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