Loading...
HomeMy WebLinkAbout20140264.tiffs- /�96.5' BOARD OF COUNTY COMMISSIONERS REVIEW/ WORK SESSION REQUEST RE: Weld County 2017 Geotechnical Testing DEPARTMENT: WELD COUNTY PUBLIC WORKS DATE: 12.12.2016 PERSON REQUESTING: Joshua Holbrook, Weld County Public Works Brief description of the problem/issue: Terracon's agreement for geotechnical testing is in its third and final year, and it will expire on February 23, 2017. Weld County Public Works currently has three projects that are under construction/contract; WCR49 Corridor Project, Wattenberg Water Systems Improvement, and BR. 26/25A replacement. Terracon has been actively involved in these projects, and they will not be completed prior to February 23, 2017. A lot of time and equipment has been dedicated to these projects. Bringing in another testing company and updating them on the current projects will take time and extra funds, especially in the case of the WCR49 corridor project to supply equipment for the field laboratory. A solution for this issues is to renew the Terracon agreement for one more additional year for only the WCR49 Corridor Project, BR 26/25A replacement, and the Wattenberg Water Systems Improvement project at their current 2016 Fee Schedule rates. Public Works will bid out the remaining work for 2017 in January. Attached to this pass around is a copy of the contract extension/renewal from 2016 and the 2016 Fee Schedule. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) The Board may request a work session to discuss this further. Recommendation to the Board: Staff recommends approval for Terracon Consultants, Inc. for one additional year for the WCR49 Corridor Project, Wattenberg Water Systems Improvement, and BR. 26/25A replacement only. Mike Freeman, Chair Sean P. Conway, Pro -Tern Julie Cozad Barbara Kirkmeyer Steve Moreno Attachments: 2016 Fee Schedule 201+extension and renewal CC: Jay McDonald, Director of Public Works Janet Lundquist, Support Services Manager Approve Schedule Recommendation Work Session Comments /-/6--/7 c:20/S- o-2&' CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND TERRACON CONSULTANTS, INC. This Agreement Extension/Renewal ("Renewal"), made and entered into 24 day of February 2017 by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and Terracon Consultants, Inc, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement on February 24, 2014 (the "Original Agreement"), identified as document #8140025/2014-0264. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The current Agreement will end on February 23, 2016. • The original term of this agreement included three one year renewal terms, that three year period ends on February 23, 2017. However, both parties wish to extend the terms of the original contract for a period of one additional year beginning February 24, 2017 and ending February 23, 2018. This extension is only for the WCR 49 corridor project, Br. 26/25A Replacement, and the Wattenberg Water Systems Improvement. The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. The 2016 Fee Schedule of the contract shall remain and is attached hereto and incorporated by reference. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Todd Turney — Terracon Printed Signature /44,47 ATTEST: dadide&k •ve, We l Co ntv,Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Julie A. Cozad, C JAN 1 6 2017 0204 Dotlatfr 6.a -007D 2016 FEE SCHEDULE EXHIBIT A ITEM NO. DESCRIPTION Unit PRICE SOILS 101 Atterberg Limits; Classification, Liquid Limit, Plastic Limit, Plasticity Index Ea. $ 40.00 102 Hveem Stabilometer - "R" Value Ea. $ 249.68 103 Proctor - Standard Ea. $ 60.00 104 Proctor - Modified Ea. $ 60.00 105 Proctor - One Point Check Ea. $ 5.00 106 Nuclear Field Density Test 3 or More Tests Per Trip Ea. $ 30.00 107 Sieve Analysis - (Plus #4 Material) Ea. $ 20.26 108 Sieve Analysis - (#4 to minus 200 Material) Ea. $ 20.26 109 Water Soluble Sulfates Ea. $ 5.00 110 pH Ea. $ 5.00 CONCRETE 201 Standard Concrete Cylinders (Including sampling in Field, Slump, Unit Weight, Yield, Air Content, Temperature, Casting, Curing, Testing and Reporting) (4 cyl. Per Ea.) Ea. $ 104.04 202 Compression Test (Cap, Cure and Break FOB Lab) Ea. $ 10.40 ASPHALT 301 Sieve Analysis - (Plus #4 Material) Ea. $ 20.26 302 Sieve Analysis - (Minus #4 Material) Ea. $ 20.26 303 Specific Gravity and Absorption (Plus #4 Material) Ea. $ 40.00 304 Specific Gravity and Absorption (Minus #4 Material) Ea. $ 40.00 305 L.A. Abrasion Test Ea. $ 118.10 306 Fractured Face Determination 307 Flat and Elongated Particles 308 Maximum Theoretical Specific Gravity for Air Voids (Rice) 309 Lottman (TSR) Test 310 Mix Design Bulk Unit Weight and Hveem Stability Verification 311 Determination of Bitumen Content by Extraction, Gradation Analysis of Extracted Aggregate 312 Determination of Bitumen Content by Extraction 313 Nuclear Field Density Tests (3 or More Tests per Trip) 314 Core Field Samples 315 HMA / Oven Calibration (Each HMA Mix Design) LABORATORY SERVICES 401 Unconfined Compression (Set of 3) 402 One -Dimensional Swell Test HOURLY RATES / MILEAGE 501 Principal Engineer and/or Geologist 502 Geotechnical Engineer/ Department Manager 503 Senior Field Technician 504 Field Technician 505 Mileage Ea. Ea. Ea. Ea. $ 30.00 $ 25.00 $ 78.02 $ 240.00 Ea. $ 223.67 Ea. $ 140.44 Ea. $ 60.00 Ea. $ 30.00 Hour $ 5.00 Inch $ 1.00 Ea. $ 208.07 Ea. $ 31.20 Ea. $ 5.00 Hour $93.63 Hour $ 78.02 Hour $ 57.21 Hour $ 46.81 Mile $ 0.59 NOTE: All prices shall include labor, overtime, cell phone, testing, sampling, reviewing, typing and report writing as needed for each service. The above listed items indicate the most frequently used tests. Each Professional Service agreement may request additional testing services beyond those identified above. 2 RE: Bid #B1400025 Doc #2014-0264 MEMORANDUM TO: Clerk to the Board DATE: February 11, 2016 FROM: Josh Holbrook, Inspection Supervisor SUBJECT: BOCC Agenda Contract Agreement Extension/Renewal with Terracon Consultants for the 2016 Geotechnical Testing. This extension/renewal is for the third and final three-year term limit. M.\Francie\AGENDA memos \AgendaJosh dacx AcycAck— e17-11c CC "PwCr ,5O 2 -fl -I (� BOARD OF COUNTY COMMISSIONERS REVIEW/ WORK SESSION REQUEST RE: Weld County 2016 Geotechnical Testing DEPARTMENT: WELD COUNTY PUBLIC WORKS DATE: 1.28.2016 PERSON REQUESTING: Joshua Holbrook, Weld County Public Works Brief description of the problem/issue: The original agreement for the Geotechnical Testing can be extended from February 24, 2016, to February 23, 2017, as permitted by the contract. This extension would be in the third and fmal year of a possible three-year term limit. The contract also allows for yearly rate adjustments based upon the current Denver/Boulder/Greeley Consumer Price Index, which has projected a 1.30% increase from 2015 to 2016. Terracon did request an increase in price, which averages out to be 0.82% increase for 2016. Attached to this pass around is a copy of the contract extension/renewal, the 2016 Fee Schedule, and a cost comparison from 2015 to 2016. The budgeted amount for 2016 is $350,000.00. Terracon was awarded this contract in 2014 as the low bid contractor and the department has been satisfied with their work. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) The Board may either approve or deny the contract renewal/extension. Recommendation to the Board: I recommend approval for Terracon Consultants, Inc. under the Geotechnical Testing Contract. Approve Schedule Recommendation Work Session Mike Freeman, Chair Sean P. Conway, Pro-Tem Julie Cozad Barbara Kirkmeyer Steve Moreno Attachments 2016 Contract Agreement Extension/Renewal 2016 Fee Schedule 2015-2016 Cost comparison CC: Jay McDonald, Director of Public Works Elizabeth Relford, Engineering Manager Don Dunker, County Engineer jJanet Lundquist, Support Services Manager ri\r Comments CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND TERRACON CONSULTANTS, INC. This Agreement Extension/Renewal ("Renewal"), made and entered into 8 day of February 2016, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and Terracon Consultants, Inc, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement on February 24, 2014 (the "Original Agreement"), identified as document 86140025/2014-0264. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: The current Agreement will end on February 23, 2016. • The parties agree to extend the Agreement for an additional 365 days, which will begin February 24, 2016 and will end on February 23, 2017. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. This extension will be the third and final year of a possible three year contract. 2. The 2015 Fee Schedule of the contract shall be replaced by the attached 2016 Fee Schedule, which is attached hereto and incorporated by reference. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: JIpl(In grav2) Printed N A Controller APPR O AS TO FO County Attorrpey (* 01201- oak, Director of General Services APPROVED AS TO SUBS Elected Off ial 'r Department (( Head ATTEST: d� &15, JeL4,k, Weld County Clerk to thQ Board BY: N K IM lX t11 r al BOARD OF COUNTY COMMISSIONERS WELD COUNTY. COLORADO Mike Freeman, Chair FEB. 1 7 2016 2016 FEE SCHEDULE EXHIBIT A ITEM NO. DESCRIPTION Unit PRICE SOILS 101 Atterberg Limits; Classification, Liquid Limit, Plastic Limit, Plasticity Index Ea. $ 40.00 102 Hveem Stabilometer - "R" Value Ea. $ 249.68 103 Proctor - Standard Ea. $ 60.00 104 Proctor - Modified Ea. $ 60.00 105 Proctor - One Point Check Ea. $ 5.00 106 Nuclear Field Density Test 3 or More Tests Per Trip Ea. $ 30.00 107 Sieve Analysis - (Plus #4 Material) Ea. $ 20.26 108 Sieve Analysis - (#4 to minus 200 Material) Ea. $ 20.26 109 Water Soluble Sulfates Ea. $ 5.00 110 pH Ea. $ 5.00 CONCRETE 201 Standard Concrete Cylinders (Including sampling in Field, Slump, Unit Weight, Yield, Air Content, Temperature, Casting, Curing, Testing and Reporting) (4 cyl. Per Ea.) Ea. $ 104.04 202 Compression Test (Cap, Cure and Break FOB Lab) Ea. $ 10.40 ASPHALT 301 Sieve Analysis - (Plus #4 Material) Ea. $ 20.26 302 Sieve Analysis - (Minus #4 Material) Ea. $ 20.26 303 Specific Gravity and Absorption (Plus #4 Material) Ea. $ 40.00 304 Specific Gravity and Absorption (Minus #4 Material) Ea. $ 40.00 305 L.A. Abrasion Test Ea. $ 118.10 306 Fractured Face Determination Ea. $ 30.00 307 Flat and Elongated Particles Ea. $ 25.00 308 Maximum Theoretical Specific Gravity for Air Voids (Rice) Ea. $ 78.02 309 Lottman (TSR) Test Ea. $ 240.00 310 Mix Design Bulk Unit Weight and Hveem Stability Verification Ea. $ 223.67 311 Determination of Bitumen Content by Extraction, Gradation Analysis of Extracted Aggregate Ea. $ 140.44 312 Determination of Bitumen Content by Extraction Ea. $ 60.00 313 Nuclear Field Density Tests (3 or More Tests per Trip) Ea. $ 30.00 314 Core Field Samples Hour $ 5.00 Inch $ 1.00 315 HMA / Oven Calibration (Each HMA Mix Design) Ea. $ 208.07 LABORATORY SERVICES 401 Unconfined Compression (Set of 3) Ea. $ 31.20 402 One -Dimensional Swell Test Ea. $ 5.00 HOURLY RATES / MILEAGE 501 Principal Engineer and/or Geologist Hour $93.63 502 Geotechnical Engineer/ Department Manager Hour $ 78.02 503 Senior Field Technician Hour $ 57.21 504 Field Technician Hour $ 46.81 505 Mileage Mile $ 0.59 NOTE: All prices shall include labor, overtime, cell phone, testing, sampling, reviewing, typing and report writing as needed for each service. The above listed items indicate the most frequently used tests. Each Professional Service agreement may request additional testing services beyond those identified above. 2 2015 vs 2016 Cost 2015 Unit Cost 2016 Unit Cost Item Item Description Unit Unit Cost Unit Unit Cost % Change 101 Classification Each $ 40.00 Each $ 40.00 0.00% 102 R -Value Each $ 246.48 Each $ 249.68 1.30% 103 proctor - Standard Each $ 60.00 Each $ 60.00 0.00% 104 Proctor -Modified Each $ 60.00 Each $ 60.00 0.00% 105 proctor - One point check Each $ 5.00 Each $ 5.00 0.00% 106 Density test 3 or more per trip Each $ 30.00 Each $ 30.00 0.00% 107 Sieve - Plus #4 Each $ 20.00 Each $ 20.26 1.30% 108 Sieve - #4 to minus 200 material Each $ 20.00 Each $ 20.26 1.30% 109 Sulfates Each $ 5.00 Each $ 5.00 0.00% 110 pH Each $ 5.00 Each $ 5.00 0.00% 201 Standard Concrete Cylinder (Sampling, Slum, Weight, Yield, Air Content, Temperature, Casting, Curing, Testing and reporting) 4 cyl. Per Ea) Each $ 102.70 Each $ 104.04 1.30% 202 Compression Test (cap, cure and Break FOB lab) Each $ 10.27 Each $ 10.40 1.27% 301 Sieve - Plus #4 Each $ 20.00 Each $ 20.26 1.30% 302 Sieve - Minus #4 Each $ 20.00 Each $ 20.26 1.30% 303 SG and absorption (Plus #4 material) Each $ 40.00 Each $ 40.00 0.00% 304 SG and absorption (Minus #4 material) Each $ 40.00 Each $ 40.00 0.00% 305 L.A Abrasion Test Each $ 118.10 Each $ 118.10 0.00% 306 Fractured Face Determination Each $ 30.00 Each $ 30.00 0.00% 307 Flat and Elongated particles Each $ 25.00 Each $ 25.00 0.00% 308 Rice value Each $ 77.02 Each $ 78.02 1.30% 309 Lottman Test Each $ 240.00 Each $ 240.00 0.00% 310 Mix Design Bulk Unit Wight and Hveem Stability Each $ 220.80 Each $ 223.67 1.30% 311 AC Content & Grad Analysis of Extracted Agg. Each $ 138.64 Each $ 140.44 1.30% 312 AC Content Each $ 60.00 Each $ 60.00 0.00% 313 Nuclear Density Test (3 or more test per trip) Each $ 30.00 Each $ 30.00 0.00% 314 Core Field Sample Each $ 5.00 Each $ 5.00 0.00% Inch $ 1.00 Inch $ 1.00 0.00% 315 HMA / Oven Calibration (each HMA Mix Design) Each $ 205.40 Each $ 208.07 1.30% 401 Unconfined Compression (set of 3) Each $ 30.81 Each $ 31.20 1.27% 402 One -Dimensional Swell Test Each $ 5.00 Each $ 5.00 0.00% 501 Principal Engineer Hour $ 92.43 Hour $ 93.63 1.30% 502 Geotechnical engineer/ department manager Hour _ $ 77.02 Hour $ 78.02 1.30% 503 Senior Field Tech Hour $ 56.48 Hour $ 57.21 1.29% 504 Field Tech Hour $ 46.21 Hour $ 46.81 1.30% 505 Mileage Mile $ 0.59 Mile $ 0.59 0.00% Percent Avg. Increase for 2016 0.82% Denver - Boulder - Greeley CPI Projection is 1.30% From: Frank Haug To: Trevor Jiric; inch Holbrook Subject: RE: Terracon Extension Renewal.docx Date: Tuesday, January 26, 2016 9:57:11 AM I agree with Trevor's suggestions, makes sense. Thanks! Frank N. Haug Assistant Weld County Attorney 1150 O Street Mailing Address: P.O. Box 758, Greeley, CO 80632 tel: (970) 356-4000 x4394 fax: (970) 352-0242 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. Original Message From: Trevor Jiricek Sent: Tuesday, January 26, 2016 9:37 AM To: Josh Holbrook <Jholbrook@co.weld.co.us> Cc: Frank Haug <fhaug@co.weld.co.us> Subject: Terracon Extension Renewal.docx Josh, I had a couple of minor suggestions — used redline/strikeout. I presume you'll route via RAPO or discuss in a work session? THANK YOU! RECEIVED FEB 06 &:a WELD COUNTY COMMISSIONERS MEMORANDUM TO: Clerk to the Board DATE: February 5, 2015 FROM: Josh Holbrook, Inspection Supervisor SUBJECT: BOCC Agenda RE: Doc #2014-0264, Bid #B1400025 Contract Agreement Extension/Renewal with Terracon Consultants, Inc. for 2015. One original contract amendment attached. M:\Francie\AGENDA memos \AgentlaJosh. tlocx Cam- a a-ll-Zol5 do/4- oat -9 9lect—i/— E00010 BOARD OF COUNTY COMMISSIONERS REVIEW/ WORK SESSION REQUEST RE: Weld County 2015 Geotechnical Testing DEPARTMENT: WELD COUNTY PUBLIC WORKS DATE: 1.31.2015 PERSON REQUESTING: Joshua Holbrook, Weld County Public Works Brief description of the problem/issue: The original agreement for the Geotechnical Testing can be extended from February 24, 2015, to February 23, 2016, as permitted by the contract. This extension would be in the second year of a possible three-year term limit. The contract also allows for yearly rate adjustments based upon the current Denver/Boulder/Greeley Consumer Price index, which has projected a 2.75% increase from 2014 to 2015. Terracon did request an increase in price, which averages out to be 1.74% increase for 2015. Attached to this pass around is a copy of the contract extension/renewal, the 2015 Fee Schedule, and a cost comparison from 2014 to 2015. The budgeted amount for 2015 is $150,000.00. Terracon was awarded this contract in 2014 as the low bid contractor and the department has been satisfied with their work. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) The Board may either approve or deny the contract renewal/extension. Recommendation to the Board: I recommend approval for Terracon Consultants, Inc. under the Geotechnical Testing Contract. Approve Schedule Recommendation Work Session Barbara Kirkmeyer, Chair Mike Freeman, Pro-Tem Sean P. Conway Julie Cozad Steve Moreno Attachments Comments CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND TERRACON CONSULTANTS, INC. This Agreement Extension/Renewal ("Renewal"), made and entered into 31 day of January, 2015, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and Terracon Consultants, Inc, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement on February 24, 2014 (the "Original Agreement"), identified as document #B140025/2014-0264. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on February 23, 2015. • The parties agree to extend the Original Agreement for an additional 365 dyas, which will begin February 24, 2015 and will end on February 23, 2016. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. The 2014 Fee Schedule of the original contract shall be replaced by the attached 2015 Fee Schedule. 2. The limit of $150,000.00 compensation for this contract remains in effect. • 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: (ra Print Nam F Signature VED STO FUN�i�JlG Controller APPROVID ASTO .• RM: ountyAr' ey APPR•VEDASTOS -: ' CE: ATTEST: Weld Co BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Barbara Kirkmeyer, 026/1- opt& 2015 FEE SCHEDULE EXHIBIT A ITEM NO. DESCRIPTION Unit PRICE SOILS 101 Atterberg Limits; Classification, Liquid Limit, Plastic Limit, Plasticity Index Ea. $ 40 102 Hveem Stabilometer - "R" Value Ea. $ 246.48 103 Proctor - Standard Ea. $ 60 104 Proctor - Modified Ea. $ 60 105 Proctor - One Point Check Ea. $ 5 106 Nuclear Field Density Test 3 or More Tests Per Trip Ea. $ 30 107 Sieve Analysis - (Plus #4 Material) Ea. $ 20 108 Sieve Analysis - (#4 to minus 200 Material) Ea. $ 20 109 Water Soluble Sulfates Ea. $ 5 110 pH Ea. $ 5 CONCRETE 201 Standard Concrete Cylinders (Including sampling in Field, Slump, Unit Weight, Yield, Air Content, Temperature, Casting, Curing, Testing and Reporting) (4 cyl. Per Ea.) 202 Compression Test (Cap, Cure and Break FOB Lab) Ea. Ea. $ 102.70 $ 10.27 ASPHALT 301 Sieve Analysis - (Plus #4 Material) Ea. $ 20 302 Sieve Analysis - (Minus #4 Material) Ea. $ 20 303 Specific Gravity and Absorption (Plus #4 Material) Ea. $ 40 304 Specific Gravity and Absorption (Minus #4 Material) Ea. $ 40 305 L.A. Abrasion Test Ea. $ 118.10 306 Fractured Face Determination Ea. $ 30 307 Flat and Elongated Particles Ea. $ 25 308 Maximum Theoretical Specific Gravity for Air Voids (Rice) Ea. $ 77.02 309 Lottman (TSR) Test Ea. $ 240 310 Mix Design Bulk Unit Weight and Hveem Stability Verification Ea. $ 220.80 311 Determination of Bitumen Content by Extraction, Gradation Analysis of Extracted Aggregate Ea. $ 138.64 312 Determination of Bitumen Content by Extraction Ea. $ 60 313 Nuclear Field Density Tests (3 or More Tests per Trip) Ea. $ 30 314 Core Field Samples Hour $ 5 Inch $ 1 315 HMA / Oven Calibration (Each HMA Mix Design) Ea. $ 205.40 LABORATORY SERVICES 401 Unconfined Compression (Set of 3) Ea. $ 30.81 402 One -Dimensional Swell Test Ea. $ 5 HOURLY RATES / MILEAGE 501 Principal Engineer and/or Geologist Hour $92.43 502 Geotechnical Engineer/ Department Manager Hour $ 77.02 503 Senior Field Technician Hour $ 56.48 504 Field Technician Hour $ 46.21 505 Mileage Mile $ 0.59 NOTE: All prices shall include labor, overtime, cell phone, testing, sampling, reviewing, typing and report writing as needed for each service. The above listed items indicate the most frequently used tests. Each Professional Service agreement may request additional testing services beyond those identified above. 2 2014 vs 2015 Cost 2014 Unit Cost 2015 Unit Cost Item Item Description Unit Unit Cost Unit Unit Cost % Change 101 Classification Each $ 40.00 Each $ 40.00 0.00% 102 R -Value Each $ 240.00 Each $ 246.48 2.70% 103 proctor - Standard Each $ 60.00 Each $ 60.00 0.00% 104 Proctor -Modified Each $ 60.00 Each $ 60.00 0.00% 105 proctor - One point check Each $ 5.00 Each $ 5.00 0.00% 106 Density test 3 or more per trip Each $ 30.00 Each $ 30.00 0.00% 107 Sieve - Plus #4 Each $ 20.00 Each $ 20.00 0.00% 108 Sieve - #4 to minus 200 material Each $ 20.00 Each $ 20.00 0.00% 109 Sulfates Each $ 5.00 Each $ 5.00 0.00% 110 pH Each $ 5.00 Each $ 5.00 0.00% 201 Standard Concrete Cylinder (Sampling, Slum, Weight, Yield, Air Content, Temperature, Casting, Curing, Testing and reporting) 4 cyl. Per Ea) Each $ 100.00 Each $ 102.70 2.70% 202 Compression Test (cap, cure and Break FOB lab) Each $ 10.00 Each $ 10.27 2.70% 301 Sieve - Plus #4 Each $ 20.00 Each $ 20.00 0.00% 302 Sieve - Minus #4 Each $ 20.00 Each $ 20.00 0.00% 303 SG and absorption (Plus #4 material) Each $ 40.00 Each $ 40.00 0.00% 304 SG and absorption (Minus #4 material) Each $ 40.00 Each $ 40.00 0.00% 305 L.A Abrasion Test Each $ 115.00 Each $ 118.10 2.70% 306 Fractured Face Determination Each $ 30.00 Each $ 30.00 0.00% 307 Flat and Elongated particles Each $ 25.00 Each $ 25.00 0.00% 308 Rice value Each $ 75.00 Each $ 77.02 2.69% 309 Lottman Test Each $ 240.00 Each $ 240.00 0.00% 310 Mix Design Bulk Unit Wight and Hveem Stability Each $ 215.00 Each $ 220.80 2.70% 311 AC Content & Grad Analysis of Extracted Agg. Each $ 135.00 Each $ 138.64 2.70% 312 AC Content Each $ 60.00 Each $ 60.00 0.00% 313 Nuclear Density Test (3 or more test per trip) Each $ 30.00 Each $ 30.00 0.00% 314 Core Field Sample Each $ 5.00 Each $ 5.00 0.00% Inch $ 1.00 Inch $ 1.00 0.00% 315 HMA / Oven Calibration (each HMA Mix Design) Each $ 200.00 Each $ 205.40 2.70% 401 Unconfined Compression (set of 3) Each $ 30.00 Each $ 30.81 2.70% 402 One -Dimensional Swell Test Each $ 5.00 Each $ 5.00 0.00% 501 Principal Engineer Hour $ 90.00 Hour $ 92.43 2.70% 502 Geotechnical engineer/ department manager Hour $ 75.00 Hour $ 77.02 2.69% 503 Senior Field Tech Hour $ 55.00 Hour $ 56.48 2.69% 504 Field Tech Hour $ 45.00 Hour $ 46.21 2.69% 505 Mileage Mile $ 0.58 Mile $ 0.59 1.72% Percent Avg. Increase for 2015 1.74% Denver - Boulder - Greeley CPI Projection is 2.75% MEMORANDUM TO: Clerk to the Board DATE: October 1, 2014 FROM: Josh Holbrook, Inspection Supervisor SUBJECT: BOCC Agenda WCR 49 Project Bid #B1400025 Doe #2014-0264 Contract Amendment No. 1 with the 2014 Geotechnical Testing Contract in the amount of $138,780.00 One original contract amendment is attached. d Pane AGENDA memos Agenda.; 'h -I dcce d/ CC: pw C> O10 1°- :1-P4 RECEIVED 0CT 022014 WELD COUNTY COMMISSIONERS cOiy -0GW/ 56 OO7O Contract Amendment No.! Date: September 2nd, 2014 Project: Weld County 2014 Geotechnical Testing Contract Owner: Weld County, Colorado Contractor: "rerracon The following change is hereby made to the Contract Documents: • Hwy 34 and WCR 49 Intersection project — Material Testing: Change to contract amount = $41,365.00 • Weld County Parkway Project (Hwy 34 to WCR 60.5)— Material Testing: Change to contract amount= $97,415.00 CHANGE TO CONTRACT PRICE: Original Contract Price: $30,000.00._ 'Che Contract Price due to this contract amendment will be increased by: $138,780.00 The new Contract Price, including this Change Order, will be: $IGR 780.00 CHANGE TO CONTRACT TIME: The Contract Time will be increased by 0 calendar days. The date far completion of all Work will be: December 31, 2014 RECOMMENDED: Project Manager: Director:__ L'.. L' APPROVALS: Joshua Holbrook, Construction Inspection Supervisor Jay McDonald, Director of Public Works Date: /- lZ_ N Date: /. t Z/'7 Date: 6' _L _ Date: OCT 0 6 2014 O7e/1-/- oat y BOARD OF COUNTY COMMISSIONERS REVIEW/ WORK SESSION REQUEST RE: Weld County 2014 Geotechnical Testing for the WCR 49 Projects DEPARTMENT: WELD COUNTY PUBLIC WORKS DATE: 9.18.2014 PERSON REQUESTING: Joshua Holbrook, Weld County Public Works Brief description of the problem/issue: The 2014 original contract amount for the Geotechnical Testing 2014 was $30,000.00; the additional two WCR 49 projects will add $138,780.00 to the current contract, bringing the total contracted amount to $168,780.00. Attached are the two proposals for the WCR 49/Hwy 34 intersection project and the WCR 49 parkway project (Hwy 34 to WCR 60.5). Terracon was awarded this contract as the low bid contractor in February of 2014 and the department has been satisfied with their work and cost. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) The Board may either approve contract amendment #1 or deny the contract amendment #1. Recommendation to the Board: We recommend approval for contract amendment #1 with Terracon under the Geotechnical Testing Contract. Douglas Rademacher, Chair Barbara Kirkmeyer, Pro Tem Sean P. Conway Mike Freeman William F. Garcia Approve Schedule Recommendation Work Session St- rn� J�tl% Attachments pc: Jay McDonald, Director of Public Works Elizabeth Relford, Transportation Planner Public. Works Don Dunker, County Engineer Janet Lundquist, Traffic Engineer Trevor Jiricek, Director of General Service M:'- Act' ye ProjectsaEngineer,ng On -Call Sera icesGeotechnical'2014 ertacon`Contract Amendment\Contract Amendment Nn 1 doer Comments MEMORANDUM TO: Clerk to the Board DATE: February 19, 2014 FROM: Josh Holbrook, Inspection Supervisor SUBJECT: BOCC Consent Agenda RE: Bid#B1400025 Attached is the Notice of Award and Agreement for the 2014 Geotechnical Testing Services awarded to Terracon Consultants, Inc., in the amount of $23,665.00. CTB, please fill in the date the agreement was signed. One original is attached. M:\Francie\AGEN DA memos \AgendaJosh . do cx C10 vianu Q Ce.'r N/rji)) 07-o?5-aD/y 020/ 60240(/ E-6co-70 AGREEMENT FOR PROFESSIONAL SERVICES /�J/ii THIS AGREEMENT is made and entered into this ol7 day of /bruarq , 2014, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Terracon Consultants, Inc., [an individual], [a limited liability partnership] [a limited liability company] [a corporation]whose address is 1289 First Avenue, Greeley, CO 80631, hereinafter referred to as "Contract Professional 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. Exhibit A consists of County's Request for Proposal (RFP) as set forth in "Bid Package No. B. 1400025 ". 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. WITNESSETH: WHEREAS, County desires to retain Contract Professional as an independent contractor 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. NOW THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Engagement of Contract Professional. County hereby retains Contract Professional, and Contract Professional hereby accepts engagement by County upon the terms and conditions set forth in this Agreement. 2. Services to be Performed. County and Contract Professional acknowledge and agree that each document listed above is an integral component of this Agreement, and consent and agree that County's requirements are accurately reflected in Exhibit A and Contract Professional's willingness and ability to meet those requirements are accurately reflected in Exhibit B. Contract Professional acknowledges that Exhibit A contains highly important forms and/or documents, some of which must be completed subsequent to the execution of this Agreement, and further acknowledges that those forms requiring completion by Contractor shall be completed to the satisfaction of County at the time and in the manner required by County. Contractor further acknowledges that a failure to comply with any of the requirements of Exhibit A and B may result in County's decision to withhold payment. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contract Professional's completion of the responsibilities described in Exhibits A and B. In no event shall this Agreement continue beyond one year from County's execution of the Agreement unless the parties specifically agree to a continuation in writing. 4. Compensation. A. Upon Contract Professional's County agrees to pay Contract Professional for services performed as set forth in Exhibits A and B, and at the rate of set forth in Exhibit B. Charges shall be based on the time actually spent performing the services. B. 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. C. 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. D. Payment for services and all related expenses under this Agreement shall not exceed the amount set forth in Exhibits A and B. 5. Additional Work. 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. Independent Contractor. Contract Professional shall perform its duties hereunder as an independent contractor and not as an employee. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Neither Contract Professional nor any agent or employee of Contract Professional shall be deemed to be an agent or employee of County. Contract Professional and 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 (b) provide proof thereof when requested to do so by County. 7. 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. This includes, but is not limited to, reports, data, plans, drawings, records and computer files 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. 8. Termination Provisions. A. County has the right to terminate this Agreement, 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 materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the Manager. B. 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 materials 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 Manager approves in writing which he 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, C. 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." D. 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 as described herein. 9. Warranty. Contract Professional warrants that 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 shall faithfully perform the work in accordance with the standards of care, skill, training, diligence and judgment provided by highly competent individuals and entities that perform services of a similar nature to those described in this Agreement. 10. 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 its professional services. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of covenant 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; and 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, any professional services performed 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. 11. Insurance and Indemnification. Contract Professional stipulates that it has met the insurance requirements identified in Exhibit A. 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 Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. Contract Professional shall defend, indemnify and save harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character brought because of Contract Professional's acts, errors or omissions in seeking to perform its obligations under this Agreement. 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 Contract Professional in its provisions of the materials required herein; or through use of unacceptable materials and/or materials not identified in Exhibits A and B; or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. County may retain as much of any moneys due Contract Professional under any this Agreement as may be determined by it to be in the public interest. By execution of this Agreement, Contract Professional has agreed to secure and maintain the insurance required by the terms of Exhibit A. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 12. Non -Assignment. Contract Professional may not assign or transfer this Agreement, any interest therein or claim hereunder, without the prior written approval of County. Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior approval of 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. 13. Time of the Essence. Time is of the essence in each and all of the provisions of this Agreement. 14. Examination of Records. Contract Professional agrees that any duly authorized representative of County, including the County Auditor, shall, until the expiration of five (5) years after the final payment under this Agreement, have access to and the right to examine and audit any financial and non -financial books, documents, papers and records of Contract Professional, involving all matters and/or transactions related to this Agreement. 15. 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. 16. Notices. Any notice required to be given under this Agreement shall be in writing and shall be mailed or delivered to the other party at that party's address as stated above. 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 David Bauer, Director, Weld County Department of Public Works, or his designee. 17. 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. 18. 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. 19. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto. (each of which is specifically incorporated herein) contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiation, representation, and understanding 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. 20. 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. 21. Employee Financial Interest/Conflict of Interest. C.R.S. 4424-18-201 et seq. and 624-50-507. The signatories to this Agreement aver that to their knowledge, no employee of County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. Contract Professional has no interest and shall not acquire any interest direct or indirect, which would in any manner or degree 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 conflict with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. 22. 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. 23. 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. 24. 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. 25. 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. 26. 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. 27. Public Contracts for Services. C.R.S. 48-17.5-101. Contract Professional certifies that Contract Professional is not an illegal immigrant. 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 and 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 of the Department 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 sub -contractor that fails to certify with Contract Professional that the sub -contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional (a) shall not use E -Verify Program or Department program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed, (b) shall notify the sub -contractor and Weld County within three (3) days that Contract Professional has actual knowledge that a sub -contractor is employing or contracting with an illegal alien and (c) shall terminate the subcontract if a sub- contractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice, and (d) 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 Department program, 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 Department 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 damages. 28. Official Engineering Publications: Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Compensation. 29. Compliance with Colorado Department of Transportation Regulations and Standards Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M 8c S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and Contract Professional agrees to meet or exceed all standards set by these publications. Contract Professional further acknowledger and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Contract Amount. 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. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date and year written below. CONTRACT PROFESSIONAL: By: Name: ..l Title: ) tLr,4 e` a-- � ti k r Date z/i//ui i v ATTEST: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO . ict) ;� Dou las Rad macher, Chair Weld County Clerk to the Board BY Deputy CI ik to the Board FEB 2 4 2014 EXHIBIT A Purpose Weld County is soliciting proposals for material testing services to supplement Weld County's needs. One consultant will be selected for the Geotechnical Services as described below. Scope of Services The services will generally consist of geotechnical and construction material testing services. Weld County Public Works - Engineering has several projects in 2014 which may require geotechnical services. An example of the tests required for these projects are asphalt extraction and gradation, sampling aggregate at an asphalt plant or borrow source sites and administering the relevant testing typically associated with those materials, physical property and strength tests on concrete and soils tests such as proctors and nuclear field density tests. The testing frequency will be as specified in the "CDOT Field Materials Manual — 2014", unless otherwise noted. Whenever possible, Weld County will observe a minimum of 24 hours of notification prior to any request of testing services. However, any of the above mentioned tests could possibly be requested on short notice (2 to 12 hours) for concrete and asphalt tests and (2 to 4 hours) for soils tests and often response time may need to be within one to two hours. A field copy of the physical property concrete tests will need to be left on site with the County representative at the time of the test. A prompt verbal (phone) notice on all noncompliant tests will be required immediately after tests are completed. All tests will be followed up with a hard copy of test results including a comparison to the specifications for that particular project, indicating any test results that are out of specification. As directed by the Project Manager, and on continuous projects, out of specification tests shall be tracked until a passing test is achieved and documented as an acceptable retest. The hard copies shall be submitted within 48 hours. Weld County will accept emailed Adobe (pdf) files as final documentation, with the understanding that an authentic signature could possibly be required if the test results are contested. It is expected that all costs such as mileage, labor, equipment, typing, reviewing, and report writing to be included in all prices submitted. Typically it is anticipated that the construction hours for Weld County involved projects will be from 7:00 AM to 6:00 PM - Monday through Friday. The cost of performing tests during the normal work hours should be included in the unit price for each test. The County will give the consultant 48 hours notice for weekend test. Time allowed for field test without standby time being charged: Concrete Physical Property Tests Nuclear Asphalt Densities Nuclear Soils Densities Asphalt Content Sample Schedule Advertisement: Published: Greeley Tribune Proposals Due to Purchasing: Proposal Accepted by BOCCI January 8, 2014 January 28, 2014 February 12, 2014 45 Minutes per test 15 Minutes per test 15 Minutes per test 30 Minutes per test Weld County Contact Questions related to the project and procedures should be directed to: Joshua J. Holbrook — Construction Inspection Supervisor Weld County Public Works 970.304.6496, ext. 3734 jholbrook@co.weld.co.us BID NO # B1400025 Page 11 Terms and Conditions All Consultants will be required to sign Weld County's Professional Services Agreement (work order type). A sample contract is included in this document. These agreements will dictate procedures for establishing and executing work order type contracts. The payment for services shall be based on unit prices and reimbursement rates for completed services as described under the Scope of Services. The Professional Services Agreement shall commence approximately February 2014 and continue in full force and effect for one year. At the option of the County, the Professional Services Agreement may be extended for up to two (2) additional years. Increases in the Cost and Mileage Fees may be negotiated for subsequent renewal of the second and third additional one-year periods. Price changes in the fee schedule will be negotiated by and agreed to by both parties and any increases shall not exceed the Denver -Boulder, Greeley CPI Index. The Contract may and will be used at the option of other Weld County Departments. Use of Subcontractors The Consultant shall indicate in their proposal any work intended to be performed by subcontractors or persons outside of the firm. The Consultant shall name the subcontractors, if known at the time the proposal is submitted. If the names of subcontractors are not presented in the proposal, the County reserves the right of approval or rejection. BID NO # 81400025 Page 12 EXHIBIT B: FEE SCHEDULE Item No. Description Unit hst; Quantity' Unit Price Total Price Soils Atterberg Limits, Classification, 101 Liquid limit, Plastic Limit, Plasticity Ea. Index 102 Hveem Stabilometer - "R" value Ea. 103 Proctor - Standard Ea. 104 Proctor - Modified Ea, 105 Proctor - One Point Check Ea. Nuclear Field Density Test 3 or More 106 Test per Trip. (40 Miles round trip Ea. from PW office) 107 Sieve Analysis - Plus #4 material Ea. 108 Sieve Analysis - #4 to Minus 200 Ea Material 109 Water Soluble Sulfates Ea. 110 pH Ea. 201 202 Standard Concrete Cylinders (including sampling in Field, slump, Unit Weight, Yield, Air Content, Temperature, Casing, Curing, Testing and Reporting) (4 cyl. Per Ea.) Compression Test (Cap, Cure and Break FOB lab) Concrete Ea. Ea. Asphalt 301 Sieve Analysis - Plus #4 material Ea. 302 Sieve Analysis - Minus #4 material Ea. Specific Gravity and Absorption (Plus #4 material) Specific Gravity and Absorption (Minus #4 material) 305 LA Abrasion Test 303 304 306 Fractured Face Determination Ea. Ea. Ea, Ea. 4 $40 $1.60 7 $ 240 $ 1,680 2 $60 $120 2 $ 60 $ 120 1 $5 $5 5 $ 30 $ 150. 1 $_20 $ 20 1 $20 $20 1 $5 $5-_ 1 $5 $5 5 $ 100 $ 500 10 $,10 $ 100 5 5 5 5 4 4 $20 $100 o≤: $ 20 $ 100 . $ 40 $ 200 $ 40 $ 200 $ 115 $ 30 $ 460 $ 120 BID NO # 81400025 Page 13 307 Flat and Elongated particles Ea. 308 Maximum Theoretical Specific Ea Gravity for Air Voids (Rice) 309 Lottman (TSR) Test Ea. 310 Mix Design Bulk Unity Weight and Ea. Hveem Stability verification Determination of Bitumen Content by 311 Extraction, Gradation Analysis of Ea, Extracted Aggregate 312 Determination of Bitumen Content by Ea. Extraction Nuclear Field Density Test 3 or More 313 Test per Trip. (40 Miles round trip Ea. from PW office) 314 Core Field Samples Hour 315 inch HMA I Oven Calibration (Each HMA Mix Design) 6 4 16 4 2 45 6 5 6 Ea. Laboratory Services 401 Unconfined Compression (Set of 3) Ea. 402 One -Dimensional Swell Test Ea. 20 5 Hourly Rates / Mileage 501 Principal Engineer and/or Geologist Hour 502 Geotechnical engineer / Department Hour manager 503 Senior Field Technician Hour 504 Field Technician Hour 505 Mileage Mile 15 25 30 $ 25 $ 100 $ 75 $ 1,200 $ 240 $ 960 $ 215 $ 430 $ 135 $ 6,075 $ 60 $ 360 $30 $150 $5 $5 $1 $6 $ 200 $ 1,200 $30 $600 $5 $25 $ 90 $ 1,350 $ 75 $ 1,875 $ 55 $ 1,650 70 $ 45 $ 3,150 800 $ 0.58 $ 464 NOTE: Al! prices shall include labor, overtime, cell phone, testing, sampling, reviewing, typing and report writing as needed for each service. The above listed items indicated the most frequently used tests. Each professional Service agreement may request additional testing services beyond those identified above. BID NO # 61400025 Page 14 ACORD,. CERTIFICATE OF LIABILITY INSURANCE t/vzo15 DATE(MM/Do/YYYY) 2/13/2014 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 POL CIES 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 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 PCity Lockton Companies, LLC-1 Kansas 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 CON FACT NAME: PHONE E R): I. (NC, No): E-MAIL ADDRESS: INSURERISI AFFORDING COVERAGE NAIC # INSURER A: AIG Specialty Insurance Company 26883 INSURED TERRACON CONSULTANTS, INC. 1312893 12891ST AVE GREELEY CO 80631 INSURER B:Trvcicrs Property Casualty Co of America 25674 INSURER C: The Travelers Indemnity Company 25658 INSURER D: Lexington Insurance Company 19437 INSURER E: The Charter Oak Fire Insurance Company 25615 INSURER F: REVISION NUMBER: XXXXXXX 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 OFINSURANCE AWL BIER SUER WVD POLICY NUMBER POLICYEFF (MMIDD/YYYYIIMMIDD/YVYY), POLICYEXP LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY y y PROP3779274 1/1/2014 1/1/2015 EACH OCCURRENCE $ 1,000,000 RENTED PREMISES TOence) 5 300,000 MEDEXP(Any one person) $ 5,000 I CLAIMS -MADE X OCCUR PERSONAL 8, ADM INJURY $ 1,000,000 X CONTR'LLIABILITY GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 GEN'L AGGREGATE ALIMIT APPLIES PER: 7 POLICYI n PRO in LOC 5 B B AUTOMOBILE X X X LIABILITY ANY AUTO ZIT&A/NED HIRED AUTOS X AUT0PULED AUTOSWNED N y TC2J-CAP-131J3858 TJBAPI3113895 1/1/2014 1/1/2014 1/1/2015 1/1/2015 IEa acccdentSINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ XXXXXXX BODILY INJURY (Per accident $XXX)CX PROPERTY (Par $ XXXXXXX $ XXXXXXX UMBRELLA LIAB EXCESS LIAB _OCCUR CLAIMS -MADE NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX AGGREGATE $ XXXXXXX $ OED I I RETENTION $ C E WORKERS COMPENSAT ON AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNERIEXECUTIVE OFF CERIMEMBER EXCLUDED? (Mandatory in NW DESCRIPTION OF OPERATIONS below YIN N NIA y TRKUB131J3846 (AZ,MA,WI) TG2OUB131.13742('4G5) 1/1/2014 1/1/2814 1/1/2015 1/1/2015 WC STATU- OTH- X TORY LIMITS FR E.L. EACH ACCIDENT $ 1,000,000 EL. DISEASE- EA EMPLOYEE 5 1,000,000 E.L. DISEASE- POLICY LIMIT $ 1,000,000 D PROFESSIONAL LIABILITY N N 26030216 1/1/2014 1/1/2015 $1,000,000 EACH CLAIM &$1,000,000 ANNUAL AGGREGATE DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES /(Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE: PROJECT 421141013; WELD COUNTY LAB TESTING. THE BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO, BY AND THROUGH ITS DIRECTOR OF GENERAL SERVICES ARE ADDITIONAL INSUREDS AS RESPECTS TO GENERAL LIABILITY, THIS COVERAGE IS PRIMARY AND NON-CONTRIBUTORY AS REQUIRED BY WRITTEN CONTRACT WAIVER OF SUBROGATION APPLIES TO GENERAL AND AUTO LIABILITY AND WORKERS COMPENSATION WHERE ALLOWED BY STATE LAW AND AS REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION 12783213 WELD COUNTY PUBLIC WORKS 1111 H STREET GREELEY CO 80632 ACORD 25 (2010/05) 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 nat© 9 8.2 Dl ORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORD NOTICE OF AWARD 2014 Geotechnical Testing Service To: Todd A. Turney Terracon Consultants, Inc 1289 First Avenue Greeley, Colorado 80631 Project Description: 2014 Geotechnical Testing Service You are hereby notified that your Bid/Proposal has been accepted in the amount of $23,665.00 or as shown in the Bid Schedule. You are required by the Instructions to Bidders to execute the Agreement and furnish the required Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Insurance within ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your bid as abandoned. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this 13 day of February , 2014 Weld County, Colorado, Owner DO.* signed by le<b MW b., It DkdUS, N.+[U, d<-WElgd<-CO,..We d //1/ �/ J <-Canty...PWlk Wnil4e.11S.,<m1mA lielbodg By oa4:alaotll tzmM.orar Josh Holbrook, Construction Inspection Supervisor ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by I e r ru rePA (ILA z U rte -, 1"51 i v, C_ (Contractor) Dated this J 4I -11-t day of By: 7 'i'bd(� (.1 rifle ,20 Title: VPp k rT`ly'1 e i MEMORANDUM TO: Marcia Walters, Purchasing Department DATE: February 5, 2014 Rose Everett, Purchasing Department FROM: Joshua Holbrook, Public Works Department SUBJECT: 2014 Geotechnical Testing Service, No. B1400025 Bids were received and opened on February 28, 2014 for the Geotechnical Testing Service contract. Nine bids were received and the amounts ranged from $23,665.00 to $46,200.00 with the lowest bid submitted by Terracon. The low bid is within the 2014 estimated budget for this contract; therefore, it is my recommendation to award the project to Terracon for a total amount of $23,665.00. The Public Works Department has used Terracon in the past and they are a reputable company. pc: Trevor Jiricek, Director of Environment Health and General Services Dave Bauer, Public Works Senior County Engineer Curtis Hall, Public Works Motor Grader Supervisor Elizabeth Relford, Public Works Transportation Planner Janet Lundquist, Public Works Traffic Engineer ZL1`A - 0Z(ok Ck- O6 -9-O 2014 Geotechnical Testing Service (Proposal No. B140025) Total Price 8 882888888 8 8 388 8 83 $ 1,500.00I $ 2,000.00 8g. itrul $ 320.001 $_ _ 32,385.00 8 8 8 300.00 $ 4,055.00. 8 8 8 888888sss ., r 2228 s 8 8 8 888888888 rr rr„o 8 8 888g H 8 38 88 „ 600.00 $ 29,983.00 IEngineering Est. N R88882082 8 r e 8 m 8 88888888 r 8 8 m 8 8 $ E 888888888 li $ 14.00 $ 140.00 20.001 5 4200 $ 490.00 $ 27.25200 - y` $ 225.00 ',.. 80.00 I $ 45.00 45.00 300.00 250.00 s TT 88 175.00 225.00 s s 88 88 3 8 88 $ 400.00 X15,810.00 s 8 y888 84.00 25.00 888 m2 35.00 45.00 SPSRS 8 s sss8 8 s 8 65.00 65.00 88 Total Price s 8 88 8,88888 e mg 00'5 $ 00'02 $ 8 8 6 8 2re8Smr 88888 240.00 215.00 8,8,'•4 8 m 88 d< ,Nn,g888 8 8, e e, -•..e e r ee 8 8 22 21 w wwwww]ilwwww wwwwwwwww w w w =$ tri Mileage 505 ) Mile I dI .r,:�_, !I 2 2 mmmmmmmmm m '" 2 2 R P, F, Atli Limits, Classification, liquid limit, P.4 PI Proctor. Standard Protlar-Mod�Oetl Proctor - One Point Check (Water Soluble sulfates V concrete Cylinders )Sampling and all Testing, 4 mat Per Trip) - Sieve Analysis- Minus 5*4 rS.G, musorption )Phis p4 Material) 5.0. Absorption )Minus 414 Material) !Lp Abrasion Teo Fractured Face Determination Flat Value ea Parades Rice VValue Latlman Te[ Mix Oesign Bulk Unit Weight & Hveem Stability Verification 5 Bien Leusmen Dy �x Density Tent 3 ar more Per Trip Core Held Samples NMA /Oven Calibzauon (EacF HMA Mix Design) Laboratory Services rem, Ined Compression) Set mat one-Dlmenslonal Swell Test oigm no/or lo5ist Geotechnical Engineer/ Department Manager Fe ld lechid ci:nuni"an Fleur mmmaan ff 2014 Geotechnical Testing Service (Proposal No. 81400251 n 222 388683388 mmm ./. NN0 5 200.00 $ 4,000.001 I $ 2,250.00 $ 3,125.00 999 5 462nn nn E e m ry ti „N . m ry ry d° add P.: S e 8 n 8S88 .. „^' S did Pdn Pd e.. ITotal Price N N.n .n u�.n �nNN.n u. un NNVr u�N NNN $ 1,500.00 5 75000 N NNNN .n NN $ 2,475.00 3,125.00 $ o .n �n 350.00 5 42.770.00 1 American GeoservIces. LLC $ 45.00 40.00 S aN ITotal Price $ 3,150.00 200,00 NNNNN.nN N N 83 NN 200.00 250.001 NNNN�n N N NNV�.n �n NN e2 $ 1,350.00 $ 2,500.00 NN $ 480,00 $ 36,710.00 C r „gFA ., 2 a v .. $69996992) ....a ry .... m m 9 e2 00'DDL $ I oo'oor 5 $ 250.00 250.00 250.00 250001 400.00 5 750.00 wm n 400,00 5 34,715.00 0 m ddoiddcidd """9229 n" 000000000 w v m n m .r m �n r nn w in n n r r a Total Price n mmry 5 15,00 I $ 150,00 Xnmmvry n.. = 330,00 5 760.00 e — 2,25000 3.000.00 .,m in ----- 0,---- — in — — — .n Vr N N Est. Quantity 45 w w vv w u w j w w w w w w w w w w w w w 9 w w w w w ... xgdi j x x x x mume5c 505 Moe 1 ti 1. .+.....+.+.+.. .4 n ry n mmm mmm '21mm m m mmm m m m vl mi Description Ted m ff 6 9 , . pue IPmRor-One Point Check 2. rQ I Water Sol narySIS- Minus as Soluble Sulfates Concrete Gtandam concrete cylinders (Sampling and all Testing, 4 cyl. Per Trip) nin S0rptl on tows 04 Material) 5,0, Absorption (Minus 04 Material) LA carrion Test Fractured Face Determination C¢ Mix Design Bulk Unit Weight & Sorem Stability Verification e,Oumen Content by Extractmn, Gradation Analysis of Extracted Agg. O1umen content by F#racot Density Test 3 or more Per Trip Care Field Samples NMA / Oven Callbra0on (Leen NMA Mix Design) f- ru nl ompre ion Me or 3l One-Dlmensional Swell Test 411 Hourly rates/ Mileage Prinaple Engineer and/or Geologist Geotechnical Engineer/ Department Manager _ nu. WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E -Mail: mwaltersr7a,co.weld.co.us E-mail: reverettco.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: JANUARY 28th, 2014 REQUEST FOR: GEOTECHNICAL TESTING SERVICES FOR 2014 DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B1400025 PRESENT DATE: JANUARY 29TH, 2014 APPROVAL DATE: FEBRUARY 121)1, 2014 VENDORS TERRACON CONSULTANTS INC 1289 1sT AVENUE GRELEEY CO 80631 GROUND ENGINEERING CONSULTANTS INC 2468 3 9TH STREET LOVELAND CO 80537 AMERICAN GEOSERVICES LLC 81 EMAGNOLIA ST #D250 FT COLLINS CO 80524 GEOCAL INC 542 W 66TH AVENUE UNITE B-2 LOVELAND CO 80538 NINYO & MOORE 6001 S WILLOW DR SUITE 195 GREENWOOD VILLAGE CO 80111 VINE LABORATORIES INC 4700 NATIONAL WESTERN DR UNIT A DENVER CO 80216 KUMAR & ASSOC INC 1708 EAST LINCOLN AVE #3 FT COLLINS CO 80524 CESARE INC 7108 SOUTH ALTON WAY BLDG #B CENTENNIAL CO 80112 CTL/THOMPSON 351 LINDEN ST SUITE 140 FT COLLINS CO 80524 ***PUBLIC WORKS IS REVIEWING THE BIDS AT THIS TIME. THERE ARE SEVERAL DIFFERENT FEES THAT WERE PART OF THIS BID; SO A COST COMPARISON WILL BE DONE BY THE DEPT. THIS BID MAY BE EXTENDED FOR UP TO TWO (2) ADDITIONAL YEARS*** 2014-0264 I/�9pD )q Eel 0070 Hello