Loading...
HomeMy WebLinkAbout20143764.tiff ��� ��� MEMORANDUM �' TO: Esther Gesick, CTB DATE: Januar 26 2016 �..r_-_'},�'` y � ��`_�-- -- N T Y ,__G o�. FROM: Clay Kimmi, P.E., Public Works SUBJECT: Contract Renewal for Flood Repair Consulting — Bohannan Huston, Inc. Please place the attached contract renewal on the BOCC Agenda. Please return a copy of the agreement to me so I can forward to the contractor. The item is for the renewal of the Bohannan Huston, Inc. (BHI) contract for flood recovery consulting. BHI is currently providing design services for flood damages on BR54-13A. The pro;ect is expected to be completed by the end of 2017. The BOCC has been provided a pass around. They approved the pass around on January 25, 2016. A copy of their approval has been included with this packet. Frank Haug from the County Attorney's office reviewed the contract prior to the bid being advertised. Trevor Jiricek from the Purchasing Department also reviewed the contract prior to the bid being advertised. I will plan on attending the BOCC hearing to answer any questions that the Board may have regarding this agreement. RECEIVED JAN 2 7 20� WELD COUNTY COMMISSIONERS ���� �� � � �_ ,� �� ��,� aay-3 C�- � � ��'� a�� � �� �Goo-� �J���� a� � B�oo�s Page 1 of I M:\Weld County Flood 2013 Version 2\Consultants\BHI Work Orders\2016 Contract Renewal\Flood Contract Renewal Memo to BOCC.docx BOARD OF COUNTY COMMISSIONFRS PASS-AROUND REVIEW/WORK S�SSION REQUEST RE:CONTRACT ENGINEE�ING itF�NF�1�',�I.� F�C}R I�I,t�C)C► R��+(��l'�ItY E'Rt�JLCT� DEPARTME;NT: Public Works DAT� January 2Q_2416 PEKSON REQUE�TiNG, Clay Kimmi Brief descriptioa of the problem/issue: Public Works is workina to tinish up 4 flood recovery projects. We are currently in the engineerrng phase of 3 FHWA projects (BR54-13A, BR27.5-48A, and BR53-58A). All of the projects must follow the CDOT Local Agency process which has resulted in the additional engineering and plan revie�v timeframes. One FEMA project{BR87-47.SA) is still waiting on FEMA approval. Ali engineering work has been compEeted for this project and it is ready to go out to bid. Atkins would possible be retained to assist with construction inspection if FEMA approves the project. BR54-13A is in the final engineering phase. BR54-13A is anticipated to be ready for bid in late falt, 2Q16 with construction occurring in the winter of 2016 and 2017. BK27.5-48A is waiti�g on CDOT to issue a concurrence to award a contract and should be completed by the end of 2016. BR53-58A is nearing completion on the preiiminary engineering phase. The final engineering phase is expected to be comptete in the fall of 2016, right of way acquis'rtion and environmental permitting is anticipated to be complete by the middle oF2017,the bid is expected to be out by (ate fall 2017,and construction is expected ko occur between the end of 2017 and the end of 2018. Public Works is asking the BOCC to approve the contract engineer's contracts through the end of the anticipated construction phases. Bohannan Huston's (E3HI) contract would be continued to January 13,2018 and Atkins' contract would be continued to January 13,2019. As part of the contract renewal, each engineering company has provided an updated rate schedule. Two of'Atkins' positions have seen an increase in the hourly rate of approximately 3°/a while the remaining positions have not seen a rate increase. E3H1 has increased their hourly rates across the board an average of 4% bu[ this is the first rate increase since BHI signed their contract in January 20(4. E3ase Tactical has indicated the rate increases are allowed by FEMA and FHWA and should pose no issues with the reimbursement process. The contract extension forms have been reviewed by Purchasing and the County Attorney's offices. What options exist for the Board? (Include consequences, impacts,costs,etc.of options) L Extend the Atkins contract to January 13,2019 and the BHt contract to January 13,2018. 2. Continue to extend the Atkins and Bi-{I contracts on annual basis thr�ugh the completion of the projects. 3. Disc�ntinue the Atkins and BHI contracts and complete thP flood recovery designs using new engineering consultants. Recommendatian: In order to ensure the Atkins and BHI contracts do not lapse, Public Works recommends that the BOCC extend the contract for Atkins to January 13,2019 and the BHI contract to January 13,2018. Approve Schedule Recommt�r���Ci�n Wark Session Other;Comments: Mike Freeman,Chair rn� Sean P. Conway, Pro-Tem � Julie A.Cozad C�,����ti�✓ � F3arbara Kirkmeyer �m'� Stcve Moreno �� M�.\FORMS\Work$ession-passamimd201G doc =�M�' CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS ' 1 ' AND BOHANNAN HUSTON, INC. This Agreement Extension/Renewal("Renewal"), made and entered into�day of � 2016, by and between the Board of Weld County Commissioners,on behalf of the Weld County Department of Public Wor s, hereinafter referred to as the"Department",and Bohannan Huston. Inc.,hereinafter referred to as the"Contractor". WHEREAS the parties entered into an agreement(the"Original Agreement")identified by the Weld County Clerk to the Board of County Commissioners as document No.2014-0117,approved on January 13,2014. 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 13,2015. • The Original Agreement was amended on December 8,2014 to extend the contract to January 13,2016. The document number is 2014-3764. • The parties agree to extend the Original Agreement for an additional 2-year period,which will begin January 13,2016,and will end on January 13,2018. • 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. Update Exhibit C to the Agreement to delete the Contract Professionai's rate schedule and replace it with the Contract Professional's updated rate schedule,which is attached hereto and fully incorporated herein. 2. Update the Contract Professional's Certificate of Insurance. • All other terms and conditions of the Origina�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: L�h��-�-A � . �.��-, � , � vP, ����,�.�,��:� �,t�ti, r,�( Printed Name -���-1'--U;GL� � ; , Sign ture ATTEST: �/,,Q�y�f G �•� BOARD OF COUNTY COMM1SS10NERS Weld o m y Clerk to the Bo rd WELD COiJNTY,COLORADO ��� �4 1 �-�.- BY: Deputy Clerk t the Board � Mike Freeman, Chair FEB 0 1 2016 APPROVED AS TO,FUNDING: ��� APPR9VED AS SUB� TANCE: _�,� 'r:r+'� r f W.�,6�1�4L.���, , _ ~ � Controller � Elected O �l or D ent ad APPRO AS TO ORM: ��� � Director of General Services County Attorney ao i�� ,37�� BOHANNAN HUSTON, INC. FEE SCHEDULE AUGUST 1, 2015 HOURLY RATES/LEVEL PROFESSIONAL 1 2 3 4 5 6 7 En ineer $95 $105 $125 $145 $165 $205 $235 Surve or $9� $145 $925 $145 $165 $245 $235 Photo rammetrist $95 $105 $125 $145 $165 $205 $235 Pro rammer/Anal st $11Q ��12Q $�135 $�155 $175 $210 $245 Systems&Technical Manager Computer, CADD, Spatial Data, Photo rammetric, Multi-Media $'1t1� $'11� $'13Q $�145 $�165 $245 $235 Architect/Planner $90 $95 $1'10 $725 $140 $175 $245 Systems/Technical Analyst Com uter S stems, Hel Desk Su ort $70 $8{? $95 $11Q $130 $150 $185 Engineering Technician En ineerin Desi ner, CADD Consultants $70 $75 $8U $9fl $1Q0 $°i15 $'135 Construction Observer $7{? $75 $80 $90 $10Q $115 $135 Graphics Specialist Multimedia,Animation,Visualization S ecialist $70 $75 $80 $8{? $'i(}0 $°f45 $135 Geospatial Analyst Ma in , Photo rammet , GIS S ecialist $7� �75 $8� $94 $'1Q0 $115 $135 Survey Technician Part Chief, Instrument Person, Surve S ecialist $7� $75 $8i} �9t7 $1a0 $115 $135 Materials Technician $5d3 $55 $6�3 $65 $7{� $75 $80 Administrative Professional/Manager Marketing Coordinator,Technical Writer, HR Professional,Accountant $85 $�05 $120 $135 $9b� $20b $236 Administrative Assistants Clerical,Administrative Assistants $�� $�� $7� $85 $95 $1Q5 $'12Q MATERIALS AND REIMBURSABLE EXPENSES Plotting, Printing and Binding—As invoiced at cost of labor and materials. Courier/Delivery Service-As invoiced by provider. Mileage— Two-Wheel Drive Vehicle rate as published for the IRS Standard Mileage Rate. Four-Wheel Drive Vehicle rate is the IRS Standard Mileage Rate plus$0.10 per mile. Per Diem/Travel—Field personnel in accordance with the latest GSA Schedule based on location of service. Office/Professional staff travel costs, meals and lodging will be billed at cost. Survey Equipment Charge-$25.00/Hour. Survey Material Charge-$1.00/Hour. Expert Witness- Rates shall be$300.00/Hour with a minimum of four hours while in court. Other Direct Project Expenses-At Cost. Overtime- Performed upon request of the client;will be invoiced at 1.30 times the standard hourly rate. Applicable Gross Receipts or Sales and Use Tax-Added to all fees charged for professional services unless they are exempt and official documentation is on file with Bohannan Huston, Inc. Client#: 799310 BOHAHUST3 DATE�MM/DD/YYYY) ACORD,� CERTIFICATE OF LIABILITY INSURANCE 8/03/2015 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 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 NAMEACT gecky Moya HUB International Ins Svcs Inc PHONE 505-262-9405 FAX 866-487-3972 A/C No Ext: NC No: 7770 Jefferson Street NE,200 E-MAIL beck mo a hubinternational.com P.O. Box 90756 ADDRESS: Y• Y � INSURER(S)AFFORDING COVERAGE NAIC# Albuquerque, NM 87199-0756 ,NsuRERA:Hartford Casualty Insurance Com 29424 INSURED INSURER B:N@W M@XICO ASSUI'8f1C@ CO. Bohannan Huston, Inc. iNsuReRc:Pennsylvania ManufacturerAssoc 12262 7500 Jefferson St. NE Continental Casual4�, Com an 20443 INSURER D: `7 p Y Albuquerque, NM 87109-4335 INSURER E: iNsuReR F: CA Lic#0757776 1-800-800-5661 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR C0NDITI0N 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 7ypE OF INSURANCE E1DDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MM/DD/YYYY MMIDD/YYYY A GENERALLIABILITY X X 34UUNJJ2910 8/01/2015 08/01/201 EACHOCCURRENCE $� 000�00 X COMMERCIAL GENERAL LIABILITY PREMISES�a oNcu�nce $3OO 000 CLAIMS-MADE �OCCUR MED EXP(My one person) $����� X $0 Ded PERSONAL&ADV INJURY $��OOO�OOO GENERALAGGREGATE $Z�000�000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $Z�000,000 POLICY jE� LOC $ A AUTOMOBILELIABILITY X X 34UENVT4787 8/01/2015 08/01/201 COMBINEDSINGLELIMIT ,� 000�000 Ea accident $ r X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X HIREDAUTOS X NON-OWNED ��accdent AMAGE $ AUTOS $ A �( UMBRELLALIAB X OCCUR 34XHUJJ1723 8/01/2015 08/01/201 EACHOCCURRENCE $��0��0�0 EXCESS LIAB CLAIMS-MADE AGGREGATE $�0 000 000 DED X RETENTION$�0 000 $ B WORKERS COMPENSATION X 70912 8/01/2015 08/01/201 X WC STATU- OTH- AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNERlEXECUTIVE Y�N E.L.EACH/;CCIDENT $� 000 OOO OFFICER/MEMBER EXCLUOED? � N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $'I 000 000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $'I,OOO,OOO C CO Workers Comp 2015010385583 8/01/2015 08/01/201 $1,000,000 Other States D Prof/Poll Liab AEH288359977 8/01/2015 08/01/201 $2,000,000/$4,000,000 $100 000 Ded DESCRIPTION OF OPERATIONS/LOCA710NS/VEHICLES(Attach ACORD 107,Additional Remarks Schedule,if more space is required) Re: Weld County Flood Response. CERTIFICATE HOLDER CANCELLATION Weld COU11 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE tY THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1150 ��O��Street, ROOIII 107 ACCORDANCE WITH THE POLICY PROVISIONS. Greeley, CO 80631 AUTHORIZED REPRESENTATIVE (+�,Q.li�e,ti�-` ,�.!'')G.,r�Gitl.�c I O 1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S3642815/M3626727 YK01 Client#: 799310 BOHAHUST3 DATE(MM/DDlYYYY) ACURDT� CERTIFICATE OF LIABILITY INSURANCE 8/0412Q75 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 BENVEEN 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 NAMEACT gecky Moya HUB Intemational Ins Svcs Inc PHONE 505-262-9405 �C No. 866-487-3972 AJC No 6ct: 7770 Jefferson Street NE,200 E-MAIL beck mo a hubinternational.com ADDRESS: Y• Y � P.O. Box 90756 INSURER�S)AFFORDING COVERAGE NAIC il Albuquerque, NM 87199-0756 iNsuRERA:HartFord Casualty Insurance Com 29424 INSURED INSURERB: NeW MBXICO ASSUfa17Ce CO. Bohannan Huston, Inc. iNsuRERc:Pennsylvania ManufacturerAssoc 12262 75QQ Jefferson St. NE iNsuRERo:Continental Casualty Company 20443 Albuquerque, NM 87109-4335 INSURER E� iNsuReR F� CA Lic#0757776 1-800-8Q0-5661 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIM5. LTR TYPE OF INSURANCE NSR WVD POLICY NUMBER MMID�DY� MMlD�DY� LIMRS A GENERALLIABILffY X X 34UUNJJ291Q 8/Q112Q15 Q8/0112Q7 EACHOCCURRENCE $� QQQQ�Q X COMMERCIAL GENERAL LIABILITY PREMISE5�a oc""�,E°n� $3OO,OOQ CLAIMS-MADE �OCCUR MED EXP(Any one person) $�Q,��� X $0 Ded PERSONAL&ADV INJURY $'I,OQQ,OQQ GENERALAGGREGATE $Z,OOO,OOQ GEN'l AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPlOP AGG $Z,OOQ,QOO POLICY PRO- LOC $ A AUTOMOBILE LIABILITY X X 34UENVT4787 8/01/2015 081Q11201 COMBINED SINGLE LIMIT ,� QQQ o00 Ea accident r � X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-01NNE❑ PROPERTY DAMAGE � X HIREDAUTOS X AUTOS Peraccident $ A �( UMBRELLA LIAB X OCCUR 34XH UJJ1723 8I0112Q15 0810112Q1 EACH OCCURRENCE $��OQQ dQ� EXCESS LIAB CLAIMS-MADE AGGREGATE $'I O QQQ QOO DED X RETENTION$'I Q QQQ $ B WORKERS CQMPENSATION X 7Q912 810112Q15 08/01/201 X WC STATU- OTH- AND EMPLOYERS'LIABILffY ANY PROPRIETOR/PARTNERIEXECUTIVE Y�N E.L.EACH ACCIDENT $'I,QQQ,OQO OFFICER/MEMBER EXCLUDED? � N 1 A (Mandatory in NH) E.L.DISEASE-EA EMPLOY[E $� ��0 QQQ If yes,describe under EL DISEASE-POLICY LIMIT $�,��D,��d DESCRIPTION OF OPERATIONS below C CO Workers Comp 2015Q10385583 8/01/2015 08I01/201 $1,0OO,OQO Other States D ProflPoll Liab AEH288359977 8/01/2015 08I01/201 $2,000,0001$4,OQQ,000 $100,QQQ Ded DESCRIPTION OF OPERATIONS!LOCATIONS/VEHICLES(Attach ACORD 1�1,Addilional Remarks Schedule,ff more space is required} CERTIFICATE HOLDER CANCELLATION Proof of Covera e SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEL�ED BEFORE 9 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE �-�.� �.s'')�.�tr��C I O 1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010105) 1 of 1 The ACORD name and logo are registered marks of ACORD #S36458651M3626727 BMQ7 <�! 1$�1/'� MEMORANDUl�/I �' TO: Esther Gesick, CTB DATE: January 26, 2016 ����_t�_�� Y FROM: Clay Kimmi, P.E., Public Works SUBJECT: Contract Renewal for Flood Repair Consultir�g — Atkins North America, Inc. Please place the attached contract renewal on the BOCC Agenda. Please return a copy of the agreement to me so I can forward to the contractor. The item is for the renewal of the Atkins North America, Inc. (Atkins) contract for flood recovery consulting. Atkins is currently providing design services for the reconstruction of BR53-58A (Kersey Bridge). The project is expected to be completed by the end of 2018. The BOCC has been provided a pass around. They approved the pass around an January 25, 2016. A copy of their approval has been included with this packet. Frank Haug from the County Attorney's office reviewed the contract prior to the bid being advertised. Trevor Jiricek from the Purchasing Department also reviewed the contract prior to the bid being advertised. I will plan on attending the BOCC hearing to answer any questions that the Board may have regarding this agreement. R E C E�V E� JAN 2 7 2Lt� WELD COUNTY COMMISSIONER� �.af�-�- ���,vl w/�� ���� C; /� L �I� -3 t� a�,,�� c �� �� l,� � � ��,, �� �G��o Page 1 of 1 �A �0(J� M:AWeld County Fiood 2013 Version?\ConsultantsWtkins\2016 Contract Extension\Flood Contract Renewal Memo to BOCC.docx V � BOARD OF COUNTY COMMISSIONERS PASS-AROUND REVIEW/WORK SESSION REQUEST RE: CONTKACT ENGIN�;E1�1i�G R.l:i�1E1Jv'Al:.� �'�t��'tat7{`t� RCC�VCi�Y �'t2C�J�GT� DEPARTMENT: Public Works DATE: .fanua.r�r 20x 2416 , P.F.,RSON RF.,QUESTING; Clav Kimmi Brief description of the problem/issue: Public Works is working to finish up 4 flood recovery projects. We are currently in the engineering phase of 3 FHWA projects (BRS4-13A, BR27.5-48A, and BRS3-58A). All of the projects must follow the CDOT Local Agency process which has resu(ted in the additional engineering and plan review timeframes. One FEMA project(BR87-47.SA) is still waiting on FEMA approval. All engineering work has been completed for this project and it is ready to go out to bid. Atkins wouid possible be retained to assist with construction inspection if FEMA approves the project. BR54-13A is in the final engineering phase. BR54-13A is anticipated to be ready for bid in late fal}, 2416 with construction occurring in the winter of 2016 and 2017. BR27.5-48A is waiting on CDO`I� to issue a concurrence to award a contract and should be completed by the end of 2U16. BR53-58A is nearing completion on the preliminary engineering phase. The final engineering phase is expected to be complete in the fall of 2016, right of way acquisition and environmental permitting is anticipated to be complete by the middle of 2017,the bid is expected to be out by late fall 2017,and construction is expected to occur between the end of 2017 and the end of 2018. Public Works is asking the BOCC to approve the contract engineer's contracts through ₹he end of the anticipated construction phases. Bohannan Huston's (BHE) contract would be continued to January l3,2018 and Atkins' contract would be continued to January l3,2019. As part of the contract renewal, each engineering company has provided an updated rate schedule. Two of Atkins' positions have seen an increase in the hourly rate of approximately 3% while the remainin�positions have not seen a rate increase. F3Hf has increased their hourly rates across the board an average of 4% but this is the first rate increase since BHI signed their contract in January 20(4. Qase Tactical has indicated the rate increases are allowed by FEMA and FHWA and should pose no issues with the reimbursement process. The contract extension forms have been rev'tewed by F'urchasing and the County Attorney's offices. What options exist for the Baard? (Inctude consee�uences,impacts,costs,etc.of options) l. Extend the Atkins contract to January 13,2019 and the BHI contract to January l3,2018. 2. Con[inue ta extend the Aikwns ar:d BI{I contracts on annual basis through the completion of the projects. 3. Discontinue the/\tkins and BHI contracts and complete the flood recovery designs using new engineering consultants. Recvmmendation: ln order to ensure the Atkins and BHI contracts do not lapse, Public Works recommends that the BOCC extend the contract for Atkins to January 13,2Q19 and the BHI contract to lanuary 13,2018. Approve Schedule Recomm�n��ti�n Work Session Other/Comments: Mike Freeman, Chair �'�� - Sean P. Conway, Pro-Tem ���_ -- Julie A. Cozad ��t � tiarbara Kirkmeyer Steve Moreno � M:5F ORM51 W'ork$ession-passamund201 G.doc ATHINS 2016 HOURLY RATE SCHEDULE Weld Counfy Post Flood Engineering Services Office Hourly Office Hourly Engineering Rates Engineering Rates Project Director $211.00 Sr.Scientist I $108.0U Sr.Project Nlanager $190.00 Scientist II $88.00 Project Manager I $165.00 Scientist I $70.00 Sr. Engineer N $185.00 Sr.ROW Agent lII $175.00 Sr.Engineer III $165.00 Sr.ROW Agent 11 $125.00 Sr. Engineer il $12�.00 Sr. ROVV Agent I $105.00 Sr.Engineer l $113.00 ROW Agent $85.00 Engineer Iil $43.00 Project Surveyor $133.00 Engineer II $88.00 Sr.GIS Analyst I $93.00 Engineer I $77.00 GIS Analyst II $77.00 Sr. Designer lI $149.00 Sr.Landscape Architect $175.00 Sr. Designer I $ll3.00 Landscape Architect I1 $96.00 CAD Designer $108.00 Technical Coordinator II $91.00 Sr.CAD Technician II $93.00 Operations Coordinator II $93.00 CAD Design Technician $82.00 Sr.Program Assistant I $58.00 Administrative Clerk $47.00 Construction Hourly Construction Hourly Services Rates Services Rates Sr. Resident Engineer $146.00 Construction Mngt.Rep.II $76.00 Sr. Project Engineer ll $124.00 Construction Mngt. Rep.I �67.00 Sr. Project Engineer 1 $103.00 Sr. Field Representative II $82.00 Sr.Construction Manager $124.00 Sr.Field Representative 1 $62.00 Construction Manager $108.00 Jr.Field Representative $41.00 Associate Construction Nlanager $93.00 Engineer I $77.00 Othe� Direct Cost Item Unit Rates Mileage Standard federal rate Other Miscellaneous Expenses At actual invoice cost,as approved in advanced by the owner's PM oZo/��-.37�0`�' '� CON7RACT AGREEMENT EXTENSI0N/RENEWAL BETWEEN � TME WEID COUNTY DEPARTMENTOF PUBLIC WORKS I l-� "' AND ATKINS NORTH AMERICA, INC. This Agreement Extension/Renewa]{"Renewal"),made and entered into�day of 2016, by and between the Baard of Weld County Commissioners,on behalf of the Weld County Department af Public W ks,hereinafter referred to as the"Department",and Atkins North America,inc.,hereinafter referred to as the"Contracto�". 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.2014-0117,approved on January 13,2014. WHEREAS the parties hereby agree to extend the term Qf the Original Agreement in accordance with the terms of the Origina(Agreement,which is incorporated by reference herein,as well as the terms provided herein. � NOW THEREFORE,in conside�ation o#the premises,the parties hereto covenant and agree as follows: • The Original Agreement will end on January 13,2015. • The Original Agreement was amended on December 8,2014 to extend the contract to January 13,2016. The document number is 20143764. • The parties agree to extend the Original Agreement for an additional 2-yea�period,which will begin January 13,2016,and will end on January 13,2019. • The Renewal,tagether with the Original Agreement,constitutes the entire understanding between the parties. The faffowing change is hereby made to the Contract Documents: - 1. Update Exhibit C to the Agreement to delete the Contract Professional's rate schedule and replace it with the Contract Professional's updated rate schedule,which is attached hereto and fully incorporated herein. 2. Update the Contract Professional's Certificate of Insurance. • AEE 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: . �CLYtlC-. � �([�Q [ �'t Printed Name \ � �� Signature ATTEST: �i�� �• ��� BOARD OF COLINTY COMMISSIONERS Weld ty lerk to the B ar � R WELD COUNTY,COLORADO ue� �,1 1 K�C.L. BY: ' Deputy Clerk to e Bo d � � Mike Freeman,Chair FEB 0 1 20�6 1161 � APPROVED AS TOFUNAING: -4 �% APFROVED AS SUB TANCE: �-� � ,�,� C����. `� ' �:.� - Controller x' � Electe O �l or n_t,�ad V�.(� �-�9 APPRO AS TO O� � � Director of General Services County Attorney �D���7� � A�� CERTIFICATE OF LIABILITY INSURANCE page � of 2 oiii5iZ 6' 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 be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions ofthe 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 CONTACT wiiiis of rrew York, Inc. PHONE 877-945-7378 F� 888-467-2378 c/o 26 Century Slvd. P. O. Box 305191 E-MAIL certificatesQwillis.com Nashville, TN 37230-5191 INSURER(S)AFFORDINGCOVERAGE NAIC# INSURERA: Greenwich Insurance Company 22322-001 INSURED INSURERB: �erican Guarantee & Liability Insurance 26247-001 Atkins North America, Inc. 2001 NW 107th Avenue INSURERC:Underwriter's at Lloyds 15792-001 Miami, FL 33172-2507 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:24083774 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PA�D CLAIMS. INSR TypEOFINSURANCE DDL SUB pOLICYNUMBER POLICYEFF POLICYEXP LIMITS A X COMMERCIALGENERALLIABILITY y Y CGG740901604 4/1/2015 4/1/2016 EACHOCCURRENCE $ 1 000 000 CLAIMS-MADE�OCCUR ���i1����(,�RENTED i�a occurence) $ 3 0 0 0 0 0 X Contractual Liability MEDEXP(Anyoneperson) $ 10 000 PERSONA�&ADVINJURY $ 1 000 000 GEN'LAGGREGATELIMITAPPLIESPER: GENERALAGGREGATE $ 2 000 000 POLICY � PR� � LOC PRODUCTS-COMP/OPAGG $ 2 000 000 JECT X OTH ER: $ p� AUTOMOBILELIABILITY Y CAH740901704 4/1/2015 4/1/2016 COMBINEDSINGLELIMIT 2,000,000 (Ea accident) $ X ANYAUTO BODILYINJURY(Perperson) $ X ALLOWNED SCHEDULED BODILYINJURY(Peraccident) $ AUTOS AUTOS X HIREDAUTOS X NON-OWNED (Per�acadent)AMAGE $ AUTOS $ $ X UMBRELLALIAB X OCCUR AUC924234903 4/1/2015 4/1/2016 �CHOCCURRENCE $ 1 000 0�0 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 1 000 000 DED RETENTION$ $ A WORKERSCOMPENSATION Y CWG740901504 �1�2015 4/1/2016 X PqR�i7F OTH- AND EMPLOYERS'LIABILITY Y!N ANYPROPRIETOR/PARTNER/EXECUTIVE� N�A E.L.EACHACCIDENT $ 1,�00,000 OFFICER/MEMBER EXCLUDED? IMandatory,in NH) E.L.DISEASE-EA EMPLOYEE $ 1�0�0�0 0 0 (f yes,describe under DESCRIPTIONOFOPERATIONSbelow E.L.DISEASE-POLICYLIMIT $ 1,000,000 C Professional B080111209P15 4/1/2015 4/1/2016 51,000,000 Each Claim & Liability-Claims Made $2,000,000 Annual Aggregate 11/11/1961 Retrodate DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 701,Additonal Remarks Schedule,may be attached if more space is required) RE: 2013 Flood Recovery Projects, Professional Engineering Services Greenwich Insurance Companies Best Rating A XV American Guarantee and Liability Insurance Company Best Rating A+ XV Underwriters at Lloyd's London AM Best Rating: A XV. Professional Liability policy written on claims-made basis. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Weld County Board of Commissioners AUTHORIZEDREPRESENTATIVE Attn: Clay Kimmi � 1150 O Street Greeley, CO 80631 Co11:4834551 Tp1:1936792 Cert:24083774 O1988-2014ACORDCORPORATION.Allrightsreserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMERID: 33004588 LOC#: '4�� ADDITIONAL REMARKS SCHEDULE Page�of � AGENCY NAMEDINSURED Atkins North America, Inc. Willis of New York, Inc. 2001 NW 107th Avenue POLICYNUMBER M1dIR1� FL 33172-2507 See First Page CARR�ER NAIC CODE See First Pa 2 EFFECTIVEDATE: $eg First Pa E ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE There are no Deductibles or Self-Insured Retentions on the General Liability, Automobile Liability, Workers Compensation and Umbrella coverages. Weld County Board of Commissioners and State of Colorado are included as Additional Insureds as respects to General Liability. The General Liability policy includes a Severability of Interest Clause. General Liability policy shall be Primary and Non-Contributor�r with any other insurance in force for or which may be purchased by Weld County Board of Commissioners. Umbrella Follows form. Waiver of Subrogation applies in favor of Weld County Board of Commissioners and State of Colorado with respects to General Liability, Automobile Liability, and Workers Compensation, as permitted by law. ACORD101 (2008/01) Co11:4834551 Tp1:1936792 Cert:24083774 O2008ACORDCORPARATION.Allrightsreserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: CGG740901604 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s : Location s Of Covered Operations ANY PERSON OR ORGANIZATION W ITH W HOM YOU VARIOUS AS REQUIRED PER W RITTEN HAVE AGREED,THROUGH W RITTEN CONTRACT, CONTRACT. AGREEMENT OR PERMIT, EXECUTED PRIOR TO THE LOSS,TO PROVIDE ADDITIONAL INSURED COVERAGE. Information re uired to com lete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. W ith respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional exclu- organization(s) shown in the Schedule, but only sions apply: with respect to liabi�ity for "bodily injury', "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury' ��property damage"occurring after: caused, in whole or in part, by: 1. All work, including materials, parts or equip- 1. Your acts or omissions; or ment furnished in connection with such work, 2. The acts or omissions of those actirg on your on the project (other than service, maintenance behalf; or repairs) to be perFormed by or on behalf of in the performance of your ongoing operations for the additional insured(s) at the location of the the additional insured(s) at the location(s) desig- covered operations has been completed;or nated above. 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. �- CG 20 10 07 04 O ISO Properties, Inc., 2004 Page 1 of 1 ❑ POLICY NUMBER:CGG740901604 COMMERCIAL GENERAL LIABILITY CG 2037 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- OWNERS, LESSEES OR CONTRACTORS- COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additionallnsured Person(s) Or Or anization s : Location And Descri tion Of Com leted O erations ANY PERSON OR ORGANIZATION WITH WHOM VARIOUS AS REQUIRED PER WRITTEN YOU HAVE AGREED,THROUGH WRITTEN CONTRACT. CONTRACT, AGREEMENT OR PERMIT, EXECUTED PRIOR TO THE LOSS,TO PROVIDE ADDITIONAL INSURED COVERAGE. Information re uired to com lete this Schedule,if not shown above,will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sche- dule of this endorsement performed for that addi- tional insured and inciuded in the "products- completed operations hazard". � � (/ CG 20 37 07 04 OISO Properties,Inc., 2004 Page 1 of 'I D WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name of Persons or Organization: Any person or organization with whom you have agreed in writing to waive any right of recovery prior to a loss. Information re uired to com lete this Schedule, if not shown in the Declarations. The following is added to Paragraph 8. Transfer of Rights of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. This endorsement �s executed by the Greenwich Insurance Company Premium$ Effective Date 4/1/2015 Expiration Date 4/1/2016 For attachment to Policy No.CGG740901604 Issued To Atkins North America, Inc. � � � �Z'c.Z c-z� t Countersigned by Authorized Representative Issued Sales Office and No. Rnd.Serial No. 17 CG 24 04 05 09 OISO Properties, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: Business Auto Coverage Form Garage Coverage Form Truckers Coverage Form Motor Carrier Coverage form SCHEDULE Premium: INCL Name of Persons or Organization: Any person or organization for whom you perform work under a written contract if the contract requires you to obtain this agreement from us, but only if the contract is executed prior to the injury or damage occurring. The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your operations of a covered auto done under contract with that person or organization. This waiver applies only to the person or organization shown in the Schedule above. Policy No. CAH740901704 Issued By: Greenwich Insurance Company Effective Date 4/1/2015 Expiration Date 4/1/2016 Sales Office: 0001 Endt. Serial No.35 AX 12 10 02 05 B Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 {Ed. 4-84) WAIVER OF OUR RIGHT t0 RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefrt:any one not named in the Schedule. Schedule As required by written contract This endorsement changes the policy to which it is attached effective on the date issued unless otherwise stated. (The information be[ow is required onfy when this endorsement is issued subsequent to preparation of the policy) Endorsement Effective Policy No. CWG740901504 Endorsement No. Insured Atkins North America,Inc. Premium Insurance Company Greenwich Insurance Company � Q , � WC000313 {Ed. 4/84) 1983 National Council on Compensation Insurance POLICY NUMBER:CGG740901604 COMMERCIAL GENERAL LIABILITY CG 02 2410 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: . COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Number of Days'Notice 90 (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than Policy Condition or as amended by an applicable nonpayment of premium, the number of days state cancellation endorsement, is increased to the required for notice of cancellation, as provided in number of days shown in the Schedule above. paragraph 2. of either the CANCELLATION Common � G,� � CG022410 93 Copyright,Insurance Services Office, Inc.,1992 POLICY NUMBER:CAH740901704 XIC4051007 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION BY US This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGEFORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. Changes In Conditions The number of days required for notice of cancellation by us for any reason other than nonpayment of premium, as provided in either paragraph 2. of the CANCELLATION Common Policy condition or as amended by an applicable state cancellation endorsement, is extended to the number of days shown in the Schedule below: SCHEDULE Number of Days' Notice:90 � Q. All other terms and conditions of this policy remain unchanged. (/ (Authorized Representative) XIC 405 1007 O 2007, XL America, Inc. Page 1 of 1 Includes copyrighted material of Insurance Office, Inc.,with its pennission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY W@ 99 0 1 10 (Ed. 1/08) THIS ENDORSEMENT CHANGES THE POLICY_ PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US ENDORSEMENT This endorsement modifies insurance provided under the following: WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY Number of Days Notice:90 (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement) For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in PART SIX """ CONDITIONS, D. Cancelation of the Workers' Compensation and Employers' Liability Insurance Policy or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above. All other terms and conditions remain the same. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The infonnatlon below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective April 1, 2015 Policy No.CWG740901504 Endorsement No. Insured ATKINS NORTH AMERICA, INC. insurance comPanyGreenwich Insurance Comp��`jf'tersigned by we99o� io Ed. 1/08 �2007 XL America,Inc. _ Willis Limited FINEX Global ����� CONTRACT ENDORSEMENT INSURED: WS Atkins Plc and as more fully defined in the contract PERIOD: 1 Apri12015 to 31 March 2016 TYPE: Insurance of UK PI Generic Primary UNIQUE MARKET REFERENCE: B080111209P 15 ENDORSEMENT REFERENCE: 0002 EFFECTIVE DATE: 1 April 2015 local standard time at the address of the Insured. It is hereby noted and agreed that with efFect from the effective date above the following General Condition is added to the policy: "If INSURERS cancel this policy prior to its expiry date by notice to the INSURED for any reason,INSURERS will send written notice of cancellation to the persons or organizations listed in the schedule to becreated and maintained by the INSURED (the "Cancellation Notice Schedule")at least 30 days prior to the cancellation date applicable to the policy. This notice will be in addition to any notice to the INSURED. The INSURED will provide an updated copy of the Cancellation Notice Schedule to Insurers on a monthly basis. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Cancellation Notice Schedule in the event of a pending cancellation of coverage. INSURERS have no legal obligation of any kind to any such person(s) or organization(s). Any failure to provide advance notice of cancellation to the person(s) or organization(s)named in the Cancellation Notice Schedule will impose no obligation or liability of any kind upon INSURERS,will not extend any policy cancellation date and will not negate any cancellation of the policy. INSURERS are not responsible for verifying any information in any Cancellation Notice Schedule, nor are INSURERS responsible for any incorrect information that the INSURED may use." All other terms and conditions remain unaltered. Willis Limited 1 WUv1081!1 Willis Intemal Rei'0002 0 RESOLUTION RE: APPROVE THREE ADDENDUMS TO AGREEMENTS FOR PROFESSIONAL SERVICES (SEPTEMBER 2013 FLOOD RECOVERY PROJECTS) WITH VARIOUS PROVIDERS AND AUTHORIZE CHAIR TO SIGN WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with three Addendums to Agreements for Professional Services (September 2013 Flood Recovery Projects) between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and the providers listed below, with further terms and conditions being as stated in said agreements for professional services: 1. Icon Engineering, Inc. 2. Bohannan Huston 3. Atkins North America, Inc. WHEREAS, after review, the Board deems it advisable to approve said addendums to agreements for professional services, copies of which are attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Addendums to Agreements for Professional Services between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and the various providers listed above, be, and hereby are, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said agreements for professional services. 2014-3764 / BC0045 2eA&J Cc Kunrri,()Ate, Ft CA,omit, ac'/I EG0070 RE: THREE ADDENDUMS TO AGREEMENTS FOR PROFESSIONAL SERVICES (SEPTEMBER 2013 FLOOD RECOVERY PROJECTS) WITH VARIOUS PROVIDERS PAGE 2 The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 8th day of December, A.D., 2014. ATTEST: G1atifieti 5$ side. Weld County Clerk to the Boar BY APPRO y Clerk to t AS TO FORM: County Attorney / Date of signature: lr /3 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO p ougl s Rademacher, Chair can P. Conway Mike Freeman William F. Garcia 2014-3764 BC0045 EG0070 MEMORANDUM Date: December 4, 2014 To: Esther Gesick, Clerk to the Board From: Clay Kimmi, P.E., Senior Engineer RE: Flood Repair Contract Renewal for ICON Professional Services Agreement Please place the attached contract renewal on the BOCC as soon as possible. Trevor and Bob Choate reviewed the document prior to being sent to the consultant. The BOCC approved a pass around on December 2, 2014 to place the agreement on the BOCC agenda. I have attached two copies of the agreement that need to be signed by the BOCC. Please return one copy to me so that I can forward it to the consultant Repairs from the 2013 flood are ongoing. In January 2014, the County entered into professional services contracts with ICON Engineering to help with the design repairs and construction inspection of flood damaged sites in the St. Vrain Basin. Of the 9 damaged sites in the basin, 1 site is being prepared to go out to bid, 7 are currently in the construction phase, and permanent repairs have been completed at 1 site. ICON is currently performing construction inspection on 7 repair jobs in the St. Vrain Basin. These seven jobs are scheduled to be completed by the middle of January. ICON is also finalizing the design drawings for the drop structure and bike trail at BR9.5-24.5A. The bid on this project will go out in January with construction starting in late February or early March. ICON will do the inspection of this project as well. Construction of these repairs should be complete by June 2015, weather permitting. ICON increased their rates by 2.9% for 2015. The rate increase is in line with the Denver -Boulder - Greeley Consumer Price Index. I have talked with Tommy and Trevor about the rate increase and there are no issues regarding our reimbursement with FEMA. 2014-3764 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW/ WORK SESSION REQUEST RE: Renewal of Flood Repair Engineering Consultant Contracts DEPARTMENT: Public Works DATE: November 24, 2014 PERSON REQUESTING: Clay Kimmi, P.E. and Don Dunker, P.E., County Engineer Brief description of the problem/issue: Repairs from the 2013 flood are ongoing. In January 2014, the County entered into professional services contracts with three engineering consultants to help with the design repairs and construction inspection of flood damaged sites. Of the 34 damaged sites, 8 are in the design phase, 2 are ready for bid, 7 are currently in the construction phase, and permanent repairs have been completed at 17 sites. St. Vrain Basin: All projects repairs have been designed. ICON is currently performing construction inspection on 7 repair jobs in the St. Vrain Basin. These seven jobs are scheduled to be completed by the middle of January. ICON is also finalizing the design drawings for the drop structure and bike trail at BR9.5-24.5A. The bid on this project will go out in January with construction starting in late February or early March. ICON will do the inspection of this project as well. I would anticipate that ICON will be completed with their flood repair projects by June, weather permitting. ICON increased their rates by 2.9% for 2015. I have talked with Tommy and Trevor about the rate increase and there are no issues regarding our reimbursement with FEMA. South Platte Basin: Atkins has completed the design on all of their projects except the Kersey Bridge. They will work on the preliminary bridge design and CR 53 through February at which point, we will have to present the design to CDOT and FHWA for approval. If CDOT and FHWA approve the preliminary design, Atkins will spend the rest of the year working on the final design, ROW acquisition, and permitting. They would need to have their contract extended again at the end of 2015 in order to provide construction inspection during construction in 2016-2017. We will also need to use Atkins for construction inspection on the CR 87 repair project. The CR 87 project should be completed by the end of 2015. Atkins increased their rates by 2.9% for 2015. I have talked with Tommy and Trevor about the rate increase and there are no issues regarding our reimbursement with FEMA. Big Thompson Basin: BHI is currently working on designing the repairs at the 6 sites in the Big Thompson basin. The design on 5 of these projects is almost complete and will be going to bid in January with construction starting in late February or early March. We are waiting on CDOT approval to begin the permanent repair design of BR54-13A. We should be able to go to construction in the fall with completion by the end of 2015. BHI will provide the inspection services on all 6 projects. BHI does not plan to increase their rates for 2015. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) I. Renew the contracts for all three companies through 2015. ICON and BHI already have work orders in place to allow for the design and inspection of all the remaining sites in the St. Vrain and Big Thompson Basin. Atkins will need new work orders for the final design of BR53/58A and the CR 87 project inspection. 2. Do not review the contracts for any of the three companies. Weld County staff will have to perform all of the construction inspection on the remaining sites. The final design for BR53/58A would still have to be bid out. Recommendation: Authorize Public Works to place the contract renewals on the BOCC agenda for approval. Approve Recommendation Douglas Rademacher, Chair Barbara Kirkmeyer, Pro-Tem Sean P. Conway Mike Freeman William F. Garcia Schedule Work Session Other/Comments: M*Ciay\2013Flooa\ContractRenewals \Contract Renewal Pass Around.docx ADDENDUM TO AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY AND ICON ENGINEERING, INC FOR (SEPTEMBER 2013 FLOOD RECOVERY PROJECTS) — (WORK ORDER TYPE) This Addendum to the Agreement is made and entered into this day of G≥CC/Ylb--r , 2014 by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through the Board of County Commissioners of Weld County, Colorado, hereinafter referred to as "County," with offices located at 1150 'O' Street, Greeley, Colorado 80632, and Icon Engineering Inc, a corporation whose address is 8100 S. Akron St. Suite 300, Centennial, Colorado 80112, hereinafter referred to as "Contract Professional". WHEREAS, the parties entered into an Agreement for Professional Services on January 13, 2014, (referenced by Weld County Clerk to the Board document number 2014-0117), hereinafter called the "Agreement"; and WHEREAS, Section 3 of the Agreement allows for the extension of the term of the Agreement upon specific written consent of the parties; and WHEREAS, the County and the Contract Professional desire to extend the Agreement pursuant to Section 3 of the Agreement, upon all terms as stated in the Agreement, except as specifically described in this Addendum, below. NOW, THEREFORE, it is agreed by the Parties that the following changes are made to the aforementioned AGREEMENT as follows: 1. Add the following (capitalized) language to Section 3 of the Agreement: "The term of this Agreement begins upon the date of the execution of this ADDENDUM TO THE Agreement by County..." 2. Update Exhibit C to the Agreement to delete the Contract Professional's rate schedule and replace it with Contract Professional's updated rate schedule, which is attached hereto and fully incorporate herein. All other terms and conditions set forth in the Agreement shall remain the same. CONTRACT PROFESSIONAL ao d r -se f%a V�1 et Name ifZo Date T;oe;pal Title Page 1 of 2 a0I if -31(04 ATTEST: daC4.1144. Weld County Clerk to the BY: Deputy Cle s to the APPROVED AS TO FUND Controller APPROVED AS TO FORM: County Attorney NIA BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Cc) ,M ademacher, Chair DEC 0 8 2014 APPROVED AS O-S�JBSTANCE: / Ce Erested'Official or Department Head Director of General Services Page 2 of 2 �01�- 37(0L/ Weld County Flood Recovery LccaiN ICON Engineering, Inc. HOURLY RATE SCHEDULE Year 2015 TITLE ENGINEERING, INC RATE Principal Engineer Penn Gildersleeve / Matthew Ursetta / Doug Williams Professional Engineer III Craig Jacobson / Troy Carmann Professional Engineer II Cindy Rose / Kent Barringer / Aaron Boussselot Professional Engineer 1 Ben Smith / Justen Hamann / Terry Martin Engineer III Jacob Marquez Engineer I Jeremy Deischer Field Representative Daniel Loewen / Dan Bernier GIS Specialist Eben Dennis CAD Technician II Dan Bernier Administrative Mary Haenlein GPS Unit (1/2 Day Minimum.) Mileage Cellular Phone Miscellaneous Direct Expenses $ 169.00 $ 158.00 $ 148.00 $ 136.00 $ 119.00 $ 90.00 $ 108.00 $ 92.00 $ 92.00 $ 65.00 $ 50.00 $ IRS Rate/mile Actual Costs Actual Costs MEMORANDUM Date: December 4, 2014 To: Esther Gesick, Clerk to the Board From: Clay Kimmi, P.E., Senior Engineer RE: Flood Repair Contract Renewal for Bohannan Houston Professional Services Agreement Please place the attached contract renewal on the BOCC as soon as possible. Trevor and Bob Choate reviewed the document prior to being sent to the consultant. The BOCC approved a pass around on December 2, 2014 to place the agreement on the BOCC agenda. I have attached two copies of the agreement that need to be signed by the BOCC. Please return one copy to me so that I can forward it to the consultant Repairs from the 2013 flood are ongoing. In January 2014, the County entered into professional services contracts with Bohannan Houston (BHI) to help with the design repairs and construction inspection of flood damaged sites in the Big Thompson Basin. Of the 9 damaged sites in the basin, the permanent repairs at 5 sites are being designed, 2 sites are waiting on CDOT and FHWA approval to begin the design of the permanent repairs, and permanent repairs have been completed at 2 sites. It is anticipated that BHI will be complete with the designs at the 5 sites by the end of December. The bid to contract the construction of the repairs on the 5 sites will be issued in January with the intent to begin construction of the sites in March. It is anticipated that the design of the two sites awaiting CDOT approval will be completed by March or April with construction expected to occur in June or July. BHI should be complete with all of their design services by the end of 2015. BHI did not raise their rates for 2015. BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW/ WORK SESSION REQUEST RE: Renewal of Flood Repair Engineering Consultant Contracts DEPARTMENT: Public Works DATE: November 24, 2014 PERSON REQUESTING: Clay Kimmi, P.E. and Don Dunker, P.E., County Engineer Brief description of the problem/issue: Repairs from the 2013 flood are ongoing. In January 2014, the County entered into professional services contracts with three engineering consultants to help with the design repairs and construction inspection of flood damaged sites. Of the 34 damaged sites, 8 are in the design phase, 2 are ready for bid, 7 are currently in the construction phase, and permanent repairs have been completed at 17 sites. St. Vrain Basin: All projects repairs have been designed. ICON is currently performing construction inspection on 7 repair jobs in the St. Vrain Basin. These seven jobs are scheduled to be completed by the middle of January. ICON is also finalizing the design drawings for the drop structure and bike trail at BR9.5-24.5A. The bid on this project will go out in January with construction starting in late February or early March. ICON will do the inspection of this project as well. I would anticipate that ICON will be completed with their flood repair projects by June, weather permitting. ICON increased their rates by 2.9% for 2015. I have talked with Tommy and Trevor about the rate increase and there are no issues regarding our reimbursement with FEMA. South Platte Basin: Atkins has completed the design on all of their projects except the Kersey Bridge. They will work on the preliminary bridge design and CR 53 through February at which point, we will have to present the design to CDOT and FHWA for approval. If CDOT and FHWA approve the preliminary design, Atkins will spend the rest of the year working on the final design, ROW acquisition, and permitting. They would need to have their contract extended again at the end of 2015 in order to provide construction inspection during construction in 2016-2017. We will also need to use Atkins for construction inspection on the CR 87 repair project. The CR 87 project should be completed by the end of 2015. Atkins increased their rates by 2.9% for 2015. I have talked with Tommy and Trevor about the rate increase and there are no issues regarding our reimbursement with FEMA. Big Thompson Basin: BHI is currently working on designing the repairs at the 6 sites in the Big Thompson basin. The design on 5 of these projects is almost complete and will be going to bid in January with construction starting in late February or early March. We are waiting on CDOT approval to begin the permanent repair design of BR54-13A. We should be able to go to construction in the fall with completion by the end of 2015. BHI will provide the inspection services on all 6 projects. BHI does not plan to increase their rates for 2015. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) 1. Renew the contracts for all three companies through 2015. ICON and BHI already have work orders in place to allow for the design and inspection of all the remaining sites in the St. Vrain and Big Thompson Basin. Atkins will need new work orders for the final design of BR53/58A and the CR 87 project inspection. 2. Do not review the contracts for any of the three companies. Weld County staff will have to perform all of the construction inspection on the remaining sites. The final design for BR53/58A would still have to be bid out. Recommendation: Authorize Public Works to place the contract renewals on the BOCC agenda for approval. Approve Recommendation Douglas Rademacher, Chair Barbara Kirkmeyer, Pro-Tem Sean P. Conway Mike Freeman William F. Garcia Tfrir Schedule Work Session Other/Comments: M:\Clay\2013 Flood\Contract Renewals\Contract Renewal Pass Around.docx ADDENDUM TO AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY AND BOHANNAN HUSTON, INC FOR (SEPTEMBER 2013 FLOOD RECOVERY PROJECTS) — (WORK ORDER TYPE) 7« This Addendum to the Agreement is made and entered into this.1 day of /7/i '. a li' I- , 2014 by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through the Board of County Commissioners of Weld County, Colorado, hereinafter referred to as "County," with offices located at 1150 'O' Street, Greeley, Colorado 80632, and Bohannan Huston, a corporation whose address is 9785 Maroon Circle, Suite 140, Englewood, Colorado 80112, hereinafter referred to as "Contract Professional". WHEREAS, the parties entered into an Agreement for Professional Services on January 13, 2014, (referenced by Weld County Clerk to the Board document number 2014-0117), hereinafter called the "Agreement"; and WHEREAS, Section 3 of the Agreement allows for the extension of the term of the Agreement upon specific written consent of the parties; and WHEREAS, the County and the Contract Professional desire to extend the Agreement pursuant to Section 3 of the Agreement, upon all terms as stated in the Agreement, except as specifically described in this Addendum, below. NOW, THEREFORE, it is agreed by the Parties that the following changes are made to the aforementioned AGREEMENT as follows: 1. Add the following (capitalized) language to Section 3 of the Agreement: "The term of this Agreement begins upon the date of the execution of this ADDENDUM TO THE Agreement by County..." All other terms and conditions set forth in the Agreement shall remain the same. CONTRACT PROFESSIONAL ctl c7Oc 1 . Signature lC CTifl / /AAV/ Date ?Ek,ck Vrc'_E I 'E`; ,)E TA r Name Title Page 1 of 2 070/4 374 ATTEST: Waiditi Weld unt _Clerk to Deputy Cl'- k to th APPROVED AS TO FUNDING: �I �1 Controller APPROVED AS TO FORM: 53 County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO OO l�ti ��1t'a1Lcei,;tj,c(. DouglaiRademacher, Chair DEC 0 g 2014 APPROVED pci TO SUBSTANCE: 9 fficial or Department Head N/A Director of General Services Page 2 of 2 e0/i- 3710' MEMORANDUM Date: December 4, 2014 To: Esther Gesick, Clerk to the Board From: Clay Kimmi, P.E., Senior Engineer RE: Flood Repair Contract Renewal for Atkins Professional Services Agreement Please place the attached contract renewal on the BOCC as soon as possible. Trevor and Bob Choate reviewed the document prior to being sent to the consultant. The BOCC approved a pass around on December 2, 2014 to place the agreement on the BOCC agenda. I have attached two copies of the agreement that need to be signed by the BOCC. Please return one copy to me so that I can forward it to the consultant Repairs from the 2013 flood are ongoing. In January 2014, the County entered into professional services contracts with Atkins to help with the design repairs and construction inspection of flood damaged sites in the South Platte Basin. Of the 6 damaged sites in the basin, 1 site is being designed, 1 site is being prepared to go out to bid, 1 site is currently in the construction phase, and permanent repairs have been completed at 3 sites. Atkins is currently working on the preliminary design to raise CR 53 and reconstruct the bridge over the South Platte River. It is anticipated that Atkins will be complete with the preliminary design in February and will present the design to CDOT and FHWA for approval in late February or March. If CDOT and FHWA approve the preliminary design, Atkins will spend the rest of the year working on the final roadway and bridge designs, ROW acquisition, and permitting. In order to provide assistance with the construction inspection, Atkins' contract will need to be extended again in order to provide inspection services in 2016. Atkins has completed the design of the repairs on CR 87 over the South Platte River. Once FEMA approves the design, Atkins will need to have a new work order issued to provide construction inspection services. It is anticipated that the CR 87 project would be complete by the end of 2015. Atkins increased their rates by 2.9% for 2015. The rate increase is in line with the Denver -Boulder - Greeley Consumer Price Index. I have talked with Tommy and Trevor about the rate increase and there are no issues regarding our reimbursement with FEMA. 12-8-/cJ BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW/ WORK SESSION REQUEST RE: Renewal of Flood Repair Engineering Consultant Contracts DEPARTMENT: Public Works DATE: November 24, 2014 PERSON REQUESTING: Clay Kimmi, P.E. and Don Dunker, P.E., County Engineer Brief description of the problem/issue: Repairs from the 2013 flood are ongoing. In January 2014, the County entered into professional services contracts with three engineering consultants to help with the design repairs and construction inspection of flood damaged sites. Of the 34 damaged sites, 8 are in the design phase, 2 are ready for bid, 7 are currently in the construction phase, and permanent repairs have been completed at 17 sites. St. Vrain Basin: All projects repairs have been designed. ICON is currently performing construction inspection on 7 repair jobs in the St. Vrain Basin. These seven jobs are scheduled to be completed by the middle of January. ICON is also finalizing the design drawings for the drop structure and bike trail at BR9.5-24.5A. The bid on this project will go out in January with construction starting in late February or early March. ICON will do the inspection of this project as well. I would anticipate that ICON will be completed with their flood repair projects by June, weather permitting. ICON increased their rates by 2.9% for 2015. I have talked with Tommy and Trevor about the rate increase and there are no issues regarding our reimbursement with FEMA. South Platte Basin: Atkins has completed the design on all of their projects except the Kersey Bridge. They will work on the preliminary bridge design and CR 53 through February at which point, we will have to present the design to CDOT and FHWA for approval. If CDOT and FHWA approve the preliminary design, Atkins will spend the rest of the year working on the final design, ROW acquisition, and permitting. They would need to have their contract extended again at the end of 2015 in order to provide construction inspection during construction in 2016-2017. We will also need to use Atkins for construction inspection on the CR 87 repair project. The CR 87 project should be completed by the end of 2015. Atkins increased their rates by 2.9% for 2015. I have talked with Tommy and Trevor about the rate increase and there are no issues regarding our reimbursement with FEMA. Big Thompson Basin: BHI is currently working on designing the repairs at the 6 sites in the Big Thompson basin. The design on 5 of these projects is almost complete and will be going to bid in January with construction starting in late February or early March. We are waiting on CDOT approval to begin the permanent repair design of BR54-13A. We should be able to go to construction in the fall with completion by the end of 2015. BHI will provide the inspection services on all 6 projects. BHI does not plan to increase their rates for 2015. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) 1. Renew the contracts for all three companies through 2015. ICON and BHI already have work orders in place to allow for the design and inspection of all the remaining sites in the St. Vrain and Big Thompson Basin. Atkins will need new work orders for the final design of BR53/58A and the CR 87 project inspection. 2. Do not review the contracts for any of the three companies. Weld County staff will have to perform all of the construction inspection on the remaining sites. The final design for BR53/58A would still have to be bid out. Recommendation: Authorize Public Works to place the contract renewals on the BOCC agenda for approval. Approve Recommendation Douglas Rademacher, Chair Barbara Kirkmeyer, Pro -Tern Sean P. Conway Mike Freeman William F. Garcia Schedule Work Session Other/Comments: M:\Ciayt2013 Flood\Contract Renewals\Contract Renewal Pass Around.docx ADDENDUM TO AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY AND ATKINS NORTH AMERICA, INC FOR (SEPTEMBER 2013 FLOOD RECOVERY PROJECTS) — (WORK ORDER TYPE) GG lm Teo This Addendum to the Agreement is made and entered into this D day of Lc n r , 2014 by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through the Board of County Commissioners of Weld County, Colorado, hereinafter referred to as "County," with offices located at 1150 '0' Street, Greeley, Colorado 80632, and Atkins North America, a corporation whose address is 4601 DTC Blvd., Suite 700, Denver, Colorado 80237, hereinafter referred to as "Contract Professional". WHEREAS, the parties entered into an Agreement for Professional Services on January 13, 2014, (referenced by Weld County Clerk to the Board document number 2014-0117), hereinafter called the "Agreement"; and WHEREAS, Section 3 of the Agreement allows for the extension of the term of the Agreement upon specific written consent of the parties; and WHEREAS, the County and the Contract Professional desire to extend the Agreement pursuant to Section 3 of the Agreement, upon all terms as stated in the Agreement, except as specifically described in this Addendum, below. NOW, THEREFORE, it is agreed by the Parties that the following changes are made to the aforementioned AGREEMENT as follows: 1. Add the following (capitalized) language to Section 3 of the Agreement: "The term of this Agreement begins upon the date of the execution of this ADDENDUM TO THE Agreement by County..." 2. Update Exhibit C to the Agreement to delete the Contract Professional's rate schedule and replace it with Contract Professional's updated rate schedule, which is attached hereto and fully incorporate herein. All other terms and conditions set forth in the Agreement shall remain the same. CONTRACT PROFESSIONAL ew hey ?4 20Ie( Signature Date L'Lite Name !Diu), siv Iii a-Kur Title Page 1 of 2 mop -I-3714 ATTEST: Weld County Clerk to t J BY: eputy rk to th APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: NIA County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO CbQ�-,lo1.�a-Q.IJt./ er, Chair DEC 0 8 2014 APPROVED AS2CfSL STANCE: ElSled 9fficial or Department Head Director of General Services Page 2 of 2 AC/4-3714 ATKINS 2015 HOURLY RATE SCHEDULE Weld County Post Flood Engineering Services Office Engineering Hourly Rates Office Engineering Hourly Rates Engineer III $93.00 Project Director $211.00 Engineer II $88.00 Engineer I $77.00 Sr. Designer II $149.00 Sr. Designer I $113.00 Sr. Project Manager $190.00 CAD Designer $108.00 Sr. CAD Technician II $93.00 Project Manager I $160.00 CAD Design Technician $82.00 Sr. Engineer IV $185.00 Sr. Engineer 111 $165.00 Sr. Engineer II $124.00 Sr. Engineer I $113.00 Office Hourly Office Hourly Engineering Rates Engineering Rates Technical Coordinator II $91.00 Sr. Scientist I $108.00 Scientist II $85.00 Operations Coordinator II $93.00 Sr. GIS Analyst I $93.00 GIS Analyst II $77.00 Sr. Program Assistant I $58.00 Program Assistant 11 $52.00 Administrative Clerk $47.00 Sr. Landscape Architect $175.00 Sr. ROW Appraiser $170.00 Landscape Architect II $96.00 ROW Surveyor $125.00 Project Surveyor $133.00 Construction Services Hourly Rates Construction Services Hourly Rates Sr. Resident Engineer Sr. Project Engineer II Sr. Project Engineer I Sr. Construction Manager Construction Manager Associate Construction Manager $146.00 $124.00 $103.00 $124.00 $108.00 $93.00 Construction Mngt. Rep. II Construction Mngt. Rep. I Sr. Field Representative II Sr. Field Representative I Jr. Field Representative Engineer I $76.00 $67.00 $82.00 $62.00 $41.00 $77.00 Sub Services Tiglas Hourly Sub Services Rates Shannon & Wilson, Inc. Hourly Rates Officer $232.00 Principal Scientist $100.00 Sr. Associate $165.00 Associate $144.00 Sr. Principal $134.00 Principal $118.00 Senior $108.00 Category IV $98.00 Category III $91.00 Category 111 $82.00 Category I $74.00 Staff Consultant $150.00 Sr. Technician/Drafter $95.00 Technician/Drafter IV $81.00 Technician/Drafter III $71.00 Technician/Drafter II $66.00 Technician/Drafter I $56.00 Administrative $77.00 Sub Services Woolpert Hourly Rates Group Manager Project Manager Project Surveyor Survey Technician CADD Technician 2 -man Crew 3 -man Crew 1 -man Crew Clerical $196.00 $154.00 $134.00 $108.00 $93.00 $170.00 $267.00 $113.00 $67.00 Direct Expenses mileage (rate per mile) Rate $0.56 or current IRS Standard Mileage Rate Hello