.71 9020 Sr. Administrative Assistant II $102.21 $108.86 9030 Sr. Administrative Assistant $92.09 $98.08 9110 Administrative Assistant III $72.86 $77.60 9120 Administrative Assistant II $56.67 $60.36 9130 Administrative Assistant $44.53 $47.42 Eauiament Global Positioning System $16.90 $18.00 HDS 3D Scanner $80.96 $86.22 Lab Testing Equipment Request Pricing Request Pricing Vacuum Truck Request Pricing Request Pricing CCTV Camera Truck Request Pricing Request Pricing Travel and Subsistence at cost at cost Mileage $0.59 $0.59 Subconsultant Cost + 10% Cost + 10% Other Direct Costs Cost + 10% Cost + 10% Rates are effective through December 31, 2022 New Contract Request Entity Information Entity Names Entity ID* ❑ New Entity? HORROCKS ENGINEERS INC p00041460 Contract Name* RENEWAL FOR ON -CALL SUBSURFACE UTILITY INVESTIGATIONS (SUE) CONTRACT Contract Status CTB REVIEW Contract ID 5495 Contract Lead * CKIMMI Contract Lead Email CKimi@3co.weld.co.us Contract Description * CONTRACT RENEWAL FOR THE ON -CALL SUE CONTRACT WITH HORROCKS ENGINEERS Contract Description 2 Parent Contract ID 20201209 Requires Board Approval YES Department Project # Contract Type * Department Requested BOCC Agenda Due Date RENEWAL PUBLIC WORKS Date* 01+01;'2022 01/05/2022 Amount Department Email $$350,000.00 CSI- Will a work session with ROCC be required?* Rubli orksC-weldgov.com€ HAD Renewable NO Department Head Email Does Contract require Purchasing Dept. to be included? CM-PublicWorks- NO Automatic Renewal DeptHead weldgov.com NO County Attorney Grant GENERAL COUNTY NO ATTORNEY EMAIL IC�A County Attorney Email NO CM- COUNTYATTORNEYWWELDG OV.COM tf this is a ren.ewal 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 12x`29/2021 Termination Notice Period Committed Delivery Date Expiration Date 01/17,2023 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 01/03/2022 Approval Process Department Head Finance Approver Legal Counsel JAY MCDONAW CONSENT CONSENT DH Approved Date Finance Approved Date Legal Counsel Approved Date 01 /03/2022 01 /032022 01/03/2022 Final Approval BOCC Approved Tyler Ref # AG 010521 BOCC Signed Date ROCC Agenda Date 01/05/2022 Originator CKIMMI MEMORANDUM TO: Esther Gesick, CTB DATE: January 14, 2021 FROM: Clay Kimmi, P.E., Public Works SUBJECT: On -call Subsurface Utility Engineering Services Contract Renewal for Horrocks Engineers 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 Subsurface Utility Engineering Services Contract currently held by Horrocks Engineers. The original contract id is 3360 and the original document number is 2020-1204. The contract id for the renewal is 4370. The Board previously approved the contract to be placed on the agenda via a pass around that was returned on January 13, 2021. The contract renewal is for an amount not to exceed $350,000.00. The contract renewal is included in the 2021 Public Works Budget. I will plan on attending the meeting to answer any questions. Page 1 of 1 1-- /t -a/ BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Renewal of Non -Project Specific Subsurface Utility Engineering (SUE) Contract DEPARTMENT: Public Works DATE: 01/06/21 PERSON REQUESTING: Clay Kimmi / Don Dunker Brief description of the problem/issue: In 2020 Weld County entered into a one (1) year professional services agreement (Original Contract) with Horrocks Engineers (Horrocks) to provide on -call engineering support services for Public Works projects requiring a Subsurface Utility Engineering investigation as required by state law. 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 renewal option. Public Works would like to exercise this option. Horrocks has provided professional and timely engineering support services for Public Works projects under the Contract and did not exceed the 2020 contract amount. The contract renewal is for an amount not to exceed $350,000. The 2021 budget includes $350,000 for SUE related services. Horrocks hourly rates increased by 1.2% which is equivalent to the Denver -Aurora -Lakewood Consumer Price Index, The Original Contract allows the hourly rates to be revised in accordance with the CIP once a year. Public Works staff recommends renewal of the Original Contract beginning January 1, 2021 and ending December 31, 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 contract. Recommendation: Staff recommends approving renewal of the Original Contract and placing it on the next available consent agenda for approval. Approve Recommendation Perry L. Buck Mike Freeman Scott James, Pro Tern Steve Moreno, Chair Lori Saine Schedule Work Session Other/Comments: CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND HORROCKS ENGINEERS, LLC ON -CALL SUBSURFACE UTILITY ENGINEERING SERVICES This Agreement Extension/Renewal ("Renewal"), made and entered into day o , 2021, by and between the Board of Weld County Commissioners, on behalf of the Weld County Depart nt of Public rks, hereinafter referred to as the "Department", and Horrocks Engineers. LLC, hereinafter referred to s 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. 2020-1204. Contract ID No. 3660, approved on May 27, 2020. 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 December 31. 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 -Lakewood Consumer Price Index (CPI), All Items, Seasonally Unadjusted or its successor. • The parties agree to extend the Original Agreement for the first additional one (1) -year period, which will begin January 1, 2021 and will end on December 31. 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. This extension will be the second year of a possible three-year contract. 2. The 2020 Rate Sheet shall be replaced by the attached 2021 Rate Sheet, which is attached hereto and incorporated by reference. 3. The total anticipated cost for the period from January 1, 2021 to December 31, 2021 is $350,000. • 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, LLC Printed Name HOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno,, ha� p . 21 ATTEST: Weld Co ntv Clerk to the Board BY Deputy Clerk olaao - /ao17L HORROCKS 11-11 E N G I N E E R S Code I 2020 Weld County Hourly I 2021 Weld County Hourly Engineers 1010 Sr. Principal Engineer IV $270.00 $273.24 1020 Sr. Principal Engineer III $258.00 $261.10 1030 Sr. Principal Engineer II $249.00 $251.99 1040 Sr. Principal Engineer $229.00 $231.75 1110 Principal Engineer V $225.00 $227.70 1120 Principal Engineer IV $207.00 $209.48 1130 Principal Engineer III $191.00 $193.29 1140 Principal Engineer II $179.00 $181.15 1150 Principal Engineer $154.00 $155.85 1210 Sr. Associate Engineer V, P.E. $254.00 $257.05 1220 Sr. Associate Engineer IV, P.E. $239.00 $24187 1230 Sr. Associate Engineer III, P.E. $237.00 $239.84 1240 Sr. Associate Engineer II, P.E. $221.00 $223.65 1250 Sr. Associate Engineer, P.E. $205.00 $207.46 1310 Associate En ineerV, P.E. $191.00 $193.29 1320 Associate Engineer IV, P.E. $175.00 $177.10 1330 Associate Engineer III, P.E. $162.00 $163.94 1340 Associate Engineer II, P.E. $147.00 $148.76 1350 Associate Engineer, P.E. $125.00 $126.50 1410 Sr. Engineer VIII, P.E. $272.00 $275.26 1420 Sr. Engineer VIIP.E. $262.00 $265.14 1430 Sr. Engineer VI, P.E. $249.00 $251.99 1440 Sr. Engineer V, P.E. $240.00 $242.88 1450 Sr. Engineer IV, P.E. $232.00 $234.78 1460 Sr. En ineer III, P.E. $217.00 $219.60 1470 Sr. En ineer II, P.E. $201.00 $203.41 1480 Sr. Engineer, P.E. $187.00 $189.24 1510 En ineer V, P.E. $175.00 $177.10 1520 En ineer IV, P.E. $161.00 $162.93 1530 Engineer III, P.E. $143.00 $144.72 1540 Engineer II, P.E. $126.00 $127.51 1550 En ineer, P.E. $112.00 $113.34 1610 ngineering Engineering Intern IV $136.00 $137.63 1620 Engineering Intern III $117.00 $118.40 1630 Engineering Intern II $101.00 $102.21 1640 Engineering Intern $90.00 $91.08 Other Professionals 2010 Sr. Principal Planner $227.00 $229.72 2110 Sr. Associate Planner $194.00 $196.33 2210 Sr. Planner VI $247.00 $249.96 2220 Sr. Planner V $226.00 $228.71 2230 Sr. Planner IV $210.00 $212.52 2240 Sr. Planner III $199.00 $201.39 2250 Sr. Planner II $179.00 $181.15 2260 Sr. Planner $163.00 $164.96 2310 Planner V $148.00 $149.78 2320 Planner IV $133.00 $134.60 2330 Planner III $124.00 $125.49 2340 Planner II $99.00 $100.19 2350 Planner $84.00 $85.01 2410 Sr. Environmental Specialist VII $263.00 $266.16 2420 Sr. Environmental Specialist VI $242.00 $244.90 2430 Sr. Environmental Specialist V $232.00 $234.78 2440 Sr. Environmental Specialist IV $210.00 $212.52 2450 Sr. Environmental Specialist III $194.00 $196.33 2460 Sr. Environmental Specialist II $179.00 $181.15 2470 Sr. Environmental Specialist $163.00 $164.96 2510 Environmental Specialist VI $147.00 $148.76 HORROCKS 11-1' EN G TN E E RS Code 2020 Weld County Hourly 2021 Weld County Hourly 2520 Environmental Specialist V $133.00 $134.60 2530 Environmental Specialist IV $121.00 $122.45 2540 Environmental Specialist III $101.00 $102.21 2550 Environmental Specialist II $91.00 $92.09 2560 Environmental Specialist $67.00 $67.80 2610 Sr. Communication/Graphics S eci $207.00 $209.48 2620 Sr. Communication/Graphics S eci $198.00 $200.38 2630 Sr. Communication Specialist IV $179.00 $181.15 2640 Sr. Communication Specialist III $163.00 $164.96 2650 Sr. Communication/Graphics S eci $146.00 $147.75 2660 Sr. Communication Specialist $130.00 $131.56 2710 Communication/Graphics Specialis $115.00 $116.38 2720 Communication/Graphics Specialis $101.00 $102.21 2730 Communication/Graphics Specialist $87.00 $88.04 2740 Communication/Graphics Specialist $70.00 $70.84 2750 Communication/Graphics Specialis $54.00 $54.65 2760 Communications/Graphics Intern $41.00 $41.49 2810 Sr. Public Involvement Specialist VI $210.00 $212.52 2820 Sr. Public Involvement Specialist V $194.00 $196.33 2830 Sr. Public Involvement Specialist IV $179.00 $181.15 2840 Sr. Public Involvement Specialist III $170.00 $172.04 2850 Sr. Public Involvement Specialist II $147.00 $148.76 2860 Sr. Public Involvement Specialist $136.00 $137.63 2910 Public Involvement Specialist V $117.00 $118.40 2920 Public Involvement Specialist IV $102.00 $103.22 2930 Public Involvement Specialist III $86.00 $87.03 2940 Public Involvement Specialist II $71.00 $71.85 2950 Public Involvement Specialist $53.00 $53.64 3010 GIS Programmer/Sr. Analyst II $162.00 $163.94 3020 GIS Programmer/Sr. Analyst $147.00 $148.76 3110 Sr. GIS Anal st II $131.00 $132.57 3120 Sr. GIS Analyst $117.00 $118.40 3210 GIS Analyst II $100.00 $101.20 3220 GIS Analyst $80.00 $80.96 3310 Sr. Graphics Specialist VI $210.00 $212.52 3320 Sr. Graphics Specialist V $194.00 $196.33 3330 Sr. Graphics Specialist IV $178.00 $180.14 3340 Sr. Graphics Specialist III $162.00 $163.94 3350 Sr. Graphics Specialist II $147.00 $148.76 3360 Sr. Graphics Specialist $131.00 $132.57 3410 Graphics Specialist V $110.00 $111.32 3420 Graphics Specialist IV $98.00 $99.18 3430 Graphics Specialist III $86.00 $87.03 3440 Graphics Specialist II $67.00 $67.80 3450 Graphics Specialist $49.00 $49.59 3460 Graphics Intern $41.00 $41.49 Technicians 4010 Sr. Design Technician IV $181.00 $183.17 4020 Sr. Design Technician III $162.00 $163.94 4030 Sr. Design Technician II $147.00 $148.76 4040 Sr. Design Technician $133.00 $134.60 4110 Design Technician IV $118.00 $119.42 4120 Design Technician III $104.00 $105.25 4130 Design Technician II $85.00 $86.02 4140 Design Technician $67.00 $67.80 4210 Sr. CAD Technician II $117.00 $118.40 4220 Sr. CAD Technician $101.00 $102.21 4310 CAD Technician II $83.00 $84.00 4320 CAD Technician $70.00 $70.84 HORROCKS I'll' E N G I N E E R S Code 2020 Weld County Hourly 2021 Weld County Hourly 4410 Jr. CAD Technician $53.00 $53.64 4510 Sr. Field Technician IV $167.00 $169.00 4520 Sr. Field Technician III $149.00 $150.79 4530 Sr. Field Technician II $138.00 $139.66 4540 Sr. Field Technician $124.00 $125.49 4610 Field Technician IV $109.00 $110.31 4620 Field Technician III $95.00 $96.14 4630 Field Technician II $82.00 $82.98 4640 Field Technician $66.00 $66.79 4710 Jr. Field Technician II $51.00 $51.61 4720 Jr. Field Technician $37.00 $37.44 4810 Sr. Vacuum Truck/Camera Technici $105.00 $106.26 4910 Vacuum Truck/Camera Technician $85.00 $86.02 4920 Vacuum Truck/Camera Technician $68.00 $68.82 Surveyors & Technicians 6010 Sr. Licensed Surveyor II $174.00 $176.09 6020 Sr. Licensed Surveyor $150.00 $151.80 6110 Licensed Surve or II $130.00 $131.56 6120 Licensed Surveyor $111.00 $112.33 6210 Sr. Surveyor/ROW Technician II $138.00 $139.66 6220 Sr. Surveyor/ROW Technician $117.00 $118.40 6310 Surve or/ROW Technician III $103.00 $104.24 6320 Surve or/ROW Technician II $85.00 $86.02 6330 Surve or/ROW Technician $67.00 $67.80 6410 Sr. ROW Acquisition Technician IV $210.00 $212.52 6420 Sr. ROW Acquisition Technician III $201.00 $203.41 6430 Sr. ROW Acquisition Technician II $179.00 $181.15 6440 Sr. ROW Acquisition Technician $165.00 $166.98 6510 ROW Acquisition Technician IV $150.00 $151.80 6520 ROW Acquisition Technician III $134.00 $135.61 6530 ROW Acquisition Technician II $120.00 $121.44 6540 ROW Acquisition Technician $99.00 $100.19 Support Staff 9010 Sr. Administrative Assistant III $112.00 $113.34 9020 Sr. Administrative Assistant II $101.00 $102.21 9030 Sr. Administrative Assistant $91.00 $92.09 9110 Administrative Assistant III $72.00 $72.86 9120 Administrative Assistant II $56.00 $56.67 9130 Administrative Assistant $44.00 $44.53 Equipment Global Positioning System ($/hr) $16.70 $16.90 HDS 3D Scanner ($/hr) $80.00 $80.96 Lab Testing Equipment Request Pricing Request Pricing Vacuum Truck Request Pricing Request Pricing CCTV Camera Truck Request Pricing Request Pricing Travel and Subsistence at cost at cost Mileage ($/mile) $0.58 $0.59 Subconsultant Cost + 10% Cost + 10% Other Direct Costs Cost + 10% Cost + 10% New Contract Request Entity Information Entity Marne* Entity ID* ❑ New Entity? HORROCKS ENGINEERS INC Ca,00041460 Contract Name 2021 CONTRACT RENEWAL FOR SUBSURFACE UTILITY ENGINEERING (SUE) CONTRACT Contract Status CTB REVIEW Contract Description * 1ST CONTRACT RENEWAL FOR THE SUE CONTRACT Contract Description 2 Contract ID 4370 Contract Lead CKIMMI Contract Lead Email CKirrrmiccco.weld.co. us Parent Contract ID 3660 Requires Board Approval YES Department Project # Contract Type * Department Requested BOCC Agenda Due Date RENEWAL PUBLIC WORKS Date* 01 14 r 2021 0118; 2021 Amount * Department Email S 350,000.00 CM- Will a work session with 8OCC be required?* PublicWorksOweidgov.com HAD Renewable YES Department Head Email Does Contract require Purchasing Dept_ to be included? CM-PublicWorks- NO Automatic Renewal DeptHeadwveldgov.com NO County Attorney Grant BOB CHOATE NO County Attorney Email IGA BCHOATECCO.WELD.CO.US NO If this is a renewal enter previous Contract ID 3660 R 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 r 41� 6 n Termination Notice Period Review Date * Renewal Date * 01:062021 01 `03 2022 Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Purchasing Approver CONSENT Approval Process Department Head JAY MCDONALD DH Approved Date 01;142021 Final Approval BOCC Approved YES BOCC Signed Date 01:18/2021 BOCC Agenda Date 01:18/2021 Originator CKIMMI Purchasing Approved Date 01,`142021 Finance Approver CONSENT Finance Approved Date 011412021 Tyler Ref # 2020-1204 legal Counsel CONSENT Legal Counsel Approved Date 0114;2021 hn, ti7 966O MEMORANDUM Date: May 20, 2020 To: Esther Gesick, CTB From: Clay Kimmi, Project Manager, Public Works RE: OnBase Contract ID #3660 — Non -Project Specific Subsurface Utility Engineering Services, B2000110 Please place the attached agreement on the BOCC Consent Agenda. The BOCC approved the award of this contract to Horrocks Engineers on May 11, 2020. The Consultant has signed the contract and has provided the required insurance listing Weld County as an additional insured party. I will plan on attending the BOCC hearing to answer any questions the BOCC may have regarding this contract. cc: Pct 0ga-Ge 2m?�- l2©� Cori Sin ' 051 a? (00 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & HORROCKS ENGINEERS B2000110 - NON -PROJECT SPECIFIC SUBSURFACE UTILITY ENGINEERING CONTRACT #+ THIS AGREEMENT is made and entered into this cQ2 day of 2020, by and between the County of Weld, a body corporate and politic of the State of Colorado, by id through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Horrocks Engineers, LLC, a corporation, whose address is 5670 Greenwood Plaza Blvd, Suite 416W, Greenwood Village, CO 80111, hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. 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 Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Proposal (RFP) as set forth in B2000110. The RFP contains all of the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contract Professional's completion of the responsibilities described in Exhibit A. Both 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. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, the County shall notify Contract Professional if it wishes to renew this Agreement. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving goao-t OM Contract Professional the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County. 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, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." 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 Modification. 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. In the event that 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 a supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement 6. Compensation/Contract Amount. Upon Contract Professional's successful completion of the services, and County's acceptance of the same, County agrees to pay an amount no greater than $300.000.00, which is the bid set forth in Exhibit B. Contract Professional acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in Exhibit B. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. Bid quantities shall be carefully checked by the Contract Professional and quantity calculations shall be submitted for County review. If the County experiences additional costs during construction which are directly associated with errors and omissions (Consultant negligence) resulting in change orders requiring approval by the Board of County Commissioners and/or costs greater than the original bid unit costs, the Consultant will be financially liable for such increased costs. 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. Mileage may be reimbursed if the provisions of Exhibit A permit such payment at the rate set forth in Exhibit B. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred. 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 from County as a result of the execution of this Agreement. Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contract Professional, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law (and as set forth in Exhibit A provide proof thereof when requested to do so by County. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contract Professional. Contract Professional shall not enter into any subcontractor agreements for the completion of'this project 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 subject project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project. Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services 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 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 individual work order 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 or not such materials are in completed form, shall at all times be considered the property of the County. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to 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 consultants, 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 services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 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(s) 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 shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the services 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 and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract 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 Contract 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. Any modification to these requirements must be made in writing by Weld County. 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. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, to the extent caused by the negligent actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract 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, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. 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 County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or 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 shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: 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 in the course of operations under this Contract resulting from professional services. In the event that 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 Per Loss $ 1,000,000 Aggregate $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds:. For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name "Weld County, Colorado, its elected officials, and its employees" as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. 14. 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. 15. Examination of Records. To the extent required by law, the Contract Professional agrees that any 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. The Contract Professional agrees to maintain these documents for three years from the date of the last payment received. 16. 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. 17. 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. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. All notices or other communications (including annual maintenance 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 by the sending party; or Either party may change its notice address(es) by written notice to the other. Horrocks Engineers, LLC: Attn.: Johnny Olson, P.E. 5670 Greenwood Plaza Blvd Suite 416W Greenwood Village, CO 80111 E-mail: johnny.olson@horrocks.com Phone: 970-381-2206 County: Clay Kimmi, P.E. Project Manager P.O. Box 758 1111 H Street Greeley, CO 80632 E-mail: ckimmi@weldgov.com Phone: (970) 400-3741 Don Dunker, P.E. County Engineer P.O. Box 758 1111 H Street Greeley, CO 80632 ddunker@weldgov.com (970) 400-3749 18. 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. 19. Non -Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature. 20. 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. 21. 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. 22. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver 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. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. 23. 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. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. 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. 26. 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. 27. 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. 28. 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 contract. 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 knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into 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 the public contract for services 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 contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the 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 of 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 contract. 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: Weld 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. 33. Official Engineering Publications: Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Compensation. 33. Compliance with Colorado Department of Transportation Regulations and Standards Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and Contract Professional agrees to meet or exceed all standards set by these publications. Contract Professional further acknowledges and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Contract Amount. (Continued on the next 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 A and B, 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. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this I day of 2020. CONTRACT PROFESSIONAL: 4v94v9c fl By: Date Name: R55t11 Y v'"a Title:n�� WELD C: ATTEST: Weld County Clerk to the Board BY: l ��^^. eputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO -A 0080-I&O9 New Contract Request Entity Information Entity Name* Entity 1D * ❑ New Entity? HORROCKS ENGINEERS @00041460 Contract Name * Contract ID Parent Contract ID NON -PROJECT SPECIFIC SUBSURFACE UTILITY 3660 ENGINEERING SERVICES Contract Lead* Requires Board Approval Contract Status CKIMMI YES CTB REVIEW Contract Lead Email Department Project # CKimmi@co weld.co.us Contract Desorption * THIS CONTRACT IS FOR THE ON -CALL SUE SERVICES THAT ARE REQUIRED BY STATE STATUTE TO BE COMPLETED ON ALL CONSTRUCTION PROJECTS WITHIN THE ROW Contract Description 2 Contract Type * Department Requested BOCC Agenda Due Date AGREEMENT PUBLIC WORKS Date* 05/2312020 05/27/2020 Amount * Department Email $300,000.00 Cm Will a work session with BOCC be required?* PublicWorks@weldgov.com NO Renewable YES Department Head Email Does Contract require Purchasing Dept. to be included? CM-PubiicWorks- NO Automatic Renewal DeptHead@weldgov.com NO County Attorney Grant BOB CHOATE NO County Attorney Email IGA BCHOATE@CO.WELD.CO.US NO if this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Review Date 04/01,/2021 Committed Delivery Date Renewal Date 0512712021 Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver CONSENT Approval Process Department Head JAY MCDONALD DH Approved Date 05/20/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 05127/2020 Originator CKIMMI Submit Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approved Date 05/2012020 Finance Approver CONSENT Finance Approved Date 0512012020 Tyler Ref # AG 052720 Legal Counsel CONSENT Legal Counsel Approved Date 05/20/2020 MEMORANDUM Date: May 4, 2020 To: Rob Turf, Purchasing From: Clay Kimmi, Project Manager, Public Works RE: B2000110, Non -Project Specific Subsurface Utility Engineering Services Contract Public Works has conducted a Quality Based Selection (QBS) process to select a consultant to perform on -call subsurface utility investigations (SUE) for roadway projects. A team comprised of Don Dunker, Cameron Parrott, Cinde Wright, and Clay Kimmi reviewed and scored five (5) proposals. See attached ranking summary. The QBS process does not account for cost during the selection phase. Cost is negotiated after the project award but prior to signing the contract. The QBS process was chosen because it allows for reimbursement of the SUE on CDOT funded projects. The first ranked proposal represents the most qualified firm. The first ranked proposal was submitted by Horrocks Engineers. It is our recommendation to award the on -call SUE contract to Horrocks Engineers. Public Works has budgeted $300,000.00 for the on -call SUE contract in 2020. Upon the Board's ward to Horrocks Engineers, Public Works will enter into negotiations with them to develop costs for specific tasks associated with the contract. 200- /toy �Goo7'g B2000110 On -Call SUE Request for Proposal Ranking Summary Date: 05/04/2020 Committee Members RFP Summary Total Scoring - Reviewer 1 Reviewer 2 Reviewer 3 ; . Reviewer'4 Ayers Associates 2 2 3 3 10 Z Baseline Engineers 3 4 1 2 10 Q T Cobb Fendley "' 4 3 5 5 17 Ditesco. 6 6 6 6 24 Z 3 -Horrocks;' 1 1 2 1 5 Lamp Rynearson 6 6 6 6 24 T2 Utility Engineers 6 6 6 6 24 Utility Mapping Services _ F 5 4 4 18 WELD COUNTY PURCHASING 1150O Street, Room #107, Greeley, CO 80631 E-mail: cmpeters(c).weldgov.com E-mail: rturfCa�weldgov.com E-mail: reverett(a�weldgov.com Phone: (970) 400-4223, 4216 or 4222 DATE OF BID: APRIL 22, 2020 REQUEST FOR: NON -PROJECT SPECIFIC (ON -CALL) SUBSURFACE UTILITY ENGINEERING SERVICES DEPARTMENT: PUBLIC WORKS BID NO: #B2000110 - (QBS) PRESENT DATE: APRIL 27, 2020 APPROVAL DATE: TBD VENDORS BASELINE ENGINEERING CORPORATION 112 N. RUBEY DRIVE, #210 GOLDEN CO 80403 T2 UTILITY ENGINEERS 150 CAPITAL DR, STE 190 GOLDEN CO 80401 HORROCKS ENGINEERS 4627 W. 20TH STREET RD, SUITE A GREELEY CO 80634 LAMP RYNEARSON 4715 IINNOVATION DR, STE. 100 FORT COLLINS CO 80525 COBB, FENDLEY & ASSOCIATES INC 6800 DAWSON CIRCLE, STE. 101 CENTENNIAL CO 80015 DITESCO PROJECT & CONSTRUCTION SERVICES 2133 S. TIMBERLINE ROAD, UNIT 110 FORT COLLINS CO 80525 UTILITY MAPPING SERVICES INC 15065 W 44TH AVENUE GOLDEN CO 80403 AYRES ASSOCIATES INC 3665 JFK PARKWAY, BLDG 2, SUITE 100 FORT COLLINS CO 80525 2020-1204 THE DEPARTMENT OF PUBLIC WORKS IS REVIEWING THE PROPOSAL AT THIS TIME 0kY/27 EG©o7g Hello