Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20200594.tiff
CotAfro1/40- zD # NN -b BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Weld County 2021 Geotechnical Testing Contract Renewal DEPARTMENT: WELD COUNTY PUBLIC WORKS DATE: February 4, 2021 PERSON REQUESTING: Ryan Axtman Construction Inspection Supervisor, Weld County Public Works Brief description of the problem/issue: The original agreement for the Geotechnical Testing Contract can be extended from March 24, 2021, to March 23, 2022, as permitted by the contract. This extension would be in the second year of a possible three-year term limit. The contract also allows for yearly rate adjustments based upon the current Denver/Aurora/Lakewood Consumer Price Index, which has projected a 2.10% increase from 2019 to 2020. Terracon did request an increase in price, which averages out to be a 2.08% increase for 2021. Attached to this pass around is a copy of the contract extension/renewal, the 2021 Fee Schedule, and a cost comparison from 2020 to 2021. The budgeted amount for 2021 is $275,000.00. Terracon was awarded this contract in 2020 as the low bid contractor and the department has been satisfied with their work. What options exist for the Board? (include consequences, impacts, costs, etc. of options): The Board may either approve or deny the contract renewal/extension. Recommendation: Staff recommends approval for Terracon Consultants, Inc. under the Geotechnical Testing Contract Aoorove Schedule ecomm endatlan Work Session Other/Comments: Perry L. Buck Mike Freeman Scott K. James, Pro-Tem Steve Moreno, Chair Lori Seine Attachments 2021 Contract Agreement Extension/Renewal 2021 Fee Schedule 2020-2021 Cost Comparison CC: Jay McDonald, Director of Public Works Elizabeth Relford, Deputy Director Curtis Hall, Deputy Director Don Dunker, County Engineer Conse,n-t. A c aalaa(a� at-16frox (la ) ao@o - 0599 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND TERRACON CONSULTANTS, INC. ENGINEERING ON -CALL SERVICES - GEOTECHNICAL This Agreement Extension/Renewal ("Renewal'), made and entered into �ndy of P -4,i7• , 2021, 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 TERRACON CONSULTANTS, INC., hereinafter referred to as the "Contractor". 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. 820006, approved on March a 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 current term of the Original Agreement will end on MARCH 23, 2021. • The parties agree to extend the Original Agreement for an additional ONE (1) -YEAR period, which will begin MARCH 24, 2021, and will end on MARCH 23, 2022. The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: 1. This extension will be the second year of a possible three-year contract 2. Beginning on the date of the new term the 2020 Fee Schedule of the contract shall be replaced by the attached 2021 Fee Schedule, which is attached hereto and incorporated by reference. • 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: TERRACON CONSULTANTS, INC. Todd Turney Printed Name Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair ATTEST: Weld C BY: FEB 2 2011 day/LA) Deputy Clerk ,,20020 -- 0591E 2021 Fee Schedule Renewal Item No. Description 1 Unit ( Unit Price Soils 101 Atterberg Limits, Classification, Liquid limit, Plastic Limit, Plasticity Index (T87 — Dry preparation) Ea $ 45.40 102 Atterberg Limits, Classification, Liquid limit, Plastic Limit, Plasticity Index (T87 — Wet Preparation) Ea $ 45.40 103 Hveem Stabilometer - "R" value Ea. $ 272.55 104 Proctor - Standard Ea. $ 68.10 105 Proctor - Modified Ea. $ 71.35 106 Proctor - One Point Check w/Moisture Check Ea. $ 8.30 107 Nuclear Field Density Test Hr. $ 35.70 108 Gradation Ea. $45.40 Concrete 201 Standard Concrete Cylinders (including sampling in Field, slump, Unit Weight, Yield, Air Content, Temperature, Casing, Curing, Testing and Reporting) (5 cyl. Per Ea.) Ea. $ 113.55 202 Additional Cylinder Ea. $11.35 203 Compression Test (Cap, Cure and Break FOB lab) Set of 5 $56,75 204 Concrete Beams: (Set of 3) including sampling in Field, slump, Unit Weight, Yield, Air Content, Temperature, Casing, Curing, Testing and Reporting) Ea. $ 113.55 205 Additional Beam Ea. $ 22.70 206 Sand Equivalent Ea. $ 10 . '70 207 Air Pot Calibration Ea. $ 20.40 301 302 303 304 305 306 307 Gradation Specific Gravity and Absorption (Plus #4 material) Specific Gravity and Absorption (Minus #4 materi L.A Abrasion Test Fractured Face Determination Flat and Elongated particles Maximum Theoretical Specific Gravity for Air Void 308 309 Lottman (TSR) Test Mix Design Bulk Unity Weight and Hveem Stability verification 310 311 312 313 Determination of Bitumen Content by Extraction, G Analysis of Extracted Aggregate Determination of Bitumen Content by Extraction Nuclear Field Density Test 3 or More Test per Trip Core Field Samples (6") 314 315 316 317 318 Bulk Specific Gravity (CP 44) Air Void percentage (CPL 5115) Binder Recovered Binder Un-recovered HMA / Oven Calibration (Each HMA Mix Design) 401 402 403 404 405 406 407 408 409 410 411 Laboratory ervtc Unconfined Compression (Set of 4) One -Dimensional Swell Test Non -coated Bar (ASTM A 370) Epoxy Coated Bar (ASTM A 370) Dust Palliative Testing Top Soil Testing Resistivity (ASTM G57) and Chlorides (CPL 2104) Water Soluble Chloride Water Soluble Sulfates pH Sodium Sulfate Soundness Ea. $ 45.40 Ea. $ 42.85 II) Ea. $ 42.85 Ea. $ 123 .25 Ea. $ 32.15 Ea. $ 26.80 o (Rice) Ea. $ 85.15 Ea. $ 257.25 Ea. $ 237.05 radation Ea. $ 153.15 Ea. $ 68.10 Hr. $ 51.10 Hr. $ 5.60 Ea. $ 32.15 Ea. $ 32.15 Ea. $ 1531.50 Ea. $ 510.50 Ea. $ 220.50 t Ea. $ 34.05 Ea. $ 5.35 Ea. $ 750:`4'0 Ea. $ 857.60 Ea. $ 255.25 Ea. $ 121.10 Ea. $ 123.25 Ea, $ 12.25 Ea. $12.25 Ea. $ 12.25 Ea. $ 15.30 Miscellaneous 501 Drilling and Sampling (Includes backfilling, compaction and surfacing material, includes equipment and logging samples) Hr. $160.80 Hourly Rates i Mums) 601 Principal Engineer and/or Geologist Hour $ 4 0 . 8 0 602 Geotechnical engineer / Department manager Hour $ 102.10 603 Senior Field Technician Hour $ 64 . 30 604 Field Technician Hour $ 35.70 605 Mileage Mile $ 0.61 NOTE: All prices shall include labor, overtime, cell phone, testing, sampling, reviewing, typing and report writing as needed for each service. The above listed items indicated the most frequently used tests. Each professional Service agreement may request additional testing services beyond those identified above. FIRM: TERRACON CONSULTING INC. BUSINESS ADDRESS: 1510 44th Street - Unit 2 CITY, STATE, ZIP CODE Evans, Colorado 80620 By: Todd Turney (Please print) DATE: 2/3/2021 TELEPHONE NO 970-351-0460 SIGNATURE FAX 970-353-8639 TAX ID# 42-1249917 E-MAILtodd.turney@terracon.com **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 -10. Acioi C)°� .. CERTIFICATE OF LIABILITY INSURANCE 1/1/2022 DATE (MM/DD/YYYY) 12/21/2020 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 rights to the certificate holder in lieu of such endorsement(s), Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 CONTPRODUCER FACTOW ,. PHONEAALCNo ••1,__ _.___ _.., . .. ING,MoI_...,_ AIL AMMO: IHSUiZER S AFFORDING COVERAGE { NAIC # INSURER 4,4411gtQn InSuranCC Company _ 194_3_7 INSURER Travelers Property Casualty Co of America -1- 25674 INSURER C Travelers Indemnity Company_of America 25666 _ - - _ INSURER D INSURER E : SURER TERRACON CONSULTANTS, INC. 1 1901 SHARP POINT DR., SUITE C FORT COLLINS CO 80525 INSURER F: ) COVERAGES TERCO01 CERTIFICATE NUMBER: I REVISION NUMBER: THIS IS TO CERTIFY THAT INDICATED. NOTWITHSTANDING CERTIFICATE MAY BE ISSUED EXCLUSIONS AND CONDITIONS THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY THE INSURED OR OTHER DESCRIBED PAID CLAIMS. POLtCYEXPµ" {MMIDDIYYYY) NAMED ABOVE FOR THE POLICY PERIOD DOCUMENT WITH RESPECT TO WHICH THIS HEREIN IS SUBJECT TO ALL THE TERMS, INSR LTR TYPE OF INSURANCE _ __ _.,..__...._I iti%C`$TJ@R j'""PI1t.tCYEFF INSOWVD POLICY NUMBER 1 {MMIDONYYn LIMITS B _. �. X_.... ti -X `GEN'L ' • COMMERCIAL GENERAL .. CLAIMS -MADE CONTRACTUAL ^XCU COVERAGE AGGREGATE LIMITAPPLIESPER: -... —1 POLICY X .I JEla OTI•IER: LIABILITY Y Y !, fC2J-CiLSA-11181293 1!l/2021 OCCUR I ; (/1/2022 � - I EACH OCCURRENCE $ 2,00%000 roA TO`RENTED .. _. $ 1,000,000 PI2EM;SES LEx_vcc_unence3__. _ MED EXP (Any one person) $ 25 000 — _. PERSONAL & ADV INJURY $ I ,000x000 IGENERAL AGGREGATE $ 4,000,000 _ a f __.' LOC I �_._. .. .,._.. PRODUCTS - COMP/OP AGG $ 4,000 OOO S B B i AUT°MOBILELIABILITY X ANY AUTO OWNED y Y TC2J-CAP- 13 1J3858. ? 1/1/2021 TJBAP131J3895 I/I/2021 SCHEDULED AUTOS NON -OWNED AUTOS ONLY 1/1/2022 1/1/2022 I I (CO EDpNGLElimn' TM$ ,BODILY INJURY (Per person) 2 000 000 '- �' --- 1 $ XXXXXXX $ XXXXXXX $ XXXX_XXX BODILY INJURY (Per accident), , PROPERTY DAMAGE 1pe+e.A;0 _491_11. $ XXXXXXX , UMBRELLA LIAR EXCESS LIAB OED FIRETENTION . _ _ _ OCCUR NOT APPLICABLE r CLAIMS -MADE 7 EACH OCCURRENCE _`$ F AGGREGATE r u XXXX..�XXX $ XXXXXXX $ $ XXXXXXX B C: = WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y TC2.1-UB-6N32`J41-O(AOS) (( 1/1!202) ANY PROPRIETOR/PARTNER/EXECUTIVE YIN TRIE`-UB-6N32384-6(AZ,MA,WI}I/I/2021 OFFICER/MEMBER EXCLUDED? rj, N / A ii{ E (Mandatory In NH) E If yes, describe under li DESCRIPTION OF OPERATIONS below - 1/1/2022 (/1/2022 I X, ; PER 0TH- _ STATUTE _ ER El. EACH ACCIDENT -. -., I E.L_ DISEASE EA EMPLOYEE1 ------- E.L. DISEASE POLICY LIMIT S 1000000 $ l' 000,000 -- $ (,000,000 i } A PROFESSIONAL N - N 26030216 11/1/2021 LIABILITY I I 4 1/1/2022 51,000,000 EACH CLAIM & $2,000,000 ANNUAL AGGREGATE DESCRIPTION OF OPERATIONS /LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: AGREEMENT FOR PROFESSIONAL SERVICES GEOI'ECHNICAL TESTING SERVICE. WELD COUNTY IS AN ADDITIONAL INSURED AS RESPECTS GENERAL LIABILITY AND AUTO LIABILITY, AS REQUIRED BY WRITTEN CONTRACT. WAIVER OF SUBROGATION APPLIES TO GENERAL LIABILITY, AUTO LIABILITY AND WORKERS COMPENSATION/EMPLOYER'S LIABILITY WHERE ALLOWED BY STATE LAW AND AS REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION 14541842 WELD COUNTY 1 111 H STREET GREELEY CO 80632-0758 ACORD 25 (2016/03) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTA i 1 /� Ai © 1988 015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 2020 vs 2021 Cost 2020 Unit Cost 2021 Unit Cost Item Item Description Unit Unit Cost Unit Unit Cost %Choose 101 Atterberg Limits, Classification, Liquid limit, Plastic Limit, Plasticity Index (T87 — Dry preparation) Ea. $ 44.48 Ea. $ 45.40 2.07% 102 Atterberg Limits, Classification, Liquid limit, Plastic Limit, Plasticity Index (T87 — Wet Preparation) Ea. $ 44.48 Ea. $ 45.40 2.07% 103 Hveem Stabilometer -'R"value Ea. $ 266.96 Ea. $ 272.55 2.09% 104 Proctor - Standard Ea. $ 66.74 Ea. $ 65.10 2.04% 105 Proctor -Modified Ea. $ 69.92 Ea. $ 71.35 2.05% 106 Proctor - One point check with Moisture check Ea. $ 8.14 Ea. $ 8.30 1.97% 107 Nuclear Field Density Test Hr. $ 35.00 Hr. $ 35.70 2.00% 108 Gradation Ea. $ 44.49 Ea. $ 45.40 2.05% oncrete 201 Standard Concrete Cylinders (including sampling in Field, slump, Unit Weight, Yield, Air Content, Temperature, Casing, Curing, Testing and Reporting) (5 cyl. Per Ea.) Ea. $ 111.23 Ea. $ 113.55 2.09% 202 Additional Cylinder Ea. $ 11.12 Per Cylinder $ 11.35 2.07% 203 Compression Test (Cap, Cure and Break FOB lab) (Set of 5) Ea. $ 55.60 Ea. $ 56.75 2.07% 204 Concrete Beams: (Set of 3) including sampling in Field, slump, Unit Weight, Yield, Air Content, Temperature, Casing, Curing, Testing and Reporting) Ea. $ 111.23 Ea. $ 113.55 2.09% 205 Additional Beam Ea. $ 22.24 Per Beam $ 22.70 2.07% 206 Sand Equivalent Ea. $ 10.50 Ea. $ 10.70 1.90% 207 Air Pot Calibration Ea. $ 20.00 Ea. $ 20.40 2.00% Asphalt 301 Gradation Ea. $ 44.48 Ea. $ 45.40 2.07% 302 Specific Gravity and Absorption (Plus #4 material) Ea. $ 42.00 Ea. $ 42.55 2.02% 3(73 Specific Gravity and Absorption (Minus #4 material) Ea. $ 42.00 Ea. $ 42.85 2.02% 304 L.A Abrasion Test Ea. $ 120.75 Ea. $ 123.25 2.07% 305 Fractured Face Determination Ea. $ 31.50 Ea. $ 32.15 2.06% 306 Flat and Elongated particles Ea. $ 26.25 Ea. $ 26.80 2.10% 307 Maximum Theoretical Specific Gravity for Air Voids (Rice) Ea. $ 83.42 Ea. $ 85.15 2.07% 308 Lottman (TSR) Test Ea. $ 252.00 Ea. $ 257.25 2.08% 309 Mix Design Bulk Unity Weight and Hveem Stability verification Ea. $ 232.17 Ea. $ 237.05 2.10% 310 Determination of Bitumen Content by Extraction, Gradation Analysis of Extracted Aggregate Ea. $ 150.16 Ea. $ 153.15 1.99% 311 Determination of Bitumen Content by Extraction Ea. $ 66.74 Ea. $ 68.10 2.04% 312 Nuclear Field Density Test 3 or More Test per Trip Hr. $ 50.05 Hr. $ Si.iD 2.10% 313 Core Field Samples (6") Hr. $ 5.50 Hr. $ 5.60 1.82% 314 Bulk Specific Gravity (CP 44) Ea. $ 31.50 Ea. $ 32.15 2.06% 315 Air Void percentage (CPL 5115) Ea. $ 31.50 Ea. $ 32.15 2.06% 316 Binder Recovered 2 Ea. $ 1,500.00 Ea. $ 1,531.50 2.10% 317 Binder Un-recovered Ea. $ 600.00 Ea. $ 510.50 2.10% 318 HMA / Oven Calibration (Each HMA Mix Design) Ea. $ 215.98 Ea. $ 220.50 2.09% Laboratory Services 401 Unconfined Compression (Set of 4) Ea. $ 33.37 Ea. $ 34.05 2.04% 402 One -Dimensional Swell Test Ea. $ 5.25 Ea. $ 5.35 1.90% 403 Non -coated Bar (ASTM A 370) Ea. $ 735.00 Ea. $ 750.40 2.10% 404 Epoxy Coated Bar (ASTM A 370) Ea. $ 840.00 Ea. $ 857.60 2.10% 405 Dust Palliative Testing Ea. $ 250.00 Ea. $ 255.25 2.10% 406 Top Soil Testing Ea. $ 118.65 Ea. $ 121.10 2.06% 407 Resistivity (ASTM G57) Ea. $ 120.75 Ea. $ 123.25 2.07% 408 Water Soluble Chlorides Ea. $ 12.00 Ea. $ 12.25 2.08% 409 Water Soluble Sulfates Ea. $ 12.00 Ea. $ 12.25 2.08% 410 pH Ea. $ 12.00 Ea. $ 12.25 2.08% 411 Sodium Sulfate Soundness Ea. $ 15.00 Ea. $ 15.30 2.00% Miscellaneous 501 Drilling and Sampling (Includes backfilling, compaction and surfacing material, includes equipment and logging samples Hr. $ 157.50 Hr. $ 160.80 2.10% Rog& Rates / Mileage 601 Principal Engineer and/or Geologist Hour $ 40.00 Hour $ 40.80 2.00% 602 Geotechnical engineer / Department manager Hour $ 100.00 Hour $ 102.10 2.10% 603 Senior Field Technician Hour $ 63.00 Hour $ 64.30 2.06% 604 Field Technician Hour $ 35.00 Hour $ 35.70 2.00% 605 Mileage Mile $ 0.61 Mile $ 0.61 0.00% Total $ 6,898.26 $ 7,042.06 2.08% Percent Avg. Increase for 2021 2.08% CPI Projection is 2.10% 1/19/2021 Inflation - Denver -Aurora -Lakewood Consumer Price Index I Department of Local Affairs DOLA COLORADO Department of Local Affairs Home (/). > Inflation - Denver -Aurora -Lakewood Consumer Price Index Inflation - Denver -Aurora - Lakewood Consumer Price Index COVID-19 Relief for Local Governments > Account Login (/account -login) Civil Asset Forfeiture Reporting (/civil - asset -forfeiture - reporting) Colorado Main Street Program > For local governments, Article X, Section 20 (otherwise known as TABOR), defines inflation to mean the percentage change in the United States Bureau of Labor Statistics Consumer Price Index (CPI) for Denver -Boulder (now Denver - Aurora -Lakewood). Actual Values Year CPI Value % Change 2019 266.999 1.924% https://cdola.colorado.gov/inflation-denver-aurora-lakewood-consumer-price-index 1/4 1/19/2021 Inflation - Denver -Aurora -Lakewood Consumer Price Index I Department of Local Affairs Colorado Resiliency Office (/colorado- resiliency-office) Community Development Ft Planning > Year 2018 2017 2016 CPI Value 261.958 254.995 246.643 % Change 2.731% 3.386% 2.772% Bureau of Labor Statistics CPI Website (https://www.bls.gov/cpi/regional- resources.htm). Funding Program; Using CPI for Budget Local Government Information Projections System (https: / /dola.colorado.gov/lgis/ ) Local Government Services > Regional Managers (/regional - managers) Rural Community Initiative The Denver -Aurora -Lakewood CPI figure is released annually near the end of February. Local governments recognize the timing of its release makes it too late for use actual numbers for annual budgetary preparation which must be completed in December. Accordingly most local governments find it necessary to use current year forecasts which are made available quarterly through both the Governor's Office of State Planning and Budgeting (OSPB) (fps://www.colorado.ggovernor/office-state-planning-budg ing) and the Colorado Legislative Council (gip://leg,colorado.gov/agencies/legislative- council-staff). Many local officials use the forecasts to calculate TABOR limitations. Doing so necessitates recalculation of limits after the release of the actual Denver - Aurora -Lakewood CPI number to compare amounts approved in the budget document and make amendments if necessary. In January 2018, the Bureau of Labor Statistics introduced a new geographic area for the CPI. The local CPI changed from Denver -Boulder -Greeley to Denver - Aurora -Lakewood. The Bureau of Labor Statistics CPI .(https://www.bls.gov/cpi/regional-resources.htm)provides more information, and past actual numbers for the calculation of the index. https://cdola.colorado.gov/inflation-denver-aurora-lakewood-consumer-price-index 2/4 1/19/2021 Inflation - Denver -Aurora -Lakewood Consumer Price Index I Department of Local Affairs Projections Two State Agencies in Colorado develop quarterly projections for the Denver - Aurora -Lakewood CPI and both are provided here and updated quarterly. 2020 CPI Projections Organization Colorado Legislative Council Colorado Office of State Planning and Budgeting 2019 CPI Projections Organization Colorado Legislative Council Colorado Office of State Planning and Budgeting 2018 CPI Projections March June September 2.2% 1.0% 1.7% 1.7% 1.9% 2.5% March June September December 2.3% 1.5% 1.8% 1.9% 2.3% 2.0% 1.7% 1.9% Organization March June September December Colorado Legislative Council 2.9% 3.1% 3.2% 3.0% Colorado Office of State 2.9% 3.0% 3.0% 2.7% Planning and Budgeting • Colorado Legislative Council /leg.colorado.gov/agencies/ legislative -council -staff) • Colorado Office of State Planning and Budgeting (https: //www.colorado.gov/governor/office-state-planning-budgeting) 2.10% https://cdola.colorado.gov/inflation-denver-aurora-lakewood-consumer-price-index 3/4 1/19/2021 Inflation - Denver -Aurora -Lakewood Consumer Price Index I Department of Local Affairs About DOLA (/about-dola) Careers (/available -positions) Contact (/contact) Newsroom (/node/1507) Strategic Et Legislative Planning (/strategic -legislative -planning) f .(https://www.facebook.corn/localaffairs/) • in (https: / /www.linkedin.com /company/colorado- department-of-local-affairs/ ) .(https://www.twitter.com/COLocalAffairs) O .(https://www.instagram.com/colocalaffairs) © 2021 State of Colorado Transparency Online (https://www.colorado.gov/apps/oit/transparency/index.html) Accessibility (https://www.colorado.gov/accessibility-standards) Privacy Statement (https://www.colorado.gov/privacy-statement). Security Statement (https://www.colorado.gov/security-statement) https://cdola.colorado.gov/inflation-denver-aurora-lakewood-consumer-price-index 4/4 Contract Form Entity Information New Contract Request Entity Name* TERRACON CONSULTANTS INC Entity ID* 00004850 Contract Name* ENGINEERING ON CALL SERVICES GEOTECHNICAL Contract Status CTB REVIEW ❑ New Entity? Contract ID 4470 Contract Lead* RAXTMAN Contract Lead Email raxtrnan gweldgov.com Parent Contract ID 3475 Requires Board Approval YES Department Project # Contract Description* 2021 EXTENSION,'RENEWAL OF PROFESSIONAL SERVICES AGREEMENT BETWEEN WELD COUNTY & TERRACON CONSULTANT INC. Contract Description 2 Contract Type RENEWAL Amount* 5275,000.00 Renewable* YES Automatic Renewal Grant Department PUBLIC WORKS Department Email CM- PublicWorksOweidgov.com Depaitnient Head Email CM-PublicWorks- De ptH ea& -Ave l d g ov . c o m County Attorney GENERAL COUNTY A I I ORNEY EMAIL County Attorney Email CM- COU NTYA I I O RN EY@WELDG OV.COM Requested BDCC Agenda Date* 02/1712021 Due Date 02/13/2021 Will a work session with Bt7CC be required?* HAD Does Contract require Purchasing Dept. to be included? NO If this is a renewal enter previous Contract ID If this is part of a MSA enter 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 Due Review Date 02/12/2021 Renewal Date* 03/24,2021 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Infer Contact Name PUrchasing Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date Approval Process Department Head JAY MCDONALD DH Approved Date 02/12/2021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 02/22;2021 Originator nator RAXTMAN Finance Approver BARB CONNOLLY Legal Counsel BOB CHOATE Finance Approved Date Legal Counsel Approved Date 02/16,'2021 02,16/2021 Tyler Ref # AG 022221 MEMORANDUM Date: September 3, 2020 To: Esther Gesick, CTB From: Ryan Axtman, Supervisor, Public Works RE: OnBase Contract ID #3475 — Change Order #1, 2020 Geotechnical Service, B2000066 Please place the attached agreement on the BOCC Consent Agenda. The BOCC approved the pass around for this change order September 2, 2020. Our on -call Geotechnical contract was awarded to Terracon for $186,001.60. The budgeted amount for 2020 is $300,000.00. The contract amount awarded to the low bidder was less than the engineers estimate, which was the basis for the 2020 budget. The remaining projects that need geotechnical testing and pavement designs are estimated below: WCR 13/6 Roundabout, $40,000.00 - WCR 74/33 Roundabout, $42,024.00, Estimated by Terracon 8/26/2020 WCR 37/AA Street Intersection, $30,000.00 WCR 2.5 & US 85, RR Closure, $24,000.00 Totaling $136,024.00 To date we have spent $163,469.24 leaving $22,532.36 on the PO. By increasing the PO by $113,998.40 we would reach the full 2020 budgeted amount of $300,000.00. This would allow us to complete the geotechnical designs for the four projects listed above. I will plan on attending the BOCC hearing to answer any questions the BOCC may have regarding this contract. 9- 9-av owat-zt-e-C ) 1-1-O3-° o2oao- 05*- L:Goo1d' BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Geotechnical contract PO increase DEPARTMENT: Public Works DATE: 8/27/2020 PERSON REQUESTING: Ryan Axtman, Inspection Supervisor, Don Dunker Brief description of the problem/issue: Our on -call Geotechnical contract was awarded to Terracon for $186,001.60. The budgeted amount for 2020 is $300,000.00. The contract amount awarded to the low bidder was less than the engineers estimate, which was the basis for the 2020 budget. The remaining projects that need geotechnical testing and pavement designs are estimated below: - WCR 13/6 Roundabout, $40,000.00 WCR 74/33 Roundabout, $42,024.00, Estimated by Terracon 8/26/2020 - WCR 37/AA Street Intersection, $30,000.00 - WCR 2.5 8c US 85, RR Closure, $24,000.00 Totaling $136,024.00 To date we have spent $163,469.24 leaving $22,532.36 on the PO. By increasing the PO by $113,998.40 we would reach the full 2020 budgeted amount of $300,000.00. This would allow us to complete the geotechnical designs for the four projects listed above. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1. Increase existing Geotechnical PO to the budgeted amount of $300,000.00, Terracon will honor their contract testing prices. a. Increasing the PO would not result in an increase to the 2020 budget. 2. Bid the remaining Geotechnical testing work. a. This option would postpone the design work for these projects due to the time needed to go through the bid process. 3. Postpone all Geotechnical testing work until the 2021 budget. a. Designs would be delayed and the design schedule extended a year. Recommendation: Public Works recommend option 1, because it will allow us to remain on the design schedule and will not increase the 2020 budget. Mike Freeman, Chair Scott K. James Barbara Kirkmeyer Steve Moreno, Pro-Tem Kevin D. Ross Approve Recommendation Schedule Work Session Other/Comments: EXHIBIT A CHANGE ORDER NO.1 PROJECT: 2020 Geotechnical Testing Services described in the Invitation for Bids, Bid No. 82000066 Date: 8/31/2020 Owner: %cid Count Colorado Contractor: Terracon The following change is hereby made to the Contract Documents: CHANGE TO CONTRACT PRICE: Original Contract Price: $186,001.60 Current Contract Price adjusted by previous Change Order: $0 The Contract Price due to this Change Order will be increased by: The New Contract Price, including this Change Order, will be: $300,000.00 CHANGE TO CONTRACT TIME: The Contract Time will be increased by 0 calendar days. The date for completion of all Work will be 3/23/2021 RECOMMENDED: Owner Representative: n (I spection Supervisor) CONTRACTOR: w� Name: -- Title: John Graves / Vice President CI .Ltoth- =oard BID NO. 82000066 ', ,;;1�� j Page 1. Date:. 9/1/2020 Date: September 1, 2020 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO SEP 0 9 2020 020020 - b59� Contract Form New Contract Request Entity Information Entity Name* TERRACON CONSULTANTS INC @00004850 Entity [E)* Contract Name* Contract ID CHANGE ORDER 1 TO GEOTECHICAL TESTING SERVICES 4086 Contract Status Contract Lead* CTB REVIEW CKIMMI ❑ New Entity? Contract Lead Email CKimmitci?fia weld.co.us Parent Contract ID 3475 Requires Board Approval YES Department Project If Contract Description* CHANGE ORDER TO THE GEOTECH TESTING SERVICES CONTP,ACT TO INCREASE THE PO TO $300.000. INCREASE IS $113. 998.40 Contract Description 2 Contract Type "* CHANGE ORDER Amount* $113.998.40 Renewable* YES Automatic Renewal NO Grant NO County Attorney Email IGA BCHOATE@CO.WELD.CO.US NO • Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov.com Department Head Email CM-PublicWorks- DeptHead@weldgov com County Attorney BOB CHOATE Requested BOCC Agenda Date* 09109r2020 Due Date 092'05/2020 Will a work session with BOCC be required?* HAD Does Contract require Purchasing Dept. to be included? NO If this is a renewal enter previous Contract ID If this is part of a 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 Onsdse Contract Dates Effective Date Review Date* 09/03/2020 Termination Notice Period Committed Delivery Date Renewal Date* 03x'232'2021 Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver CONSENT Approval Process Department Head JAY MCDONALD DH Approved Date 09/0412020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 09/09/2020 Originator CKIMMI Contact Type Contact Email Finance Approver CONSENT Contact Phone 1 Contact Phone 2 Purchasing Approved Date 09/04/2020 Finance Approved Date 09/04/2020 Tyler Ref # AG 090920 Legal Counsel CONSENT Legal Counsel Approved Date 09/04/2020 Submit Can �/P 5"1 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & TERRACON CONSULTANTS, INC. 2020 GEOTECHNICAL TESTING SERVICE THIS AGREEMENT is made and entered into this 13th day of March, 2020, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Terracon Consultants, Inc., a corporation, who whose principal office address is 18001 W. 106`x' Street, Ste. 300 Olathe, KS 66061, 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 "Proposal Package No. B2000066". 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 projects described in Exhibit B 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 highly 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 Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of O 31�,�1�m �t'ifi'�i�i� �•'s-L i c2,3 E 78 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, County shall notify Contract Professional if it wishes to renew this Contract. 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 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 $186,340.50, 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. 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 B 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. In addition to the foregoing warranties, Contract Professional is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contract Professional must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 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 coverage's 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, 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 Aggregate $ 1,000,000 $ 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 County 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 coverage's 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 Contractor 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 Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for five 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 (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contract Professional: Attn.: John C. Graves, P.G. Position: Principal, Regional Manager Address: 1901 Sharp Point Drive, Suite C, Fort Collins, Colorado 80525 E-mail:john.graves@terracon.com Phone: 970.484.0359 With copy to: Name: Todd A. Turney Position: Department Manager / Construction Services Address: 1901 Sharp Point Drive, Suite C, Fort Collins, Colorado 80525 Address: 1289 First Avenue, Greeley, CO 80631 E-mail: todd.turney@terracon.com Phone: 970.347.5818 County: Name: Joshua J. Holbrook Position: Construction Inspection Supervisor Address: 1111 H Street, Greeley CO, 80632 E-mail: jholbrook@weldgov.com Phone: 970.301.2622 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 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 an 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. 29. Attorneys 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. 30. 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. 31. Official Engineering Publications: Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" the Colorado Department of Transportation Standard Plans "M & S Standards" and the most recent Colorado Department of Transportation Field Material's Manual shall 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 most recent versions of the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" the Standard Plans "M & S Standards" and the "Field Materials Manual" 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 acknowledger 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. 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. By: Name: Title: V D N WITNESS WHEREOF, the parties hereto have signed this Agreement this , 2020. CONTRACT PROFESSIONAL: J fr7�2rJ�e�y alt&A,--4455`,tnx C` �Es4urC sh?rwAL g/4 /46& Date 4623 Z?G„,2o day of WELD CO ATTEST. ;€, BOARD OF COUNTY COMMISSIONERS Weld •o Clerk to the B BY: WELD COUNTY, COLORADO ThtilarLI.J2e _ Mike Freeman, Chair MAR 2 3 2020 Exhibit A WELD COUNTY CONTRACT SID DOCUMENTS AND SPECIFICATIONS FOR THE 2020 Geotechnical Testing Service (with options for 20212022) January 2020 for Weld County Public Works Inspection Division 1111 H Street P.O. Box 758 Greeley, Colorado 80632 970-356-4000 BID REQUEST #B2000066 Page 1 TABLE OF CONTENTS Page # General Information and Disclosures 3-10 Purpose 11 Scope of Services 11 Schedule 12 Contacts 12 Terms and Conditions 12 Fee Schedule 13-15 Submittal Requirements 16 Signature Page 16 BID REQUEST #B2000066 Page 2 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: January `t 5, 2020 BOD NUMBER: 2©00066 D+SCRIPT8ON: Geotechnical Testing Services DEPARTMENT: Public Works SOIL OPENING D E: February 14th, 2020 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: 2020 Geotechnical Testing Service, for the Weld County Public Works Department. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: 10:30 AM February 14th, 2020 Q eld County Purchasing Time Clock). PAGES 1 — © OF THIS REQUEST Ffl R ID CONTAIN GENERAL INFORMATION FCC R THE REQUEST DUMBER -' rTERRED TO ABOVE. NM LL F THE INFORMATION CONTAINED IN PAGES 1-10 MAY E APPLICABG ,G _ r FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 10. �r I 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request at two locations: On the Weld County Purchasing website at http://vvww.co.weld.co.usGDepartments/Purchasing/index.html located under "Current Requests". And, on the Bidnet Direct website at ww v.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. B_y to eld County — 2 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weldgov.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must suirnit/mail hard conies of the bid proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107 Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 if you have any questions. i1w' wr"'ltr.: rtlti ._ dr'tin-C.y.. rmrr_.47._• z..ftµT;7Fiftr Irg7„t •vicaM;'t :Srv.{.••••`<I;NW .77•7T t Fiv.:rl ti. n ik: � z a •� ry >t®c-R_wlarF�_��.a._...Li,�::ti�.�"niL�- S'stn'Y.''.vn.:.t......��:iL.,.;<._,�ie��. '.:wr. rL.:�11_-�.L��' BID REQUEST #B2000066 Page 3 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS: Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder 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). Successful bidder 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 Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder 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 Successful bidder obtains actual knowledge that a subcontractor performing work under the BID REQUEST #82000066 Page 4 public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder 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. Successful bidder 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. Successful bidder 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 Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder 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. Successful bidder 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 Successful bidder 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, Successful bidder 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 Successful bidder receives federal or state funds under the contract, Successful bidder 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 Successful bidder 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. 5. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the 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. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor BID REQUEST #B2000066 Page 5 any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder 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 (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder 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. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder 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. The successful bidder shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. 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. M. 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 the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been BID REQUEST #62000066 Page 6 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. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder 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. The successful bidder 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 the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, 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 the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder 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. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder 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 the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. 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. R. Non -Exclusive Agreement: This Agreement is nonexclusive, and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree 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 BID REQUEST #B2000066 Page 7 with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any 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 the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. 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. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. 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. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder 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 County's delegated employee, or by formal resolution of the Weld X. Taxes: County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder 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. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: 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 Controller/Purchasing Director 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 BID REQUEST #B2000066 Page 8 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, 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. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 500,000 Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury $50,000 any one fire; and $5,000 medical payment one person BID REQUEST #B2000066 Page 9 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 Aggregate $ 1,000,000 $ 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 County 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. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2000066 Page 10 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: 1. Purpose Weld County is soliciting proposals from qualified firms to provide geotechnical testing services to supplement Weld County's needs. One consultant will be selected for the Geotechnical Services as described below. 2. Qualifications and Scope of Services The services will generally consist of geotechnical and construction material testing services. Weld County Public Works - Engineering has several projects in 2020 which may require geotechnical testing services. Required services include but are not limited to: Asphalt extraction and gradation; aggregate sampling at asphalt plant and/or borrow sources; gradation; concrete physical property and strength testing; soil testing such as proctor and nuclear field density testing. All procedures shall be in accordance with the most current Colorado Department of Transportation (CDOT) Field Materials Manual, AASHTO or ASTM specifications as directed by Weld County. Weld County will require results be reported on the appropriate CDOT form for certain projects. Personnel and laboratory shall meet the requirements for Colorado Procedure 10 (CP-10) and item 603 (senior field technician) shall have all certifications from the sampling and testing personnel qualifications listed in (CP-10) and all construction inspector certifications from CDOT's inspector qualification program. Test result turnaround time, Reporting and sample pickup: 1. Results, with respect to the following tests, shall be reported to Weld County within 24 hours of the sample being submitted to the lab. Results may be reported via telephone or email. Final report shall be reported to Weld County as soon as possible, but not later than 5 working days. a. Asphalt Content b. Asphalt Content/Gradation c. Rice Value Determination 2. Results for all remaining testing that is listed in the Fee Schedule shall be reported as soon as possible, but not later than 5 working days. The only expectation for reports are the items listed below. a. Concrete — Air Content, Temperature, Unit Weight, Yield and Slump results, shall be left with a Weld County Representative in the field at the time of test. b. Nuclear Field Density (Asphalt and Soil) — A field copy of results shall be left with a Weld County Representative in the field at the time of the test. 3. Final reports shall be reviewed for accuracy and content. Final reports shall be reported on the appropriate CDOT-style form. Final reports shall be submitted through a client portal web site. 4. Timely Sample pickup — Material(s) that are sampled by Weld County personal from project(s) will be left in a drop box located at Weld County Public Works (1111 H Street, Greeley CO, 80632-0758). Mileage and hourly rates will not be paid for to pick-up samples that have been left in drop box. In the event of an HMA dispute, the most current version of Colorado Procedures (CP) 17 shall be followed. If the difference between the Owner Acceptance (OA) lab and the Process Control (PC) lab are greater than or equal to the differences shown in CP-17, Table 17-1, dispute resolution testing will be performed by a third - party lab chosen by the County in accordance with the Specifications. CP-17, Section 8 will be followed to determine which party is responsible for the payment of the dispute testing. If the dispute testing results show that OA is responsible for the payment, the Consultant shall be responsible for the payment of the testing. If testing costs are greater than shown in CP-17, Table 17-2, the actual cost of the test shall be paid in addition to the administration cost shown in CP-17, Section 8.4. It is expected that all costs such as mileage, labor, equipment, typing, reviewing, and report writing to be included in all prices submitted. Mileage is paid for when mileage exceeds 40 miles roundtrip on construction projects only. Roundtrip miles are based off a starting point from Weld County Public Works office (1111 H Street, Greeley CO). BID REQUEST #B2000066 Page 11 Monthly invoices including detailed written monthly progress reports shall be provided for the project duration. The monthly progress reports shall consist of: 1. A cover letter outlining all work billed for during the invoice period; 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. Whenever possible, Weld County will observe a minimum of 24 hours of notification prior to any request for testing services. However, any of the tests listed on the Fee Schedule could possibly be requested on short notice (2 to 12 hours). 3. Schedule Advertisement: Proposals Due to Purchasing: Proposal Accepted by BOCC: 4. Contacts January 24, 2020 February 14, 2020 March 4, 2020 Questions related to the project and procedures should be directed to: Joshua J. Holbrook — Construction Inspection Supervisor Weld County Public Works 970.304.6496, ext. 3734 jholbrook@weldgov.com 5. Terms and Conditions All Consultants will be required to sign Weld County's Professional Services Agreement (work order type). A sample Professional Services Agreement is attached as a separate document. These agreements will dictate procedures for establishing and executing work order type contracts. The payment for services shall be based on unit prices and reimbursement rates for completed services as described under the Scope of Services. The Consultant shall include in their proposal a detailed list of unit costs and reimbursement rates for the services requested. The Professional Services Agreement shall commence approximately February 2020 and continue in full force and effect for one (1) year. At the option of the County, the Professional Services Agreement may be extended for up to two (2) additional years. Changes to the mileage rate may be negotiated for each extension but shall not exceed the IRS standard mileage rate percent increase. Price changes for other items in the fee schedule will be negotiated by and agreed to by both parties for each extension and any increases shall not exceed the Denver -Aurora -Lakewood CPI Index. The Contract may and will be used at the option of other Weld County Departments. Use of Subcontractors The Consultant shall indicate in their proposal any work intended to be performed by subcontractors or persons outside of the firm. The Consultant shall name the subcontractors, if known at the time the proposal is submitted. If the names of subcontractors are not presented in the proposal, the County reserves the right of approval or rejection. BID REQUEST #B2000066 Page 12 Fee Schedule Item No. Description Unit Est. Quantity Unit Price Total Price Soils 101 Atterberg Limits, Classification, Liquid limit, Plastic Limit, Plasticity Index (T87 — Dry preparation) Ea. 40 $ $ 102 Atterberg Limits, Classification, Liquid limit, Plastic Limit, Plasticity Index (D4318 — Wet Preparation) Ea. 10 $ $ 103 Hveem Stabilometer - "R" value Ea 20 $ $ 104 Proctor — Standard (T99) Ea 15 $ $ 105 Proctor — Modified (T180) Ea 15 $ $ 106 Proctor - One Point and Moisture Content Verification (CP 23, CP 25) Ea. 15 $ $ 107 Nuclear Field Density Test (CP 80, CP 23, CP 25) Hr. 100 $ $ 108 Gradation Ea. 60 $ $ Concrete 201 Standard Concrete Cylinders (including sampling in Field, slump, Unit Weight, Yield, Air Content, Temperature, Casing, Curing, Testing and Reporting) (5 cyl. Per Ea.) Ea. 30 $ $ 202 Additional Cylinder er CyPnder 30 $ $ 203 Compression Test (Cap, Cure and Break FOB lab) Set of 5 50 $ $ 204 Concrete Beams (Set of 3) including sampling in Field, slump, Unit Weight, Yield, Air Content, Temperature, Casing, Curing, Testing and Reporting) Ea. 10 $ $ 205 Additional Beam Beam 5 $ $ 206 Sand Equivalent Ea 5 $ $ 207 Air Pot Calibration Ea. 5 $ $ Asphalt 301 Gradation Ea. 50 $ $ BID REQUEST #B2000066 Page 13 302 Specific Gravity and Absorption (Plus #4 material) Ea. 35 $ $ 303 Specific Gravity and Absorption (Minus #4 material) Ea. 35 $ $ 304 LA Abrasion Test Ea. 15 $ $ 305 Fractured Face Determination Ea. 15 $ $ 306 Flat and Elongated particles Ea. 15 $ $ 307 Maximum Theoretical Specific Gravity (Rice) Ea. 200 $ $ 308 Lottman (TSR) Test Ea. 5 $ $ 309 Mix Design Air Voids, VMA, and Hveem Stability verification Ea. 35 $ $ 310 Determination of Bitumen Content by Extraction, Gradation Analysis of Extracted Aggregate Ea. 150 $ $ 311 Determination of Bitumen Content by Extraction Ea. 100 $ $ 312 Nuclear Field Density Test 3 or More Tests per Trip Hr. 50 $ $ 313 Core Field Samples (6") Hr. 5 $ $ 314 Bulk Specific Gravity Cores (CP 44) Ea. 50 $ $ 315 Air Void percentage (CPL 5115) Ea. 20 $ $ 316 Binder Recovered Ea. 3 $ $ 317 Binder Un-recovered Ea. 3 $ $ 318 HMA / Oven Calibration (Each HMA Mix Design) Ea. 20 $ $ Laboratory Services 401 Unconfined Compression (Set of 4) Ea. 80 $ $ 402 One -Dimensional Swell Test Ea. 5 $ $ 403 Non -Coated Bar (ASTM A370) Ea. 5 $ $ 404 Epoxy Bar (ASTM A370) Ea. 5 $ $ 405 Dust Palliative Testing' Ea. 5 $ $ 406 Top Soil Testing2 Ea. 5 $ $ 407 Resistivity (ASTM G57) Ea. 15 $ $ 408 Water Soluble Chloride Ion (CPL 2104) Ea. 15 $ $ 409 Water Soluble Sulfate Ion (CPL 2103) Ea. 15 $ $ BID REQUEST #B2000066 Page 14 410 pH (G 51) Ea. 15 $ $ 411 Sodium Sulfate Soundness Ea. 5 $ $ Miscellaneous 501 Drilling and Sampling (Includes backfilling, compaction and surfacing material, includes equipment and logging samples) Hr. 40 $ $ Hourly Rates / Mileage 601 Principal Engineer and/or Geologist Hour 100 $ $ 602 Geotechnical engineer / Department manager Hour 100 $ $ 603 Senior Field Technician Hour 500 $ $ 604 Field Technician Hour 500 $ $ 605 Mileage Mile 500 $ $ Total $ NOTE: All prices shall include labor, overtime, cell phone, testing, sampling, reviewing, typing and report writing as needed for each service. The above listed items indicated the most frequently used tests. Each professional Service agreement may request additional testing services beyond those identified above. *The successful vendor is required to sign a separate agreement (a sample agreement is included as a separate document) 1 Testing to determine percent by mass of magnesium chloride, lignin sulfate or equivalent of complex sugars, enhancing or nondetrimental ions and water. 2 pH, % organic, soluble salts, nutrient and micro -nutrient content in accordance with "Method of Soil Analysis conducted by THE Colorado State University Soil Testing Laboratory" or a Certified Soils Laboratory. BID REQUEST #62000066 Page 15 PROPOSAL SUBMITTAL REQUIREMENTS — Please return the following to Weld County Purchasing via the "bid delivery" instructions described on page 3. o Complete and return fee schedule - pages 13 thru 15. o Complete and return signature - page 16. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2000066. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. FIRM BY (Please print) BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE DATE FAX TAX ID # E-MAIL **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 -10. BID REQUEST #82000066 Page 16 Exhibit B Christie Peters From: Sent: To: Cc: Subject: Attachments: Stratton, Christian W <Christian.Stratton@terracon.com> Friday, February 14, 2020 8:48 AM bids Turney, Todd; Graves, John; Buol, Eric A; Nelson, Craig L. Bid #62000066, Geotechnical Testing Services. P21201625 Proposal for Geotechical Testing Services Final.pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. To whom it may concern, I hereby wave my right to a sealed bid. Terracon Consultants Inc. is happy to present a proposal for Bid #B2000066, Geotechnical Testing Services. Attached you will find our proposal with all rates fees and forms associated with the bid request, dated January 24, 2020. Christian W. Stratton Department Manager Terracon Consultants, Inc. 1289 First Avenue I Greeley, Colorado 80631 Mobile (970) 980-3111 I Office (970) 351-0460 I Fax (970) 353-8639 christian.stratton@terracon.com I terracon.com Terracon provides environmental, facilities, geotechnical, and materials consulting engineering services delivered with responsiveness, resourcefulness, and reliability. Private and confidential as detailed here (www.terracon.com/disclaimer). If you cannot access the hyperlink, please e-mail sender. 1 February 14.2020 Weld County Purchasing Department 1150 O Street Room #107 Greeley, Colorado 80631 Attn: Weld County Purchasing biPf eidgov.com Re: Proposal for 2020 Geotechnical Testing Services Weld County, Colorado Weld County Bid Request No. 82000066 Terracon Proposal No. P21201625 Terracon is pleased to submit our proposal to provlde geotechnical testing services for the Weld County Request No. B2000086 - 2020 Geotechnical Testing Service. Services will be provided by our Greeley, Weld County, Colorado Office and therefore qualifies for preference on this contract under Section 14-9(3) of the Weld County Home Rule Charter. The Greeley office is currently providing geotechnical testing services for Weld County. Terraeon's Greeley Office has an understanding of Weld County's needs and objectives. As a local geotechnlcal laboratory, we want to continue our relationship that makes us more than just another vendor - we want to continue to be a partner that is committed to helping Weld County achieve success. This proposal includes the fee schedule including the project information provided to us, the scope of services, and unit rates for compensation. Additionally, Terracon has reviewed the terms and conditions as set forth in the Contract Bid Documents and Specifications of Weld County Bid Request No. 82000066 (dated January 24, 2020) and will comply with those requirements, which include: CDOT Field Materials Manual and forms; Personnel and laboratory staff meeting the requirements for Colorado Procedure 10 and CDOT's inspector qualification program; and Final reports submitted through our Client Document Web:0.e. We appreciate your consideration of Terracon for this work and look forward to continuing as your geotechnical testing consultant on this and future projects. Sincerely, Terracl_naultants, inc. Christian Stratton Materials Manager John C. Graves, P.G. Regional Manager Terracon C:onsull.ants, inc. 1269 First Avenue Greeiay Weld County Colorado 9063' P [97t1] 351 0460 F [S701 353 8639 lerroaon com Geotechnical • Environmental • Construction Materials Facilities Fee Schedule Item No. Description Unit Atterberg Limits, Classification, 101 Liquid limit, Plastic Limit, Plasticity Index (T87 — Dry preparation) Soils Est. Quantity Ea. 40 Atterberg Limits, Classification, 102 Liquid limit, Plastic Limit, Plasticity index (D4318 — Wet Preparation) Ea. Unit Price 44.48 Total Price 1,779.20 10 $ X44.48 444.80 103 Hveem Stabilometer - "R" value 104 Proctor — Standard (T99) Ea. 20 $ X266 Ea. 15 $ X66.74 105 Proctor — Modified (T180) 106 Proctor - One Point and Moisture Content Verification (CP 23, CP 25) 107 Nuclear Field Density Test (CP 80, CP 23, CP 25) 108 Gradation Ea. Ea. Hr. 5,339.20 �,001.i0 15 $ 69.92 15 $ 8.14 1,048.80 122.10 100 $ Ea. 60 35.00 44.49 3,500.00 2,669.40 201 Concrete Standard Concrete Cylinders (including sampling in Field, slump, Unit Weight, Yield, Air Content, Temperature, Casing, Curing, Testing and Reporting) (5 cyl. Per Ea.) 202 203 204 205 Additional Cylinder Ea. 30 Compression Test (Cap, Cure and Break FOB lab) Concrete Beams (Set of 3) including sampling in Field, slump, Unit Weight, Yield, Air Content, Temperature, Casing, Curing, Testing and Reporting) Additional Beam Per 30 Cylinder Set of 5 111.23 50 Ea. 10 Per 5 Beam 206 Sand Equivalent 207 Air Pot Calibration Ea. 5 Ea. 5 301 Gradation Asahalt Ea. 50 $ 11.12 6.90 55.60 111.23 22.24 BID REQUEST #82000066 333.60 2,780.00 1,112.30 111.20 .50 $ 152.50 20.00 100.00 $ 44.48 $2,224.00 Page 13 302 Specific Gravity and Absorption 35 $ 42.00 $ 1,470.00 (Plus #4 material) Ea. _ _ f 303 Specific Gravity and Absorption (Minus #4 Ea. 35 $ 42.00 $ 1,470.00 material) 304 LA Abrasion Test Ea. 15 $ 1120.75 $ 1,811.25 305 Fractured Face Determination Ea. 15 $ 31.50 $ 472.50 306 Flat and Elongated particles Ea. 15 $ 26.25 I $ 393.75 307 Maximum Theoretical Specific Gravity Ea. 200 $ 83.42 $ 16,684.00 (Rice) 308 Lottman (TSR) Test Ea. 5 $ 252.00 $ 1,260.00 309 Mix Design Air Voids, VMA, and Hveem Stability Ea. 35 $232.17 $ 8,125.95 verification 310 Determination of Bitumen Content by Extraction, Gradation Analysis of Ea. 150 $ 150.16 22,524.00 Extracted Aggregate 311 Determination of Bitumen Content by Extraction Ea. 100 $$6.74 $ 6,674.00 312 Nuclear Field Density Test 3 or More Tests Trip Hr. 50 $ 50.05 $ 2,502.50 per 313 Core Field Samples (6") Hr. 5 $ 5.50 $ 27.50 314 Bulk Specific Gravity Cores (CP 44) Ea. 50 $ 31.50 $ 1,575.00 315 Air Void percentage (CPL 5115) Ea. 20 $ 31.50 $ 630.00 316 Binder Recovered Ea. 3 $1,500.00 $ 4,500.00 317 Binder Un-recovered Ea. 3 $ 500 $1,500.00 318 HMA / Oven Calibration (Each HMA Mix Design Ea. 20 $ 215.98 $ 4,319.60 atroratory S r r c >t 401 Unconfined Compression (Set of 4) Ea. 80 $ 33.37 $ 2,669.60 402 One -Dimensional Swell Test Ea. 5 $ 5.25 $ 26.25 403 Non -Coated Bar (ASTM A370) Ea. 5 $ 735.00 $ 3,675.00 404 Epoxy Bar (ASTM A370) Ea. 5 $ 840.00 $ 4,200.00 405 Dust Palliative Testing' Ea. 5 $ 250.00 $ 1,250.00 406 Top Soil Testing2 Ea. 5 $ 118.65 $ 593.25 407 Resistivity (ASTM G57) Ea. 15 $ [120.751 $ 1,811.25 F 408 Water Soluble Chloride Ion (CPL 2104) Ea. 15 $ 12.00 $ 180.00 409 Water Soluble Sulfate Ion (CPL 21.03) Ea. 15 $ 12.00 $ 180.00 - ., BID REQUEST #82000066 Page 14 410 411 pH(G51) Sodium Sulfate Soundness 501 601 602 603 Drilling and Sampling (Includes backfilling, compaction and surfacing material, includes equipment and logging samples) Ea. Ea. 15 5 Miscellaneous 12.00 15.00 Hr. 40 Hourly Mates / Mileage $ 157.50 180.00 75.00 Principal Engineer and/or Geologist Hour Geotechnical engineer / Department Hour manager Senior Field Technician 604 Field Technician 605 Mileage 100 100 Hour 1500 40.00 $ 100.00 6,300.00 4,000.00 $ X10,000.00 $ 63.00 31,500.00 Hour 500 Mile 500 $ 35.00 0.61 17,500.00 Total 305.00 186,340.50 I NOTE: All prices shall include labor, overtime, cell phone, testing, sampling, reviewing, typing and report writing as needed for each service. The above listed items indicated the most frequently used tests. Each professional Service agreement may request additional testing services beyond those identified above. * The successful vendor is required to sign a separate agreement (a sample agreement is included as a separate document) 1 Testing to determine percent by mass of magnesium chloride, lignin sulfate or equivalent of complex sugars, enhancing or nondetrimental ions and water. 2 pH, % organic, soluble salts, nutrient and micro -nutrient content in accordance with "Method of Soil Analysis conducted by THE Colorado State University Soil Testing Laboratory" or a Certified Soils Laboratory. BID REQUEST #B2000066 Page 15 PROPOSAL SUBMITTAL RE IREIVOT - Please return the following to Weld County Purchasing via the "bid delivery" instructions described on page 3. o Complete and return fee schedule - pages 13 thru 15. o Complete and return signature - page 16. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specificati ns and special provisions set forth in the request for proposal for Request No. #B200000S. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the dt cuments of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. FIRM �Terracon Consultant, Inc BUSINESS ADDRESS 1289 i t:,venue CITY, STATE, Z I P CODE TELEPHONE NO S IGNATURE {Please print} DATE February 149 2020 Greeley, Colorado 8063'1 X970-351-0400 mtrOYACOINIOMPME4.. `._ FAX 1970-353-8639 Y 0401 PA em. , TALC ID # 1424249917 E-MAIL ichristian,s—trafton@terraconacom **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID" WELD COUNTY IS EXEMPT FROM COLORADO SALES T Et THE CRTIFICATE of EXEMPTION N UMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1=10. BD REQUEST #82000066 Page 16 Foam (Fire. October 2016) Overbill& of the I Revenue Swine 9 Request for Taxpayer Identification Number and Certification ► Go to www.ha goy/ l nmrt for nretW a eaten the t info mu ion. Ghee Foam to the requester. Do not send to the IRS. tee)(town on your income tex +r+l. Name k required on this rtw do asset Nava Taracon Consultants, Inc. entity rams, If different from above 0 Check appropriate box for federal tax claseification of the parson whose name M entered on Inns 1. Check only one of the following sawn boxes. ❑ Indhl du®VecN proprMtor or C Corporator ❑ S Corporation ❑ Partnership ❑ nus:Mea de singis-member LLC ❑ Limbed liability company. Enter the tax a eedficetan f corporation, 6=3 corporation, PePnnnerehtp) r Note Check the appropriate box In the Ire ebcva for the tax clapiscreson of the single -member owner. Do not chock LLC tf the LLC Is cdaealllad as a &Niemmber LLC Mat Is disregarded than the armor unless the o eswr of ilia U.C M another LLC that la not disregarded from the owner for U.S, federal tax purposes. Otherwise, a single -member LLC that M ®raded from the owner Medd check to appropriate box for the tak classification of Ite owner. Q Other (sae Instructions) ► 5 Address (number, street, and apt, or suite no.) 10841 S Rldgeviear Road Cky, *tee, and ZIP coda Olathe, Kansas 68081 t Lift account numbn(e) hers ( Puri I 4 Examphone (codas imply only to certain )tittles, not Individuals; aas Instruction on pegs 3): Exempt pges code (If any) 5 Exemption man FATCA reporting coda (ti •nyl *prom re •crane genre WWI* sA QS) Requester's name mu address (optional) Taxpayer Identlfication M(TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on lira 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, tree the Instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Notes K the account le in more that one name, see the Instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whale number to enter. or Employer I oodnoation number 4 2 1 2 4 9 9 1 7 Patti II Certification Under penalties of perjury, l certify that: 1. The number shown on this form le my correct taxpayer identification number (a I am wetting for a number to be Issued to me); and 2. I am not subject to backup withholding because: (a) I anon exernpt from backup withholding, or ( ) I have not been nodded by the internal Revenue Service (IRS) earthen en subject to backup withholding as a result of a failure to repot ail interest or dividends, or (e) the IRS has notified me Mail em no longer subject to backup withholding; and 9.1 am a U.S. citizen or other U.S. person (defined Meow); and 4. The FATCA code(e) entered on this fort 9f any) indicating that I am exempt from FATCA repotting is correct. Certification Instructions. You must cross out kern 2 above M you have been notified by the IRS that you ant currently subject to backup withhofdnng boom& you have failed to report elf Interest and dividends on your tax return. For reel eagle transactions, item 2 does not apply. For ma leage interest paid, acquisition or abandonment of secured property, ceneellation of debt, eorrtribudons to an individual retirement arrangement (IRA), and wonky, payments other then interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the Instructions for Part II, later. Sign Here General Instructions Section references are to the internal Revenue Code unless otherwise noted. Future deiveihapiziente. For the latest information about developments related to Form W-9 and its Irish -actions, such as legislation enacted atter they were published, go to www.Irs.gov/FonnW9, Purpose of Fonn An individual or entity (Form W-9 raquesta) who Is required to De an information return with the IRS must obtain your correct taxpayer ideMifrcatton number (TIN) which may be your social security number (SSN), indlviduN taxpayer identification number (MN), adoption taxpayer Identification number (AI N), or employer ktentltieatkm number (EIN), to report on an Information return the amount paid to you, or other mount reportable on an irdomnatbn realm. Exemplea of information returns Include, but are not limited to, the following. • Form 1099-INT (Interest earned or paid) irate► Dd., • Fenn 1098 -HIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, Or gross ices) • Form 1099-3 (stock or mutual fund )rive end certain other transactions by brokers) • Form 1099-S (proceeds from reef estate transactions) • Font 1099-K (merchant card and third party network transactional • Form 1098 (barns mortgage interact). 1098-E (student loan Interest), 1098-T (tuition) • Fonn 1099-C (conceded debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only K ycu are a U.S. person (Including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231n Form W-9 Om 10-2018) �.._ .nnm..uv. mon-rwi+vpap tawwnesta ^•^nnwee•wriztreeontvsnersonve W`vvirol erawret NMI's..y M.Naftem•sm • NOTICE OF AWARD 2020 Geotechnical Testing Service To: Christian Stratton Terracon Consultants, Inc. Greeley, Colorado 80631 Project Description: 2020 Geotechnical Testing Service, Bid No. 820000066 You are hereby notified that your Bid has been accepted in the amount of $180.340.50 or as shown in the Bid Schedule. You are required by the Instructions to Bidders to execute the Agreement and furnish the required Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this 0th day of March, 2020. Weld County, Colorado, Ownx fs , ar,tfrac4.�' ,9.a•.d",:- ., By Joshua J. Holbrook, Construction Inspection Supervisor ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by of (O r 11LASitrittirSHy (Contractor) Dated this ' day of / (ii , 2020. Title: BID NO # B2000066 Page 1 New Contract Request Entity lnformat on Entity Name* TERRACON CONSULTANTS INC Contract Name* 2020 GEO!ECHNICAL TESTING SERVICE Contract Status CTB REVIEW Entity ID* @00004850 ❑ New Entity? Contract ID 3475 Contract Lead* JHOLBROOK Contract Lead Email Jholbrooki co weld co. us Parent Contract ED Requires Board Approval YES Department Project Contract Description * QUALIFIED FRIM TO PROVIDE GEOTECHNICAL TESTING SERVICES TO SUPPLEMENT WELD COUNTY NEEDS Contract Description 2 Contract Type'* AGR.EEklENT Amount $186,340 50 Renewable" YES Automatic 'Renewal Grant EGA Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov.com Department Head Email CM-PublicWorks- DeptHeadOweldgov. com County Attorney BOB CHOATE County Attorney Email BCHOATE a@7CO_WELD,CO.US Requested BOCC Agenda Date* 03/25/2020 Due Date 03/21/2020 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* 820000066 If this is a renewal eater previous Contract ED If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date* Renewal Date* 01/04/2021 03/24/2021 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name. Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver CONSENT Approval Process. Department Head JAY MCDONALD DH Approved Date 031'19/202 Final Approval BOCC Approved OCC Signed Date BOCC Agenda date 03.x232020 Originator JHOLBROOK Finance Approver CONSENT Purchasing Approved Date 03/19;2020 Finance Approved Date 03/19/2020 Tyler Ref # AG 032320 Legal Counsel CONSENT Legal Counsel Approved [late 03/19,2020 MEMORANDUM TO: Jay McDonald, Director of Public Works DATE: February 24, 2020 FROM: Joshua Holbrook, Public Works Department SUBJECT: 2020 Geotechnical Testing Service, Bid No. B2000066 Bids were opened on February 14, 2020, for the Geotechnical Testing Service contract. The Eight bids received ranged from $186,340.50 to $262,615.00. The lowest bid was submitted by Terracon's Greeley office (See attached bid tab). The low bid is within the 2020 estimated budget for this contract; therefore, it is Public Works recommendation to award the project to Terracon for a total amount of $186,340.50. Public Works Department has used Terracon in the past and they are a reputable company. Approve of recommendation:.,, Public Works 4,11.4,,L Don Dunker, County Engineer cc: Jay McDonald, Director of Public Works Curtis Hall, Deputy Director Elizabeth Relford, Deputy Director Don Dunker, County Engineer Mona Weidenkeller, Office Tech IV, Account payable/receivable Rob Turf, Purchasing Manager Rose Everett, Weld County Purchasing Christie Peters, Weld County Purchasing O3/pf 5 oo7 f5 WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpetersCa weldgov.com E-mail: reverettameldgov.com E-mail: rturfCcr�weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: FEBRUARY 14, 2020 REQUEST FOR: GEOTECHNICAL TESTING SERVICES FOR 2020 DEPARTMENT: PUBLIC WORKS BID NO: #B2000066 PRESENT DATE: FEBRUARY 19, 2020 APPROVAL DATE: MARCH 4, 2020 VENDOR TERRACON CONSULTANTS, INC. 1289 1ST AVENUE GREELEY, CO 80631 TOTAL $186,340.50 GEOCAL, INC. $246,935.00 7290 SOUTH FRASER STREET AURORA, CO 80112 NINYO & MOORE $246,975.00 309 SOUTH SUMMIT VIEW DRIVE, UNIT #6 FORT COLLINS, CO 80524 KUMAR & ASSOCIATES, INC. $249,135.00 800 STOCKTON AVENUE, #4 FORT COLLINS, CO 80524 GROUND ENGINEERING CONSULTANTS, INC. $252,170.00 2468 EAST 9TH STREET LOVELAND, CO 80537 EARTH ENGINEERING CONSULTANTS, LLC $262,615.00 4396 GREENFIELD DRIVE WINDSOR, CO 80550 CTL THOMPSON, INC. $289,650.00 400 N. LINK LANE FORT COLLINS, CO 80524 YEH & ASSOCIATES $315,980.00 3109 35TH AVE A-101 GREELEY, CO 80634 LATE - REJECTED BID PROFESSIONAL SERVICE INDUSTRIES, INC. 1070 W. 124TH AVENUE, SUITE 800 WESTMINSTER, CO 80234 $244,125.00 THE PUBLIC WORKS DEPARTMENT IS REVIEWING THE BIDS. 2020-0594 E �i O©7g 2020 Geotechnical Testing Service (Proposal No. 62000066) Description &emg Unit Company & Location Ert.dePTests Per Year Eng 0850 m Est ?Z Terracon lien _ NInYo Item m & Moore _tal To3,000.03 Kumar & Item cost Associates _Total GeoCal Item Total_ Ground Item Eng. iota,_ Yeh & Associates Total_ CTLThompson Item Tnm EEC late-Pxlaned BidSoils professional Service Ind. Item or Total_ Total An. Limits. v a tin, trowel limit. P.L Pt (Dry) a. 5 . 5 00 5 44-48 $ .20 5 00 5 $ 5000 S 2,00003 $ 00 S .m S .00 $ .00 5 .00 5 a0 5 .00 $ 0 S 00 coo $ .00 20000.00 st 5 00 _ S 2,600.00 Att. Limits, Oassn6eab0n. Houle limit, P.L. PI (wet) a 5 .00 S .00 5 as $ .e0 S _00 5 850.50 5 .50 $ 75080 S 50 5 . 5 00 5 00 5 50 5 00 5 00 5 value 5 .00 5 00 5 8...96 5 5,339.20 5 _50 5 00 5 .00 395.0 $ .50 S .00 $ 00 5 .00 5 50 5 .50 5 .00 5 00 5 .00 5 00 5 5 .00 5 . Proctor Standard Ea. 5 .00 5 _00 5 4 5 .0 5 .00 $ .m 5 S .00 S 00 5 m$ 00 $ 00 5 .00 $ .0 5 0 5 .00 5 .0 5 50 5 .00 5 Proctor • Ea. 15 5 116.00 1,740.00 5 69.92 1,046.80 125.00 S 1.675,00 110.00 5 1,650.00 63.00 5 .00 110.130 1,650.00 5 22000 5 3,300.00 110. $ 1,65.000 130.00 5 1,350.00 115.00 S 1,72500 Procta-One taint check 106 Ea. 15 44.00 5 735.00 8.14 5 1 .0 5 50. 0 5 750. 50 5 .00 750.00 20.00 5 .00 60.00 4043.00 5 .00 5 1,500. 0 5 .00' S 00 5 .00 975. 65.00 5 975.00 Density tnt 3 or more Per TOP 00 5 _00 5 .50 5 35.0 5 3,500.00 5 5 - 5 5800 $ 5,800.00 69.00 5 4,800.00 55 CO 5.50000 5 70.00 $ 50 570.00 5 7,000.00 5 65.00 5 0500.00 5 50 5 Gradation 108 Ea. 60 5 70.00 4,200.00 5 44.09 5 2,6... 5 90.00$ 5,400.00 S 55.00 5 5,100.00 5 4200 5 2,520.00 5 60.00 5 3,600.03 5 50 5 4,503.00 50.00 s 3,000.00 5 8 50 $ 5,1000 5 6550 s 3900.00 ..erne Standard concrete cylinders (54,i^g and a0 tner8. 5 M. Per TnP) .1 Ea. 173. S 00 S 111.23 3,336. 5 - S 2 5 00 7,200.00 105.03 S 00 5 165,00 4.950.00 $ 1..00 5 4,200.00 5 2.CO 5 m S 2135.00 S 8,850.00 5 200.00 5 6.000. Additional' e, 202 Ea. 15.00 5 450.00 11.12 333.60 15.00 450.00 600.00 21.00 6.00 14.00 020.00 5 35.00 5 1,050.00 10.00 S 300.00 20.00 600.00 14.00 420. Compression tit 75.00 3,750.011 55.60 5 2,780. 5 25.00 5 3,750.03 103.00 5 5003.00 S s0 525.00 70.00 5 3,500.00 5 100.00 5 5,000,00 $ 50.00 5 2,500.00 100.00 $ 5.000.00 70.00 5 3,500. Concre el am. 204 Ea 10 261,00 S 50 5 111.23 S 1,112.30 240.00 S 2,00.00 370.03 5 3,700.00 2 00 5 00 5 _ .m 5 2,20000 5 210.00 5 2,10000 5 00 5 0 . 5 420.130 5 4,200.00 5 0 . 5 1.550-00 m 205 Ea 06.00 230.00 5 22.24 111.20 6000 400.00 50.00 250.00 5 .00 150.00 55.00 5 225. $ 20.03 00000 60.00 5 50 5 75.00 5 375.03 5 55.00 5 275.00 Sand equivalent 592.03 5 460.00 5 1050 5 52.50 5 8,.00 5 425.50 5 7500 375,03 25.00 12500 5 95.00 5 02500 $ 00 4.. 510000 500.. 5 850 5 425.03 6900 53.00 Air Pm Calibration 207 . S 27.50 S 135 a0 5 20.00 S 10000 5 5 - 5 55.00 $ 225. 5 45.0 5 225.0 5 S - 5 2000 $ 3..00$ 0 5 250.00 5 5 5 48.00 S 240-0 ' Le)t Gradation 1a. 70.00 5 3,500.03 4448 5 2,220.00 5 190.00 5 9,503.00 5 180.00 $ 9,000.03 42.. 5 2,110.00 60.00 5 3,000.00 10000 $ 5,000.00 50.00 5 2,500,00 5 85.00 5 4.250.01 88.00 5 4,400.00 .. absorption (Plus m material) 302 5 66.00 $ 2,310230 5 42.03 5 1,470.00 5 80.00 5 2.800.0 80.00 5 2.800.00 5 4200 1.070.00 $ 65.00 5 2,275.00 60.00 5 2,100.00 50.00 5 00 95.03 5 3.325.00 5 M.00 5 2,240.00 .. absorption (Minus Mmateriall 303 Ea. 355 _00 5 ?310.00 42. $ 1,420.00 80.0o 5 2,800.00 80. 5 . 5 a 0 S 0 0 5 .50 5 _00 . 5 0 5 _50 $ .00 5 -00 . 5 0 5 .50 5 50 5 2,240.00 ,anm es Ea, 5 00 5 2,055.0 5 s 5 1,811,25 5 .00 5 2.62500 5 .00 5 5250 .00 $ 150.00 5 2.250. 5 150.00 5 _ .. 5 200,00 5 3,000.00 150.00 $ 2,250.00 195.03 5 2,325.00 200.00 S Fractured ax Determination 60. 900.00 S 31.50 472.50 120.00$ 1.800-00 5 60.00 900. $ 1000 150.00 60,00 903.00 $ 75.00 $ 1,125. 75.00 1,125.00 65.00 5 975.00 5 00 S960.00 Flat ElongatedParticles Ea. 15 S 61.00 5 915.00 26.2$ 5 393.75 5 0 . $ 2,25000 60.03 90000 25.00 5 375.00 6000 90000 130.00 5 1,950.00 5 75.00 5 1,125.00 5 00 . 5 92550 M.00 5960.00 Pica Value 307 Ea. 86.00 $ 17,850.00 5 83.02 5 .00 5 1..00 $ 20,010.00 60.00 5 16.00000 6000 5 16,000.00 10000 S 20,000.00 5 11500 5 23,000.00 100.00 5 20,000.00 S 00 . 5 00 5 0 _ 5 20,00200 Tatman Tnt mg Ea. s 5 3950 5 1,975.50 5 252.0 S 1,260.00 5 000.0 5 2,000.0 5 425.00 S 2,12550 S 2500 5 1,25003 5 325.00 S 1.625-00 S 450.00 $ ?250.. 5 4..0 $ 2.250.. 5 600.00 5 3,000.0 5 15000 5 290.00 Mir Design Bulk unit weight& Hveem 5tabiuty verification 309 Ea. 35 5 34100 5 11,935.00 5 232.12 5 8,12505 5 000.. 5 1,000.00 5 325.00 5 11,3500 $ 2,000.00 5 70800.03 5 355.00 s 12,425.00 5 50050 5 17,500.. 5 250.00 5 26.250.. 5 30.00 $ 13650.50 z 250. 5 8,750.00 Bitumen Content 6y extraction, gradation Analysis or vact...66. 310 Ea. SO 15800 5 23,7130. 150.16$ 22.52400 5 190. 5 28,500. S 180,00 5 27,000.00 145.00 2 21,750. 160.00 5 2400303 210.00 5 31,503.00 5 200.00 $ 3000003 135,00 5 29,250.00 175 00 5 26,250.00 Bitumen en . rac ion 311 Ea. 100 5 88.00 66.74 6,670.03 5 1...0 5 19,00000 180.00 5 15,000.00 5 63.00 6,301. 5 100,00 5 10,000.00 100.00 5 50 5100.00 5 10,00a.no 5 115.00 S 11.0.00 88.00 5 6,800.00 Density es or mare Per TnIx 69.00 3,450.00 5 50.05 $ 2.502.50 5 5 - 5 _00 5 2,600.00 5 48. S 2,400.00 S5.00 5 2,750.00 70. 5 3,500.00 70.. 5 3,500.00 65.00 5 3,250.00 48.00 $ 2,400.00 Core field5 -00 5 .00 5 50 5 .50 5 -00 S 00 S .0 5 .0 s 50 5CO0 5 50 5 ao 5 00 5 0$ 0 0 $ 0 5 _00 5 0 5 0 0 5 - ei�ravity(ePa) 314 Ea. 5 00 3150 5 1,575,00 20.00 5 m$ 00 5 1,500.00 31 50 1,575 00 40.00 5 2,00000 55.00 $ 2,750 00 40.00 5 2, .00 5 60. 3000$ 1,500.00 . void Percenatage (GPI. 5115) 315 Ea. 20 97.00 1,34000 5 31.50 630.00 105.00 5 2,10000 5 00 600,00 $ 31 SO 630.00 250.00 5 5,000.. 5 450.00 9,000.00 250.00 5 5.000.0 5 65.0 5 1,300.00 5 _0 S .nderre,08efed 3165 .00 55,400.00 5 1,50000 S 0,500.00 250.00 5 7..00 5 65230 255.00 500.00 5 50 700.00 $ 2,100.130 5 2,310.03 5 6,930.03 5 1.200.00 $ 3,600.00 5 $ 155.00 5 465. e Fa. S 0 5 0 0 500 5 .0 S .. 5 250.0 5 250.. 5 00 $ 00 5 .00 5 . 5 00 5 50 5 00 5 50 5 50 5 00 5 5 5 00 5 465.00 Horn/ Oven caeidaion(Each H. Mix Design) 31S Ea. 20 5 338.. 5 6,20.0 $ 21598 4,319.60 5 5 5 350.00 $ 7,000.00 5 21000 5 4,20.0 5 2250 4,500,00 5 5..00 $ 10,000.0 S 550.0 $ 11,000.00 5 325.0 $ 6,50.00 5 300.00 5 6,00.0 laboratory Services Unconfined tin (Seto 4) 401 Ea. 80 82.00 5 a0 5 33.37 5 00 5 160.00 5 12,00. 5 60.00 4.800.00 5 .50 S4,60000 250.00 5 70,000.00 5 70.02 S 5,600.00 175.03 5 10,000.00 5 M 5 5,60000 6000 5 4,800.00 Onedirnensional Swell test 402 Ea. 65.00 325.00 5.25 26.25 120.00 600.00$ 00 5 350.00 5 5000 250.00 5 75.00 5 375.00 5 100.00 500.00 300.00 70.00 5 350.00 65.00 5 325.00 Non -Coated , 403 Ea. 575600 5 3,76000 735.00 $ 3,675.00 5 135.00 5 675.00 S 150.00 $ 750.00 $ 10000 5 5..0 500.00 5 2, 00 5 33.00 5 165. 300 00 5 50 5 40.00 20000 s 4 0 5 2,250.00 Eoody Bar 404 Ea. 5 8..00 5 00 5 84000 A260,00 5 135.00 S 675.00 150.00 75000 100.00 5 500.00 500 00 5 _ 33. 5 0 5 165.00 5 00 5 50 5 50 5 0 45 5 00 5 2,.5000 us we 450 5 .0 S 00 5 0 5 . 5 .0 5 a0 5 0 5 00 5 _00 5 00 5 .00 .00 5 4250w 5 � 5 - 5 _00 5 500.00 70.00 5 350.00 Top e g 4O6a. 5123. 615.00 118.65 5 593.25 50.00 250.00 70.0o 350.00 5 50 5 325.00 $ 125.00 625230 5 00 $ 320.00 45.00 225.00 5 30. 1. 00 65.00 5325.00 s nn Ea. 15 63. 5 .0 120.75 5 1,811.25 5 00 75000 $ 150.00 5 ;250.0 5 03 600.00 5 9550 5 00 '250.0 5 50 5 0 5 00 S 00 S 00 5 1,025.0 00 5 51.350.00 Water SolubleChloride 5 .00 z 00 5 .50 5 0 5 .50 5 .00 5 .0 5 0 5 .50 S a0 5 0 5 50.00$ .00 3003 450.00 15. 225.00 5 00 5 ate, snuble 50.. Ea.155 4.00 5 705.00 12.00 5 180.00 5 00 7.03 $ 50.0 5 750.00 5 40.00 6..00 5 0 750.00 50.00 $ 750.00 50.00 750.00 15.00 225.00 5 0 5 750. PG 410 - 15 5 34. 510.00 5 12,00 180.00 5 00 5 75.0.00 4000 600.00 z 00 7500 5000 750.00 50.00 5 7..00 45. 675.03 5 15.00 225.00 40. 5 .0.130 Sodium sulfate Soundness 411 Ea. 5 5 2070 5 1,035.0 5 1500 5 75.00 5 1.00 S -0 $ . S 250.0 5 20000 5 1,000.0 5 30.00 5 1,500.80 50.00 5 250.00 5 300.0 S 1,500.00 5 25050 5 120.00 5 150.0 5 25000 Mluellaneoun d gam sanding 501 H.. 03 5 .20 5 9,680.00 S 15750 5 6,30000 S 20.0 5 11.25000 $ 7000 $ 2,800.00 $ 150.00 5 61300.. 5 22550 5 110 5 25,00 5 102500 6550 $ 1 s 0 5 000 5 3250. 5 16500 5 6,600.00 ..0 - - Hourly as rates/Mlle ae Principle Engineer and/or Geologist 601 ..00 150.00 15.000.00 40.00 5 4,000. 12800 $ 12,600.00 5 145.00 5 10,500.00 125.00 5 12,500 00 35.00 5 00 6,500.00 205.00 $ 205.. s155.00 S 15,500.00 120.00 5 12,00000 5 155 00 5 15,500.00 Geotechnical Engirter/ Department Manage, 602 100 11600 S 00 5 1110.00 5 10.03000 5 115.00 5 .10 $ 65.00 $ 9,500.03 $ 34.50 $ 04.1.00 95.00 9,500 150.00 $ 15.000. 5125. $ 12,500.00 S 150.00 S 15,000.00 5 155 00 5 15.500.00 Senior Field Tech6cian r. s6450 5 .50 63.00 S 31,500.00 6003 5 30,003.00 5 65.0 $ 32,500.00 5 00 5 20000.00 5 S5 00 5 27,500.00 85.00 $ 42,500.00 70. 5 35,03000 5 60.00 5 40,003.00 5 55 50 5 27.500.00 Feld e<neian 604r. 555.00 5 27,500.00 35.03 5 17,500.00 5 50.0 5 25,000.00 5800 $ 29,000.00 5 05 00 5 22,500. 5 55.0 5 27,00 70.00 5 35,000.00 5 55 00 5 27,500. . 5 00 5 32,500.00 woo 5 24,00000 M,leW 605 Mile 500 5 065 5 325.0 5 061 5 305.0 S - 5 5 065 5 325.00 $ 055 S 225.0 5 - 5 5 055 5 275.0 $ - 5 5 058 5 290.00 S 0.25 S 3750 Tor. 5 25;545.00 5 M63aose $ reAars.on $ 209,255.0 S 70 . 5 252,170.0 $ Sts,moeo $ it&fiseeo a 0 . $ 244,126 50 eifferen a from original bid Errs 5 Fr,on 5 - Enas S Errors 5 (?080001 Errors 5 Errors $ 35800.. Errors $ - Enas 5 (4250.0) Errors 5 02,050.001
Hello