Loading...
HomeMy WebLinkAbout20180057.tiffMEMORANDUM TO: Esther Gesick, CTB DATE: January 3, 2020 FROM: Clay Kimmi, P.E., Public Works SUBJECT: On -call Environmental Services Contract Renewal Please place the attached contract renewal on the BOCC consent agenda for an upcoming 9 am hearing. The contract renewal is for the On -call Environmental Services Contract currently held by Tiglas Ecological Services. The original contract id is 1614 and the original document number is 2018-0057. The contract id for the renewal is 3354. The contract renewal is for an amount not to exceed $105,000. On January 3, 2020, the BOCC approved the recommendation to renew the contract. See attached pass around review packet. Page 1 of 1 M:\ —Active Projects\Engineering On -Call Services\Environmental\2020 Renewal \Signed Renewal Forms\Darcy Contract Renewal Memo to CTB.docx ee„: Oicii604)) - /3-010 6a 0.0-7 c20 i8- 0651 /-/,3-O2O BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Renewal of Environmental Services Contract DEPARTMENT: Public Works PERSON REQUESTING: Clay Kimmi / Don Dunker DATE: 12/31/19 Brief description of the problem/issue: In 2018 Weld County entered into a one (1) year professional services agreement_ (Original Contract) with Tiglas Ecological Services (TES) to provide on -call environmental support services for Public Works projects. The Original Contract indicates that at the option of Weld County, it may be extended for up to two (2) additional years. One of the additional extensions was utilized for 2019, and the Contract will expire on January 29`h, 2020. TES has provided professional and timely environmental support services for Public Works projects under the Contract and did not exceed the $105,000.00 contract amount. TES has also agreed to provide the same hourly service rates with this contract renewal as in the previous contract renewal. Public Works staff recommends renewal of the Original Contract beginning January 30th, 2020 and ending January 29th, 2021. What options exist for the Board? (include consequences, impacts, costs, etc. of options): • Approve the renewal of the Original Contract and allow it to be placed .on the next available consent agenda • Deny the renewal of the Original Contract and have staff rebid this work Recommendation: Staff recommends approving renewal of the Original Contract and placing it on the next available consent agenda for approval. Approve Recommendation Sean P. Conway Mike Freeman, Pro-Tem Scott James Barbara Kirkmeyer, Chair Steve Moreno Schedule Work Session Othcr/Comments: Karla Ford From: Sent: To: Subject: Approve. Sent from my iPhone Barbara Kirkmeyer Thursday, January 2, 2020 10:56 AM Karla Ford Re: Please Reply - Pass Around On Jan 2, 2020, at 10:55 AM, Karla Ford <kford @weldgov.com>wrote: Here is pw one Karla Ford Office Manager, Board of Weld County Commissioners 1150 0 Street, P.O. Box 758, Greeley, Colorado 80632 :: 970.336-7204 :: kford@weldgov.com :: www.weldgov.com My working hours are Monday -Thursday 7:00a.m.-4:00 p.m. Friday 7:00a.m. - Noon <image002.jpg> Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Karla Ford Sent: Thursday, January 2, 2020 10:42 AM To: Barbara Kirkmeyer <bkirkmeyer@weldgov.com>; Sean Conway <sconway@weldgov.com> Subject: Please Reply - Pass Around Importance: High Please advise if you approve recommendation. Thank you! Karla Ford X Office Manager Board of Weld County Commissioners 1150 0 Street, P.Q. Box 758, Greeley, Colorado 80632 :: 970.336-7204 :: kfordtweidgov,com :: www.weldgov.com My working hours are Monday -Thursday 7:00a.m.-4:00 p.m. Friday 7:00a.m. - Noon <image003.jpg> Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received 1 Sig CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND TIGLAS ECOLOGICAL SERVICES 441 This Agreement Extension/Renewal ("Renewal"), made and entered into 13 day of (1aw,vcu' , 2020, 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 Tiglas Ecological Services, 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. 2018-0057, Contract ID No. 1614, approved on January 29, 2018. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on January 29, 2019. • The Original Agreement was renewed for the first one-year period on January 28, 2019 under Contract ID 2409 and will end on January 29, 2020. • The parties agree to extend the Original Agreement for the second one (1) -year period, which will begin January 30, 2020 and will end on January 29, 2021. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Tiglas Ecological Services has agreed to provide the same hourly service rates for the Renewal as in the Original Agreement. 2. There are no changes being made to the Contract Documents. The total anticipated cost for the period from January 30, 2020 to January 29, 2021 is $105,000. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Tiglas Ecological Services Tar IT lia,5 Print d Name 1. na ure g'61/1- BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman C air JAN ATTEST. Weld BY: .` Deputy CI as/8-0057 2020 Rate Sheet Hourly Rates: Darcy Tiglas, Biologist $58.00 per hour John Hoffecker, Cultural Resources $70.00 per hour Equipment Rate Sheet (included in the hourly rate, but broken down here): Vehicle: 0.58 cents per mile Computer: $30.00 per hour Phone: 0.25 cents per minute Contract Form I. I New Contract Request• • ,•Entity Information Entity Name* Entity ID* ■ New Entity? I TIGLAS, DARCY @00007537 Contract Name* Contract ID Parent Contract ID 2020 ENVIRONMENTAL ON -CALL SERVICES RENEWAL 3354 1614 CONTRACT Contract Lead* Requires Board Approval Contract Status CKIMMI YES CTB REVIEW Contract Lead Email Department Project # CKimini@co.weld.co.us Contract Description* SECOND RENEWAL FOR THE ENVIRONMENTAL SERVICES CONTRACT THAT PUBUC WORKS HAS WITH TIGLAS ECOLOGICAL SERVICES Contract Description 2 THIS IS THE LAST RENEWAL. AFTER THIS RENEWAL IS OVER, THE CONTRACT HAS TO BE REBID. Contract Type* Department Requested BOCC Agenda Due Date RENEWAL PUBUC WORKS Date* 01/12/2019 01/16/2019 Amount* Department Email $105,000.00 CM- Will a work session with BOCC be required?* PublicWorks@weldgov-com HAD Renewable* NO Department Head Email Does Contract require Purchasing Dept. to be included? CM-PublicWorks- NO Automatic Renewal DeptHead@weldgov.com County Attorney Grant BOB CHOATE County Attorney Email IGA BCHOATE@CO. WELD. CO. US If this is a renewal enter previous Contract ID 1614 If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date 12/31/2019 Termination Notice Period Committed Delivery Date Expiration Date* f 01/29/2021 Contact Information J , Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver CONSENT Purchasing Approved Date 01/06/2020 I Approval Process Department Head JAY MCDONALD DH Approved Date 01/0612020 Finance Approver CONSENT Finance Approved Date 01/06/2020 Legal Counsel CONSENT Legal Counsel Approved Date 01/06/2020 Final Approval, BOCC Approved BOCC Signed Date BOCC Agenda Date 01/13/2020 Originator CKIMMI Tyler Ref # AG 011320 Submit, /000t4/0? BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Renewal of Environmental Services Contract DEPARTMENT: Public Works PERSON REQUESTING: Erich Green / Don Dunker DATE: 1/22/19 Brief description of the problem/issue: In 2018 Weld County entered into a one (1) year professional services agreement (Original Contract) with Tiglas Ecological Services (TES) to provide on -call environmental support services for Public Works projects. The Original Contract indicates that at the option of Weld County, it may be extended for up to two (2) additional years. None of the additional two (2) years has been utilized to date, and the Original Contract will expire on January 29th, 2019. TES has provided professional and timely environmental support services for Public Works projects under the Original Contract and did not exceed the $31,090.00 contract amount. TES has also agreed to provide the same hourly service rates with the contract renewal as in the Original Contract. Public Works staff recommends renewal of the Original Contract beginning January 30th, 2019 and ending January 30th, 2020. What options exist for the Board? (include consequences, impacts, costs, etc. of options): • Approve the renewal of the Original Contract and allow it to be placed on the next available consent agenda • Deny the renewal of the Original Contract and have staff rebid this work Recommendation: Staff recommends approving renewal of the Original Contract and placing it on the next available consent agenda for approval. Approve Recommendation Sean P. Conway Mike Freeman, Pro-Tem Scott James Barbara Kirkmeyer, Chair Steve Moreno Schedule Work Session Other/Comments; e --r/ -/(4 &of-nA2.-a-t-t- e&: tat (ex)) coa-- do57 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND TIGLAS ECOLOGICAL SERVICES This Agreement Extension/Renewal ("Renewal"), made and entered into day of 2019, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Pub Works, hereinafter referred to as the "Department", and Tiglas Ecological Services, 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. 2018-0057. approved on January 29, 2018. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on January 29, 2019. • The parties agree to extend the Original Agreement for an additional one (1) -year period, which will begin January 30, 2019 and will end on January 30, 2020. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Tiglas Ecological Services has agreed to provide the same hourly service rates for the Renewal as in the Original Agreement. 2. There are no changes being made to the Contract Documents. • 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: Tiglas Ecological Services Signature BOARD OF COUNTY COMMISSIONERS WE COUNTY, COUNTY, COLORAD arbara Kirkmeyer, Chai JA� 2 S ui ATTEST: Weld ' linty lerk to the Board BY: 020x- OO �'� TIGLECO-01 TBENNETT ACORO" CERTIFICATE OF LIABILITY INSURANCE 4,,,...---- DATE(MM/DD/YYYY) 05/14/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER PFS Insurance Group 131 West Main Street Sterling, CO 80751 CONTACT Tonisha Bennett NAME: PHONE (970) 5224888 (NC ( War (A/c, No;(970) 521 4934 n nREss: tonishab@mypfsinsurance.com INSURER(S) AFFORDING COVERAGE NAIC C INSURER A : Scottsdale Insurance Company INSURED Tlglas Ecological Services Darcy Tlglas 5015 Swainsona Dr. Loveland, CO 80537 INSURER B : INSURER c " INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES_ LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER IMMPOUCY EFF IDD,YYYYI POLICY EXP INMUDDIVYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY CPS2401424 05/05/2018 05/05/2019 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR Poccurren DREMISEAMAGE S (Ea TO RENTED ce) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & NWINJURY $ 1,000,000 GEM AGGREGATE LIMIT APPUESPER: O - JECT JE LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY SCHEDULED AUTOS NON -OWNED AUTOS ONLY (COMBI accidenen SINGLE LIMIT $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE. (Per accident) $ $ UMBRELLA LIAB EXCESS UAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE OED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory In NH) tt yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A PER STATUTE OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ EL DISEASE - POLICY OMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more apace is required) CERTIFICATE HOLDER CANCELLATION Weld County Public Works Department 1111 H Street P.O. Box 758 Greeley, CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & TIGLAS ECOLOGICAL SERVICES 2018 ENVIRONMENTAL SERVICES CONTRACT 1.1 THIS AGREEMENT is made and entered into thisoC/ day of 2018, by and between the County of Weld, a body corporate and politic of the State of Coloradby and ough its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Tiglas Ecological Services a corporation, whose address is 5015 Swainsona Drive, Loveland Co. 80537 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. "B1800036". The RFP contains all of the specific requirements of County. Exhibit `B' consists of Contract Professional's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project described in Exhibit 'A' which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits 'A' and `B'. Contract Professional shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by 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 (frGe/e/z) ao/g- 0357 Exhibits 'A' & 'B'. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. 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 $ 31,090.00, which is the bid set forth in Exhibit 'B'. Contract Professional acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld 2 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 'A'. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contract Professional, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law (and as set forth in Exhibit 'A' provide proof thereof when requested to do so by County. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contract Professional. Contract Professional shall not enter into any subcontractor agreements for the completion of this project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject project during the performance of this Agreement and 3 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. 4 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 5 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. 6 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 three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or 7 (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: Darcy Tiglas Attn.: President, Address: 5015 Swainsona, Drive Address: Loveland, Co. 80537 E-mail: tiglasd@aol.com Facsimile: County: Name: Richard White Position: Project Manager Address: 1111 H. Street Address: Greeley, Co. 80632 E-mail: rdwhite@weldgov.com Facsimile: 970 — 304 - 6497 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 8 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 9 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. 30. 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. 31. 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. Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits 'A' and 'B', is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this a day of ,2018. CONTRACT PROFESSIONAL: By: kV - _ Name: *1)�r- �J2Z7�i.$g tdS Title: 1 Date WELD COUNTY: ATTES BOARD OF COUNTY COMMISSIONERS Weld ' o ty Cleo the Bo: •�!j�� WELD COUNTY, COLORADO BY: eputy CI,�j to e teve Moreno, Chair 10 JAN 292018 cif pe)51 EXHIBIT 'A' WELD COUNTY DEPARTMENT OF PUBLIC WORKS REQUEST FOR COST PROPOSALS NO. B1800036 ENVIRONMENTAL SERVICES DECEMBER, 2017 WELD COUNTY DEPARTMENT OF PUBLIC WORKS P.O. BOX 758 1111 H STREET GREELEY, CO. 80632 (970) 304-6496 - EXT 3742 TABLE OF CONTENTS 1. Purpose 3 2. Scope of Services 3 3. Submittal Requirements 4 4. Schedule 5 5. Contacts 5 6. Terms and Conditions 5 7. Cost Proposal 5 8. Agreement for Professional Services 7 2 1. Purpose Weld County is soliciting proposals for environmental services to supplement Weld County's needs for the year 2018. These services typically consist of projects of various sizes at several locations which will require: site visits, investigation, documentation and environmental clearances. Upcoming projects will likely include Road, Bridge, Drainage and Gravel Pit Improvement Projects. Many Weld County projects are done with CDOT funding and services will require coordination with CDOT environmental staff. 2. Scope of Services Wetland Delineation Task Wetland delineation is to be conducted at the sites if the sites are near rivers, streams or other waterways. Specific work items associated with this task will include: • Ground reconnaissance of the project area. • Determination and quantification of wetlands present using accepted methods. • Photographs of wetlands communities present. • Prepare a report of the results of the wetland delineation. • Submit reports to Weld County and the U.S. Army Corps of Engineers (COE). • Forward COE correspondence and letter of findings to Weld County. If the COE requires wetland mitigation measures to be implemented into the project scope of work, the consultant may be asked to assist with coordinating this responsibility. Preble's Meadow Jumping Mouse Task Habitat assessment for the Preble's Meadow Jumping Mouse is to be conducted at the sites. Specific work items associated with this task will include: • • • • • Ground reconnaissance of the project area. Evaluation and quantification of habitat using accepted methods. Evaluation of site connectivity with other habitats or documented presences. Evaluation of project impacts to any identified habitat areas. Submit reports to Weld County and U.S. Fish and Wildlife Service (FWS). Forward FWS correspondence and letter of findings to Weld County. If the FWS requires a mouse trapping effort or habitat mitigation measures to be implemented into the project scope of work, the consultant may be asked to assist with coordinating this responsibility. Ute Ladies' -Tresses Orchid Task Habitat assessment for the orchid is to be conducted at the sites. Specific work items associated with this task will include: • • • • Ground reconnaissance of the project area. Conduct habitat survey for the orchid and record any presences. Submit reports to Weld County and U.S. Fish and Wildlife Service (FWS). Forward FWS correspondence and letter of findings to Weld County. 3 If the presence of the Ute Ladies' -Tresses Orchid occurs at the project site, the consultant may be asked to assist with negotiations and meetings with the FWS to determine project requirements. 404 Wetlands Permit Task If any wetlands within the project area are shown to exist, as determined during the wetlands delineation task, the consultant shall assist the County with obtainment of a 404 Wetland Permit from the COE. Specific work items associated with this task will include: • • • Coordinate with the COE for a determination of nationwide or individual permit. Obtain the appropriate permit for the project based upon the final design. Consult with Weld County regarding their responsibilities regarding the permit. If the COE requires and individual permit and/or wetland mitigation measures to be implemented into the project scope of work, the consultant may be asked to assist with coordinating this responsibility. Weld County staff shall be responsible for obtaining any landowner right -to -enter permissions and for any surveying which may be required for the consultant to conduct the work described above. Cultural Resources/Historic Survey Task Specific work items associated with this task will include: • • • File Search on Compass which cover all structures, bridges and canals, also includes architectural assessment report and any other CDOT requirements. Inventory and evaluation of the roadways and the projects areas of impact. The preparation of a Cultural Resources/Historic Survey report. Birds of Prey Survey Task Specific work items associated with this task will include: • Survey and Report due to any suitable nesting habitat in the vicinity of the project. Coordination with CDOT Environmental Staff Task Specific work items associated with this task will include: • Consultation with Colorado Department of Transportation and completion of Categorical Exclusion Checklist. 3. Submittal Requirements Proposals will be received up to, but not later than December 29th, 2017 at 10:00 am (WELD COUNTY PURCHASING TIME CLOCK). Proposals shall be delivered to the Weld County purchasing Department, located at P.O. Box 758, 1150 "O" Street, Greeley, Colorado 80632. E- mail proposals and faxes proposals may be sent prior to: mwaltersa.co.weld.co.us or reverett@co.weld.co.us. An e-mail confirmation will be sent when we receive your proposal. 4 Please call Purchasing at (970)-336-7225 if you have any questions regarding proposal submission procedures. A copy of the Request for Proposals may be obtained as follows: Bid information may be found at: http://www.co.weld.co.us/Departments/Purchasing/index.html located under "Current Requests". The bid will be posted on Rocky Mountain E Purchasing. Each Bid shall be made on the forms included in the Contract Documents and no Bidder may withdraw his Bid for a period of sixty (60) days from and after the date set for opening of Bids. The Board of Weld County Commissioners reserves the right to reject any or all bids, to waive any informality in bids, and to accept the bid that, in the opinion of the Board, is in the best interests of the Board and of the County of Weld, State of Colorado. 4. Schedule Advertisement in Greeley Tribune Proposals Due at Purchasing Dept.: Proposal Presentation to BOCC: 5. Contacts December 8th, 2017 December 29th, 2017 (10:00 AM) January 3rd, 2018 Questions related to the project and procedures should be directed to: Richard White, Project Manager Weld County Public Works Dept. (970)-304-6496, ext. 3742 rdwhiteco.weld.co. us 6. Terms and Conditions All consultants will be require to sign a Weld County Professional Services Agreement (Internal Accounting Form) type. The Professional Services Agreement will dictate procedures for establishing and executing Internal Accounting type contracts. The payment for services provided shall be based on lump sum prices for completed services as described herein. The intention of the Agreement is to establish prices for projects to be done in 2015 and to establish a contractual basis for additional work to be added utilizing an Internal Accounting Form for each project. Each project Internal Accounting Form shall be negotiated and approved by the Public Works Department. The Professional Services Agreement shall continue in full force and effect for one year from the date of execution. At the option of the County, the Professional Services Agreement may be extended for up to two (2) additional years. Increases in the hourly rate prices may be negotiated for subsequent renewal of the second and third additional one-year periods. Any changes to the hourly rate prices will be negotiated by and agreed to by both parties and any increases shall not exceed the Denver -Boulder, Greeley CPI Index. 7. Cost Proposal The following cost proposal shall be filled out by the qualified consultant interested in performing the work as described for the various tasks indicated. The low bidder may be asked to provide 5 additional information to show their experience and qualifications related to this type of work. In addition, consultants shall submit a 2018 hourly labor and equipment rate sheet. This information may be used to negotiate future additional work orders or to negotiate future work item amounts for which costs have not been previously established. EXHIBIT A — COST PROPOSAL FOR YEAR 2018. The hourly amounts indicated represent the hours spent on each of the following seven tasks during the year 2017, Weld County, Public Works anticipates similar hours will be required for this work in 2018. ITEM NO. DESCRIPTION Unit PRICE 1 Wetland Delineation Task 140 HRS $ 2 Preble's Meadow Jumping Mouse Task 15 HRS $ 3 Ute Ladies' -Tresses Orchid Task 15 HRS $ 4 404 Wetlands Permit Task 140 HRS $ 5 Cultural Resources/Historic Survey Task 150 HRS $ 6 Birds of Prey Survey Task 15 HRS $ 7 Coordination with CDOT Environmental Staff Task 30 HRS $ TOTAL BID AMOUNT $ A limit of $35,000 total compensation for this contract will be budgeted by the Department for 2018. NOTE: All prices provided shall include labor, office supplies, mileage, overhead and report writing as needed for each task. The above listed items indicate the most frequently used tasks. Future Internal Accounting Forms (if applicable) may request additional services beyond those identified above. The following information shall be filled out and signed by the consultant: FIRM BY BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE EMAIL 6 TELEPHONE NO FAX TAX ID # PROPOSAL FOR ENVIRONMENTAL SERVICES CONTRACT FOR WELD COUNTY DEPARTMENT OF PUBLIC WORKS REQUEST FOR COST PROPOSALS NO. 81800036 Prepared for: Weld County Department of Public Works P.O. Box 758 1111 I -I Street Greeley, Colorado 80632 Prepared by: Darcy A. Tiglas Tiglas Ecological Services 5015 Swainsona Drive Loveland, Colorado 80537 970-635-9183 (H) 970-222-2151 (C) December 2017 PROPOSAL FOR ENVIRONMENTAL SERVICES CONTRACT FOR WELD COUNTY DEPARTMENT OF PUBLIC WORKS REQUEST FOR COST PROPOSALS NO. B1800036 Purpose Weld County is soliciting cost proposals for environmental services to supplement Weld County's needs for 2018. Weld County projects include bridge rehabilitation and replacement/construction; road realignments, repairs, and new construction/upgrade; drainage improvements; and gravel pit establishment and improvements. These projects require site reconnaissance, environmental resource issue identification, investigation, documentation, and environmental clearances with State and Federal Agencies. Some of Weld County's project involve Federal funding provided by the Federal Highway Administration (FHWA) and involve project parameters overseen by the Colorado Department of Transportation (CDOT) on FHWA's behalf. The purpose of this cost proposal is to illustrate that Ms. Darcy Tiglas of Tiglas Ecological Services and Mr. John Hoffecker of Historic Preservation Consultants are competitive with their rates and fully understand the requirements Weld County must meet to fulfill the needs of the continued growth and infrastructure improvements for the County. Ms. Darcy Tiglas and Tiglas Ecological Services has provided environmental and historic/cultural services support to Weld County for 25 years. These services have included wetland delineations, Preble's meadow jumping mouse habitat evaluations and live trappings, Ute ladies' -tresses orchid habitat evaluations and surveys, obtainment of 404 -wetland permits (nationwide and individual), wetland mitigation planning and creation, birds -of -prey surveys, and coordination with CDOT environmental staff, the U.S. Fish and Wildlife Service (USFWS), Colorado Parks and Wildlife (CPW), the State Historic Preservation Office (SHPO), and the U.S. Army Corps of Engineers (COE) to assure compliance with Federal and State rules and regulations. Mr. John Hoffecker of Historic Preservation Consultants in Centennial, Colorado has provided the historic and cultural services support and expertise, including paleontology and archeology clearances, particularly on CDOT projects. Both John and Darcy are familiar with Weld County and the variety of projects Weld County encounters to improve or establish infrastructure across the County whether it be a bridge replacement, road realignment, intersection improvement, borrow pit site, or State roadway tie-in and improvement with existing infrastructure. Darcy and John have worked with Weld County on all types of projects. Scone of Services The proposal for environmental services identifies many services needed to fulfill the variety of Weld County projects. Ms. Darcy Tiglas of Tiglas Ecological Services can perform these services successfully. These services include the following: Wetland Delineations, Preble's meadow jumping mouse tasks, Ute ladies' -tresses orchid tasks, 404 -Wetland Permitting, Birds -of -Prey Surveys, and coordination with CDOT environmental staff. Mr. John Hoffecker of Historic Preservation Consultants can perform the Cultural Resources/Historic Survey tasks. Each service's specific scope is outlined below. Wetland Delineation Task: Wetland delineations are conducted at project sites that intercept canals, ditches, or natural drainages. Specific work items associated with this task include: • Field reconnaissance; • Determination and quantification of Waters of the United States, including wetlands; • Photographs of communities present; • Preparation of a Wetland Delineation report if wetlands are found or a Waters of the United States report if no wetlands exist within the project area, but Waters of the United States are present; • For some CDOT projects, preparation of a Wetland Findings Report and mitigation plan; • Submission of document to the COE and Weld County; and • Forward COE correspondence to Weld County. Preble's Meadow Jumping Mouse Task: Most project sites identified for Weld County projects do not require a live trapping survey for the mouse. Usually, a habitat evaluation is sufficient for clearing the project of any potential to adversely affect the mouse or its habitat. Specific work items associated with this task include: • Field reconnaissance; • Evaluation and quantification of habitat using accepted methods; • Evaluation of connectivity with other habitats or documented presence of known populations or suitable habitat; • Evaluation of project impacts to any identified suitable habitat area; • Submission of report to Weld County and the USFWS; and • Forward USFWS correspondence and letter of findings to Weld County. Ute Ladies' -tresses Orchid Task: Many project sites identified for Weld County projects require an orchid survey or habitat evaluation to determine the potential for the plant to occur within the project area. Specific work items associated with this task include: • Field reconnaissance; • Conduct a habitat survey; • If habitat is present, conduct a plant survey between July 15 and September 15 and prepare a report indicating the results; • If habitat is not present or is marginal, prepare a report indicating the results of the habitat evaluation; • Submit report to Weld County and the U.S. Fish and Wildlife Service; and • Forward USFWS correspondence and letter of findings to Weld County. 404 -Wetland Permitting: Any impacts to Waters of the United States, including wetlands, is regulated under Section 404 of the Clean Water Act and overseen by the COE. Impacts, depending on the size of the impact area and the specific activities proposed that cause the impacts, can be permitted under either Nationwide Permits or under an Individual Permit. Weld County projects can require either of these permit types. Specific work items associated with this task include: • Prepare a permit request document that may include a Pre -construction Notification package for submission to the COE; • Consult with Weld County on the potential issues regarding permitting with their proposed project for issues like mitigation or extended scheduling; • Obtain the appropriate permit for the project from the COE; and • Consult with Weld County regarding their responsibilities regarding the permit. Cultural Resources/Historic Survey Task: Many projects require a Section 106 consultation with SHPO. The lead Federal agency consults with SHPO on the project, usually CDOT or the COE for Weld County projects. Cultural resources can include paleontology and archeology. Historic recourses can include old buildings, roadways, canals, railroad lines, and large ditches. Specific work items associated with this task include: • Field reconnaissance; • File search on Compass that shows any previous work completed on the project properties; • Prepare appropriate data sheets for the resources, either independent of or a part of a report; • Inventory and evaluate the resources for their potential eligibility for the National Historic Register; and • Prepare a draft Section 106 letter for the consultation by CDOT or COE. Birds of Prey Survey Task: Birds of prey are protected under the Migratory Bird Treaty Act, Section 7 of the Endangered Species Act of 1973, as amended, and/or the Bald and Golden Eagle Protection Act. Projects that occur adjacent to large mature trees are surveyed for the presence of nests belonging to birds of prey. Specific work items associated with this task include: • Field reconnaissance; • Birds of prey survey and/or monitoring during fledging season; • Preparation of a report with the survey results; and • Potential consultation with CPW and/or USFWS. Coordination with CDOT Environmental Staff Task: Projects that involve FHWA monies are overseen by CDOT. As part of the Categorical Exclusion or Environmental Assessment process, the CDOT Environmental Staff works with Weld County as a facilitator. Specific work items associated with this task include: • Consultation with CDOT regarding any and all environmental resources on the Categorical Exclusion Checklist or completion of an Environmental Assessment. Cost Proposal Over the past three years, Tiglas Ecological Services has held the Environmental Services Contract with Weld County. Cost proposals for each project have been given in lump sum quantities in the past and will continue to be in the future. Tiglas Ecological Services has found that many times, additional needs by Weld County occur and an inventory of these additional needs and the time spent on them assisted in the preparation of a more realistic hourly rate for both Ms. Tiglas and Mr, Hoffecker. Additional needs can include project clarification and planning meetings, phone consultations, resubmittal of lost documents, emergency project needs, and phone and email transmittals. Additional needs occur outside the fixed cost lump sums that are prepared for each project and these additional needs cannot be captured beyond the fixed cost price once the project scope and cost has been accepted into a work order. Many of the additional needs are difficult to capture separately, but can be seen clearly over the course of a year. The following rates capture the additional needs that are not included and are unexpected in the upfront and fixed cost price of a project cost proposal. Thus, a rate of $67.00 per hour really ends up being $58.00 per hour after one factors in the additional and uncaptured needs and unpaid hours spent for multiple projects over the course of a year. Hourly Rates: Darcy Tiglas, Biologist $58.00 per hour John Hoffecker, Cultural Resources $70.00 per hour Equipment Rate Sheet (included in the hourly rate, but broken down here): Vehicle: 0.535 cents per mile Computer: $28.50 per hour Phone: 0.18 cents per minute Exhibit A is presented below and shows the total cost by task for this cost proposal. The total bid amount is $31,090.00. If you have any questions or need additional information, please contact me at 970-222-2151 or tiglas juol_r m. Sincerely, Darcy A. Tiglas, Biologist Tiglas Ecological Services In addition, consultants shall submit a 2018 hourly labor and equipment rate sheet. This information may be used to negotiate future additional work orders or to negotiate future work item amounts for which costs have not been previously established. EXHIBIT A - COST PROPOSAL FOR YEAR 2018. The hourly amounts indicated represent the hours spent on each of the following seven tasks during the year 2017, Weld County, Public Works anticipates similar hours will be required for this work in 2018. ITEM NO. DESCRIPTION Unit 1 Wetland Delineation Task 2 Preble's Meadow Jumping Mouse Task 3 Ute Ladies' -Tresses Orchid Task 4 404 Wetlands Permit Task 5 Cultural Resources/Historic Survey Task 6 Birds of Prey Survey Task 7 Coordination with CDOT Environmental Staff Task PRICE 140 HRS $ 8,120.00 15 HRS $ 870.00 15 HRS $ 870.00 140 HRS $ 8,120.00 150 HRS $10,500.00 15 HRS $ 870.00 30 HRS $ 1,740.00 TOTAL BID AMOUNT: $31,090.00 A limit of $35,000 total compensation for this contract will be budgeted by the Department for 2018. NOTE: All prices provided shall include labor, office supplies, mileage, overhead and report writing as needed for each task. The above listed items indicate the most frequently used tasks. Future Internal Accounting Forms (if applicable) may request additional services beyond those identified above. The following information shall be filled out and signed by the consultant: FIRM 7 cocoJ SQ,vVi'( S BY %C 1SEcLS / BUSINESS ADD Ss5Dt5 1OCt(VlS0Yt� 4t' DATE 12-12Le1('1 CITY, STATE, ZIP CODE LIvel t .tqd CD X30537 EMAIL -f-i9 k!sd '&c l'. COM TELEPHONE NO#1"10 :)\ 215i FAX - TAX ID# rj 2,'+ - 31 - 0 I Form 1111-9 (Rev. December 2014) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Give Form to the requester. Do not send to the IRS. Print or type See Specific Instructions on page 2. t Name (as shown on your 1 irrpe returviljAse is 1 ubed on ttelt tine; do not leave this line blank lITr c.2 V1n , I CC/ Business _L entity name, it different.yom above 3 Check appropriate KrIndividual/sole single -member El Limited liability Note. For a single the tax classification [I] Other (see instructions) box for federal tax classification; check only one of the following seven boxes; 4 Exemptions certain entities, nstructions Exempt payee Exemption code (if any) (Appian roaccounts (codes apply only to not Individuals; see on page 3): code (if any) __— from FATCA reporting proprietor or ❑ C Corporation III S Corporation ❑ Partnership Ill TmsUestate LLC company. Enter the tax classification (C=C corporation, S=S corporation, P=partnershlp) -member LLC that Is disregarded, do not check LLC; check the appropriate box In of the single -member owner. s• the line abo vefor warnienodoutside ti, US.) 5 Address (number, Street, and apt. or Suite no.) GS U 5 5 el(h 5c -iv -la_ • Requester's name and address (optional] IS City, state, and 20 code J_j )Vhere c .sl.;J 3 7 account axpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on fine 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, see the Part ) instructions on page 3. For other entities, it is your employer identification number (EIN). If you do net have a number, see How to get a T thi on page 3. Note. If the account is in more than one name, see the Instructions for line 1 and the chart on page 4 for guidelines on whose number to enter. So 1 security number H or f Employer identification number T 4 U 1 Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification Instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 3. Sign Here Signature of U.S. person ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. Information about developments affecting Form W-9 (such as legislation enacted after we release it) is at www.Irs.govifw9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer Identification number (ITIN), adoption taxpayer identification number (ATIN), or employer Identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an Information return. Examples of Information returns include, but are not limited to, the following: • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of Income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan Interest). 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), 10 provide yourcorrect TIN. If you do not return Fomr W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding? on page 2 By signing the filled -out form, you; 1. Certify that the TIN you are giving Is correct (or you are waiting for a number to be issued). 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership Income from a U.S. trade or business Is not subplot to the withholding taieon foreign partners' share of effectively connected Income, and 4. Certify that FATCA code(s) entered on this form (if any) Indicating that you are exempt from the FATCA reporting, is correct. See What is FATCA reporting? on page 2 for further information. Cat. No. 10231X Form W-9 (Rev. 12-2014) TIGLECO-01 JCAMPBELL CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 01/15/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER PFS Insurance Group 4848 Thompson Parkway Suite 200 Johnstown, CO 80534 INSURED Tlglas Ecological Services Darcy Tiglas 5015 Swainsona Dr. Loveland, CO 80537 CONTACT PFS Insurance NAME: PHONE I FAX (A/C, No, Ext): (970) 635-9400 I (A/C, No):(970) 635-9401 E-MAILDDRSS: info@mypfsinsurance.com _ - INSURER(S) AFFORDING COVERAGE INSURERA:Scottsdale Insurance Company INSURER B : INSURER C : (INSURER D : INSURER E : INSURER F : NAIC # COVERAGES CERTIFICATE NUMBER: • THIS IS TO CERTIFY THAT THE POLICIES INDICATED. NOTWITHSTANDING ANY REQUIREMENT, CERTIFICATE MAY BE ISSUED OR MAY EXCLUSIONS AND CONDITIONS OF SUCH INSR LTR TYPE OF INSURANCE OF PERTAIN, POLICIES. ADDLII INSD INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IWVD POLICY NUMBER (MM/DDSUBR� POLICY EFF /YYYYI POLICY EXP (MM/DD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY CPS2401424 05/05/2017 �� 05/05/2018 EACH OCCURRENCE $ 1,000,000 I ._-.J GEN'L CLAIMS -MADE ',_ X OCCUR -- - DAMAGE TO RENTED 100,000 PREMISES (Ea occurrence) $ MED EXP (Any one person) $ 5,000 ! PERSONAL & ADV INJURY $ 1,000,000 AGGREGATE LIMIT APPLIES PER: POLICY r JECT ' ' LOC OTHER: I --- GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OPAGG $ Excluded $ AUTOMOBILE LIABILITY ANY AUTO i- -- J OWNED SCHEDULED AUTOS ONLY I AUTOS HIREDNON-QWNED 'I__I TOS ONLY i _- I UUTS ON COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY(Per accident : $ ) PROPERTY DAMAGE (Per accident) i $ $ UMBRELLA LIAR I ' OCCUR EXCESS LIAB CLAIMS -MADE i_ EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE FFICER/MEMBER EXCLUDED? I (Mandatory in NH) -- If yes, describe under DESCRIPTION OF OPERATIONS below N / A ! PER ; OTH- STATUTE I ER E.LEACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ _ $ E . DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) CERTIFICATE HOLDER CANCELLATION Weld County Public Works Department 1111 H Street P.O. Box 758 Greeley, CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Sheet 1 of 3 (EXHIBIT "A") WELD COUNTY REAL PROPERTY TO BE ACQUIRED Parcel Number: RW-2 STA. 12+10.69 Rt. to STA. 14+90.00 Rt. FROM Larson Farms, LLC 29470 County Road 66 Gill, CO 80624 FOR Project Code: 19744 Project Number: BRO C030-054 Weld County Bridge 68/59A Replacement Project Project Location: Weld County Road just east of SH 392 Sheet 2 of 3 EXHIBIT "A" PARCEL NUMBER: RW-2 PROJECT CODE: 19744 PROJECT NUMBER: SHO CO30-054 DATE: March 27, 2017 DESCRIPTION A tract or parcel of land No. RW-2 of the County of Weld, State of Colorado, Project Code 19063, Project No. SHO CO30-052, containing 0.147 acres, more or less, in the northeast one - quarter (NE1/4) of Section 24, Township 6 North, Range 64 West, of the 6th Principal Meridian, County Weld County, State of Colorado, described as follows: COMMENCING at the north one -quarter corner of said Section 24; Thence North 88°53'57" East along the north line of said northeast one -quarter (NE1/4) a distance of 1168.55 feet; Thence South 01°06'03" East a distance of 30.00 feet to the existing south right-of-way line of Weld County Road 68, the TRUE POINT OF BEGINNING; 1. Thence South 38°10'24" West along the easterly line of that parcel of land described in Reception Number 4080708, Weld County Records a distance of 32.29 feet; 2. Thence North 88°53'57" East along a line that lies 25 feet south of and parallel with said south right-of-way line a distance of 254.31 feet; 3. Thence North 43°53'57" East a distance of 35.36 feet to said south right-of-way line; 4. Thence South 88°53'56" West along said south line a distance of 258.87 feet to the TRUE POINT OF BEGINNING. The above described parcel contains 6,415 sq. ft. or 0.147 acres, more or less. Basis of Bearings: All bearings are based on the north line of the northeast one -quarter (NE1/4) of said Section 24 as bearing North 88°53'57" East a distance of 2649.21 feet from the north quarter corner, an alloy cap PLS 7242, to the northeast Corner, an alloy cap PLS 29420. �,��tiuniuuui,�,yi PZE(;f..�ti S 28288 linamitO For and on the Behalf of Weld County Norman L. Simonson, PLS 28288 12640 West Cedar Drive, Suite F Lakewood, CO 80228 Sheet 1 of 3 EXHIBIT 'A' WELD COUNTY REAL PROPERTY TO BE ACQUIRED Parcel Number: RW-1 (EXHIBIT "A") STA. 10+43.00 Rt. to STA. 12+31.13 Rt. FROM Larson Farms, LLC 29470 County Road 66 Gill, CO 80624 FOR Project Code: 19744 Project Number: BRO C030-054 Weld County Bridge 68/59A Replacement Project Project Location: Weld County Road just east of SH 392 Sheet 2 of 3 EXHIBIT "A" PARCEL NUMBER: RW-1 PROJECT CODE: 19744 PROJECT NUMBER: SHO CO30-054 DATE: March 27, 2017 DESCRIPTION A tract or parcel of land No. RW-1 of the County of Weld, State of Colorado, Project Code 19063, Project No. SHO CO30-052, containing 0.095 acres, more or less, in the northeast one - quarter (NE1/4) of Section 24, Township 6 North, Range 64 West, of the 6th Principal Meridian, County Weld County, State of Colorado, described as follows: COMMENCING at the north one -quarter corner of said Section 24; Thence North 88°53'57" East along the north line of said northeast one -quarter (NE1/4) a distance of 1168.55 feet; Thence South 01°06'03" East a distance of 30.00 feet to the existing south right-of-way line of Weld County Road 68, the TRUE POINT OF BEGINNING; 1. Thence South 38°10'24" West along the easterly line of that parcel of land described in Reception Number 4080708, Weld County Records a distance of 32.29 feet; 2. Thence South 88°53'57" West along a line that lies 25 feet south of and parallel with said south right-of-way line a distance of 142.69 feet; 3. Thence North 46°06'03" West a distance of 35.36 feet to said south right-of-way line; 4. Thence North 88°53'56" East along said south line a distance of 188.13 feet to the TRUE POINT OF BEGINNING. The above described parcel contains 4,135 sq. ft. or 0.095 acres, more or less. Basis of Bearings: All bearings are based on the north line of the northeast one -quarter (NE1/4) of said Section 24 as bearing North 88°53'57" East a distance of 2649.21 feet from the north quarter corner, an alloy cap PLS 7242, to the northeast Corner, an alloy cap PLS 29420. 0011111111/104, � t.. SP.. L RA 111111M010.- L For and on the Behalf of Weld County Norman L. Simonson, PLS 28288 12640 West Cedar Drive, Suite F Lakewood, CO 80228 Sheet 1 of 3 WELD COUNTY REAL PROPERTY TO BE ACQUIRED Parcel Number: RW-3 (EXHIBIT "A") STA. 9+88.00 Lt. to STA. 13+62.00 Lt. FROM Larson Farms, LLC 29470 County Road 66 Gill, CO 80624 FOR Project Code: 19744 Project Number: BRO C030-054 Weld County Bridge 68/59A Replacement Project Project Location: Weld County Road just east of SH 392 Sheet 2 of 3 EXHIBIT "A" PARCEL NUMBER: RW-3 PROJECT CODE: 19744 PROJECT NUMBER: SHO CO30-054 DATE: March 27, 2017 DESCRIPTION A tract or parcel of land No. RW-3 of the County of Weld, State of Colorado, Project Code 19063, Project No. SHO CO30-052, containing 0.010 acres, more or less, in the Southeast one - quarter (SE1/4) of Section 13, Township 6 North, Range 64 West, of the 6th Principal Meridian, County Weld County, State of Colorado, described as follows: COMMENCING at the South one -quarter corner of said Section 24; Thence North 88°53'57" East along the south line of said southeast one -quarter (SE1/4) a distance of 925.41 feet; Thence North 01°06'03" West a distance of 30.00 feet to the existing north right-of-way line of Weld County Road 68, the TRUE POINT OF BEGINNING; 1. Thence North 88°53'57" East along said north right -or -way line a distance of 374.00 feet; 2. Thence North 46°06'03" West a distance of 16.97 feet; 3. Thence South 88°53'57" West along a line that lies 12 feet north of and parallel with said north right-of-way line a distance of 350.00 feet; 4. Thence South 43°53'57" West a distance of 16.97 feet to the TRUE POINT OF BEGINNING. The above described parcel contains 4,344 sq. ft. or 0.010 acres, more or less. Basis of Bearings: All bearings are based on the south line of the southeast one -quarter (SE1/4) of said Section 13 as bearing North 88°53'57" East a distance of 2649.21 feet from the south quarter corner, an alloy cap PLS 7242, to the southeast Corner, an alloy cap PLS 29420. C imo For and on the Behalf of Weld County Norman L. Simonson, PLS 28288 12640 West Cedar Drive, Suite F Lakewood, CO 80228 Sheet 1 of 3 (EXHIBIT "A") WELD COUNTY REAL PROPERTY TO BE ACQUIRED Parcel Number: TCE-1 (EXHIBIT "A") STA. 10+33.00 Rt. to STA. 11+03.00 Rt. FROM Larson Farms, LLC 29470 County Road 66 Gill, CO 80624 FOR Project Code: 19744 Project Number: BRO C030-054 Weld County Bridge 68/59A Replacement Project Project Location: Weld County Road just east of SH 392 Sheet 2 of 3 EXHIBIT "A" PARCEL NUMBER: TCE-1 PROJECT CODE: 19744 PROJECT NUMBER: SHO CO30-054 DATE: March 27, 2017 DESCRIPTION A tract or parcel of land No. TCE-1 of the County of Weld, State of Colorado, Project Code 19063, Project No. SHO CO30-052, containing 0.017 acres, more or less, in the northeast one - quarter (NE1/4) of Section 24, Township 6 North, Range 64 West, of the 6th Principal Meridian, County Weld County, State of Colorado, described as follows: COMMENCING at the north one -quarter corner of said Section 24; Thence North 88°53'57" East along the north line of said northeast one -quarter (NE1/4) a distance of 1168.55 feet; Thence South 01°06'03" East a distance of 30.00 feet Thence South 38°10'24" West a distance of 32.29 feet; Thence South 88°53'57" West a distance of 107.69 feet, to the TRUE POINT OF BEGINNING; 1. Thence South 88°53'57" West a distance of 35.00 feet; 2. Thence North 46°06'03" West a distance of 35.36 feet ; 3. Thence South 88°53'57" East a distance of 10.00 feet; 4. Thence South 46°06'03" East a distance of 63.64 feet; 5. Thence North 88°53'57" East a distance of 5.00 feet; 6. Thence North 43°53'57" East a distance of 28.28 feet to the TRUE POINT OF BEGINNING. The above described parcel contains 750 sq. ft. or 0.017 acres, more or less. Basis of Bearings: All bearings are based on the north line of the northeast one -quarter (NE1/4) of said Section 24 as bearing North 88°53'57" East a distance of 2649.21 feet from the north quarter corner, an alloy cap PLS 7242, to the northeast Corner, an alloy cap PLS 29420. Sheet 1 of 3 WELD COUNTY REAL PROPERTY TO BE ACQUIRED Parcel Number: TCE-1A (EXHIBIT "A") STA. 11+95.00 Rt. to STA. 12+10.69 Rt. FROM Larson Farms, LLC 29470 County Road 66 Gill, CO 80624 FOR Project Code: 19744 Project Number: BRO C030-054 Weld County Bridge 68/59A Replacement Project Project Location: Weld County Road just east of SH 392 Sheet 2 of 3 EXHIBIT "A" PARCEL NUMBER: TCE-1A PROJECT CODE: 19744 PROJECT NUMBER: SHO CO30-054 DATE: March 27, 2017 DESCRIPTION A tract or parcel of land No. TCE-1A of the County of Weld, State of Colorado, Project Code 19063, Project No. SHO CO30-052, containing 0.003 acres, more or less, in the northeast one - quarter (NE1/4) of Section 24, Township 6 North, Range 64 West, of the 6th Principal Meridian, County Weld County, State of Colorado, described as follows: COMMENCING at the north one -quarter corner of said Section 24; Thence North 88°53'57" East along the north line of said northeast one -quarter (NE1/4) a distance of 1168.55 feet; Thence South 01°06'03" East a distance of 30.00 feet Thence South 38°10'24" West a distance of 32.29 feet, to the TRUE POINT OF BEGINNING; 1. Thence South 88°53'57" West a distance of 15.69 feet; 2. Thence South 01°06'03" East a distance of 19.19 feet; 3. Thence North 38°10'24" East a distance of 24.79 feet the TRUE POINT OF BEGINNING. The above described parcel contains 150 sq. ft. or 0.003 acres, more or less. Basis of Bearings: All bearings are based on the north line of the northeast one -quarter (NE1/4) of said Section 24 as bearing North 88°53'57" East a distance of 2649.21 feet from the north quarter corner, an alloy cap PLS 7242, to the northeast Corner, an alloy cap PLS 29420. 636140 tt10- w For and on the Behalf of Weld County Norman L. Simonson, PLS 28288 12640 West Cedar Drive, Suite F Lakewood, CO 80228 Sheet 1 of 3 WELD COUNTY REAL PROPERTY TO BE ACQUIRED Parcel Number: TCE-2 (EXHIBIT "A") STA. 14+90.00 Rt. to STA. 15+41.00 Rt. FROM Larson Farms, LLC 29470 County Road 66 Gill, CO 80624 FOR Project Code: 19744 Project Number: BRO C030-054 Weld County Bridge 68/59A Replacement Project Project Location: Weld County Road just east of SH 392 Sheet 2 of 3 EXHIBIT "A" PARCEL NUMBER: TCE-2 PROJECT CODE: 19744 PROJECT NUMBER: SHO CO30-054 DATE: March 27, 2017 DESCRIPTION A tract or parcel of land No. TCE-2 of the County of Weld, State of Colorado, Project Code 19063, Project No. SHO CO30-052, containing 0.029 acres, more or less, in the northeast one - quarter (NE1/4) of Section 24, Township 6 North, Range 64 West, of the 6th Principal Meridian, County Weld County, State of Colorado, described as follows: COMMENCING at the north one -quarter corner of said Section 24; Thence North 88°53'57" East along the north line of said northeast one -quarter (NE1/4) a distance of 1168.55 feet; Thence South 01°06'03" East a distance of 30.00 feet Thence North 88°53'57" East a distance of 258.87 feet, to the TRUE POINT OF BEGINNING; 1. Thence North 88°53'57" East a distance of 51.00 feet; 2. Thence South 43°53'57" West a distance of 35.36 feet; 3. Thence South 88°53'57" West a distance of 51.00 feet; 4. Thence North 43°53'57" East a distance of 35.36 feet to the TRUE POINT OF BEGINNING. The above described parcel contains 1,275 sq. ft. or 0.029 acres, more or less. Basis of Bearings: All bearings are based on the north line of the northeast one -quarter (NE1/4) of said Section 24 as bearing North 88°53'57" East a distance of 2649.21 feet from the north quarter corner, an alloy cap PLS 7242, to the northeast Corner, an alloy cap PLS 29420. *04iDo ,u�+ . c � a 28288 H�i(L�� * For and on the Behalf of Weld County Norman L. Simonson, PLS 28288 12640 West Cedar Drive, Suite F Lakewood, CO 80228 Sheet 1 of 3 WELD COUNTY REAL PROPERTY TO BE ACQUIRED Parcel Number: TCE-2A (EXHIBIT "A") STA. 11+95.00 Rt. to STA. 12+60.00 Rt. FROM Larson Farms, LLC 29470 County Road 66 Gill, CO 80624 FOR Project Code: 19744 Project Number: BRO C030-054 Weld County Bridge 68/59A Replacement Project Project Location: Weld County Road just east of SH 392 Sheet 2 of 3 EXHIBIT "A" PARCEL NUMBER: TCE-2A PROJECT CODE: 19744 PROJECT NUMBER: SHO CO30-054 DATE: March 27, 2017 DESCRIPTION A tract or parcel of land No. TCE-2A of the County of Weld, State of Colorado, Project Code 19063, Project No. SHO CO30-052, containing 0.041 acres, more or less, in the northeast one - quarter (NE1/4) of Section 24, Township 6 North, Range 64 West, of the 6th Principal Meridian, County Weld County, State of Colorado, described as follows: COMMENCING at the north one -quarter corner of said Section 24; Thence North 88°53'57" East along the north line of said northeast one -quarter (NE1/4) a distance of 1168.55 feet; Thence South 01°06'03" East a distance of 30.00 feet; Thence South 38°10'24" West a distance of 32.29 feet to the TRUE POINT OF BEGINNING; 1. Thence North 88°53'57" East a distance of 49.31 feet; 2. Thence South 01°06'03" East a distance of 30.00 feet; 3. Thence South 88°53'57" West a distance of 65.00 feet; 4. Thence North 0106'03" West a distance of 10.81 feet; 5. Thence North 83°10'24" East a distance of 24.79 feet to the TRUE POINT OF BEGINNING. The above described parcel contains 1,800 sq. ft. or 0.041 acres, more or less. Basis of Bearings: All bearings are based on the north line of the northeast one -quarter (NE1/4) of said Section 24 as bearing North 88°53'57" East a distance of 2649.21 feet from the north quarter corner, an alloy cap PLS 7242, to the northeast Corner, an alloy cap PLS 29420. ReOlz 28238 . . ... �� ft1�L 11�11� For and on the Behalf of Weld County Norman L. Simonson, PLS 28288 12640 West Cedar Drive, Suite F Lakewood, CO 80228 Sheet 1 of 3 WELD COUNTY REAL PROPERTY TO BE ACQUIRED Parcel Number: TCE-3 (EXHIBIT "A") STA. 9+80.00 Lt. to STA. 13+70.00 Lt. FROM Larson Farms, LLC 29470 County Road 66 Gill, CO 80624 FOR Project Code: 19744 Project Number: BRO C030-054 Weld County Bridge 68/59A Replacement Project Project Location: Weld County Road just east of SH 392 Sheet 2 of 3 EXHIBIT "A" PARCEL NUMBER: TCE-3 PROJECT CODE: 19744 PROJECT NUMBER: SHO CO30-054 DATE: March 27, 2017 DESCRIPTION A tract or parcel of land No. TCE-3 of the County of Weld, State of Colorado, Project Code 19063, Project No. SHO CO30-052, containing 0.270 acres, more or less, in the Southeast one - quarter (SE1/4) of Section 13, Township 6 North, Range 64 West, of the 6th Principal Meridian, County Weld County, State of Colorado, described as follows: COMMENCING at the South one -quarter corner of said Section 24; Thence North 88°53'57" East along the south line of said southeast one -quarter (SE1/4) a distance of 925.41 feet; Thence North 01°06'03" West a distance of 30.00 feet to the TRUE POINT OF BEGINNING; 1. Thence North 43°53'57" East, a distance of 16.97 feet; 2. Thence North 88°53'57" East a distance of 350.00 feet; 3. Thence South 46°06'03" East a distance of 16.97 feet; 4. Thence North 88°53'57" East along a distance of 8.00 feet; 5. Thence North 46°06'03" West a distance of 28.28 feet; 6. Thence South 88°53'57" West a distance of 25.00 feet; 7. Thence North 01°06'03" West a distance of 87.00 feet; 8. Thence South 88°53'57" West a distance of 100.00 feet; 9. Thence South 01 °06'03" East a distance of 87.00 feet; 10. Thence South 88°53'57" West a distance of 225.00 feet; 11. Thence South 43°53'57" West, a distance of 28.28 feet; 12. Thence North 88°53'57" East a distance of 350.00 feet to the TRUE POINT OF BEGINNING. The above described parcel contains 11,756 sq. ft. or 0.270 acres, more or less. Basis of Bearings: All bearings are based on the south line of the southeast one -quarter (SE1/4) of said Section 13 as bearing North 88°53'57" East a distance of 2649.21 feet from the south quarter corner, an alloy cap PLS 7242, to the southeast Corner, an alloy cap PLS 29420. fottfintioN g►L.s�lr MEMORANDUM Date: January 3, 2018 To: Rob Turf, Purchasing Director From: Richard White, Project Manager Don Dunker, County Engineer RE: 2015 Environmental Services — Contract Award (RFP No. B1800036) BOCC Approval Date January 26, 2018 On December 29, 2017 Weld County received eight (8) bids for this project. The bids ranged from $31,090.00 to $34,995.00. The low bid was submitted by Tiglas Ecological Services located in Loveland. The submitted bid was reviewed for errors and completeness. The Public Works Department has worked with Tiglas Ecological Services for the past couple of years and has been very satisfied with the services provided. It is our recommendation to award the 2018 Environmental Services contract to Tiglas Ecological Services in the amount of $31,090.00, and sign the Professional Services Agreement. I1� Ea00-795 WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: rturf(weldgov.com E-mail: reverettc weldgov.com E-mail: mwalersaweldcov.com Phone: (970) 400-4216,4222 or 4223 Fax: (970) 304-6434 DATE OF BID: DECEMBER 29, 2017 REQUEST FOR: ENVIRONMENTAL SERVICES DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B1800036 PRESENT DATE: JANUARY 3, 2018 APPROVAL DATE: JANUARY 17, 2018 VENDOR TOTAL Tiglas Ecological Services 5015 Swainsona Drive Loveland CO 80537 Terracon Consultants, Inc 1289 1st Avenue Greeley CO 80631 Quandary Consultants 2112 Glenarm St Denver CO 80205 AARCHER Inc 88 Inverness Circle East Suite 1-106 Englewood CO 80112 2 Dot Consulting, LLC 2810 North Speer Blvd Denver CO 80211 CTL Thompson, Inc 1971 West 12th Avenue Denver CO 80204 EnviroPlan Partners, LLC 8860 W 13th Avenue Lakewood CO 80215 Smith Environmental & Engineering 250 Perry Lane Dacono CO 80514 PUBLIC WORKS WILL REVIEW THE BIDS. $31,090.00 $32,825.00 $33,100.00 $33,300.00 $34,500.00 $34,845.00 $34,980.80 $34,995.00 920fY- 0657 Hello