HomeMy WebLinkAbout20140511.tiff RESOLUTION
RE: APPROVE AGREEMENT FOR PROFESSIONAL SERVICES FOR RIGHT-OF-WAY
AND EASEMENT ACQUISITION AND AUTHORIZE CHAIR TO SIGN - WESTERN
STATES LAND SERVICES
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 an Agreement for Professional Services
for Right-of-Way and Easement Acquisition 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 Western States Land Services, commencing February 20, 2014, and ending
February 19, 2015, with further terms and conditions being as stated in said agreement, and
WHEREAS, after review, the Board deems it advisable to approve said agreement, a copy
of which is attached hereto and incorporated herein by reference.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld
County, Colorado, that the Agreement for Professional Services for Right-of-Way and Easement
Acquisition 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 Western
States Land Services, be, and hereby is, approved.
BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to
sign said agreement.
The above and foregoing Resolution was, on motion duly made and seconded, adopted
by the following vote on the 19th day of February, A.D., 2014.
BOARD OF COUNTY COMMISSIONERS
dacha.) C� ��,,,// WELD COUNTY OLORADO
ATTEST: U G: �C.LLa41 GO-AO C r
Dougl4 Rademac er Chair
Weld County Clerk to the Board / � t
S� a K rk er/�Am//P/-
� rbara Kirkmey, r, Pro-Tem J
BY: U cv. ` m
Deputy Clerk to the Boara1
Sean P. Conway
APPROV, DA y iRM: j �le_¢.r.,,.-
Mike Fre an
o ''y Attorney
F. Garcia
/ t 1161 I '''�•�=
Date of signature:09"026)'14 ,
CU?WIGS`P 2014-0511
a.at•I EG0070
X861 MEMORANDUM
Xi T rT ' \I To: Clerk to the Board
epiquitio
' \ From: Trevor Jiricek, Director, General Services
U) couNTYj
Subject: Western States Land Services, Inc.
Date: February 18, 2014
Please find attached a contract with Western States Land Services, Inc. for acquisition services to be
utilized by the Public Works Department. Procurement of this vendor was obtained in accordance with
Section 5-4-60.C. of the Weld County Code.
I recommend the Board of County Commissioners approve this contract.
SERVICE,TEAMWORK,INTEGRITY,QUALITY
l4 -0511
AGREEMENT FOR PROFESSIONAL SERVICES
RIGHT OF WAY AND EASEMENT ACQUISITION
ZE
THIS AGREEMENT is made and entered into this it—day of FeArllartl , 2014, by
and between the County of Weld, a body corporate and politic of the State of Colorado, by and
through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley,
Colorado 80631 hereinafter referred to as "County." And Western States Land Services, whose
address is 505 N. Denver Avenue, Loveland, Colorado, hereinafter referred to as "Contract
Professional."
WITNESSETH:
WHEREAS, County requires the services of an independent contract professional to
perform the "Professional Services" listed in the Scope of Services attached hereto and referred
to herein as "Exhibit A," as ordered by County in accordance with the terms set forth in a"Work
Order," in substantially the form shown on the attached "Exhibit B". All fee's to be charged by
Contract Professional and paid by County are described on the attached "Exhibit C", and,
WHEREAS, Contract Professional has the time available and is willing to perform the
Professional Services, according to the terms of this Agreement.
NOW,THEREFORE, in consideration of the mutual promises and covenants contained
herein,the parties hereto agree as follows:
I. TERM: The term of this Agreement shall be from February 20, 2014,
through and until February 19, 2015. This Agreement may be extended for
additional one-year periods, not to exceed two (2) additional one-year periods,
upon mutual written agreement of the parties. Changes in compensation for
extension terms shall be negotiated by and agreed to by both parties; however, in
no event shall such change exceed the Denver — Boulder - Greeley CPI-U as
published by the U.S.Bureau of Labor.
2. SERVICES PROVIDED BY CONTRACT PROFESSIONAL: Contract
Professional agrees to perform the Professional Services for the compensation
provided below. Contract Professional agrees to provide Professional Services in
accordance with the terms of Work Orders issued pursuant to this Agreement by
County. County reserves the right to independently bid any project rather than
issuing a Work Order to the Contract Professional for the same, pursuant to this
Agreement.
3. COMPENSATION: County agrees to pay Contract Professional for all
service performed hereunder as follows: the Professional Services shall be
provided at the rates set forth in Exhibit B, as may be modified or limited by
Work Order. All compensation amounts payable after the current fiscal year are
contingent upon funds for that purpose being appropriated, budgeted, and
otherwise made available.
2014-0511 14 0511
4. INDEPENDENT CONTRACTOR: Contract Professional agrees that he or
she is an independent contractor and will not become an employee of County, nor
is he or she entitled to any employee benefits from County as a result of the
execution of this Agreement.
5. INDEMNIFICATION AND DESIGN: Contract Professional shall
indemnify County, its officers and employees, against liability for injury or
damage caused by any negligent act or omission by Contract Professional in the
performance of this Agreement and shall hold County harmless from any loss
occasioned as a result of the performance of this Agreement. Contract
Professional shall be responsible for the professional quality, technical accuracy,
timely completion and the coordination of all services rendered by Contract
Professional and shall, without additional compensation, promptly remedy and
correct any errors, omissions, or other deficiencies.
6. INSURANCE: Contract Professional provide the following insurance
covering all operations, goods or services provided pursuant to this request.
Contract Professional shall keep the required insurance coverage in force at all
times during the term of the Agreement, or any extension thereof, during any
warranty period, and for three (3) years after termination of the Agreement. The
required insurance shall be underwritten by an insurer licensed to do business in
Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy
shall contain a valid provision or endorsement stating "Should any of the above-
described policies by canceled or should any coverage be reduced before the
expiration date thereof,the issuing company shall send written notice to the Weld
County Director of General Services by certified mail, return receipt requested.
Such written notice shall be sent thirty (30) days prior to such cancellation or
reduction unless due to non-payment of premiums for which notice shall be sent
ten (10) days prior. If any policy is in excess of a deductible or self-insured
retention, County must be notified by the Contract Professional. Contract
Professional shall be responsible for the payment of any deductible or self-insured
retention. County reserves the right to require Contract Professional to provide a
bond, at no cost to County, in the amount of the deductible or self-insured
retention to guarantee payment of claims. The insurance coverages specified in
this Agreement are the minimum requirements, and these requirements do not
decrease or limit the liability of Contract Professional. Contract Professional shall
maintain, at its own expense, any additional kinds or amounts of insurance that it
may deem necessary to cover its obligations and liabilities under this Agreement.
A. Types of Insurance: Contract Professional shall maintain at all times during the
term of the Agreement, insurance in the following kinds and amounts:
a. Workers' Compensation Insurance as required by state statute, and
Employer's Liability Insurance covering all of Contract Professional's
employees acting within the course and scope of their employment.
b. Commercial General Liability Insurance written on ISO occurrence form CG
00 01 10/93 or equivalent, covering premises operations, fire damage,
independent Contractors, products and completed operations, blanket
contractual liability, personal injury, and advertising liability with minimum
limits as follows:
i. $1,000,000 each occurrence;
ii. $2,000,000 general aggregate;
iii. $2,000,000 products and completed operations aggregate;
iv. $50,000 any one fire; and
v. $500,000 errors and omissions.
B. Automobile Liability: Contract Professional shall maintain limits of$1,000,000
for bodily injury per person, $1,000,000 for bodily injury for each accident, and
$1,000,000 for property damage applicable to all vehicles operating both on
County property and elsewhere.
C. Additional Provisions:
1. Policies for all general liability, excess/umbrella liability, liquor liability and
pollution liability must provide the following:
i. If any aggregate limit is reduce by twenty-five percent (25%) or more by
paid or reserved claims, Contract Professional shall notify County within
ten (10)days and reinstate the aggregates required;
ii. Unlimited defense costs in excess of policylimits;
iii. Contractual liability covering the indemnification provisions of this
Agreement;
iv. A severability of interests provision;
P ,
v. Waiver of exclusion for lawsuits by one insured against another;
vi. A provision that coverage is primary;and
vii.A provision that coverage is non-contributory with other coverage or self-
insurance provided by County.
2. For all general liability, excess/umbrella liability, liquor liability, pollution
liability and professional liability policies, if the policy is a claims-made
policy, the retroactive date must be on or before the contract date or the first
date when any goods or services were provided to County, whichever is
earlier.
D. Contract Professional shall keep in force at all times during the term of the
Agreement as the same may be extended as herein provided, a commercial
general liability insurance policy, attached as Exhibit D, including public liability
and property damage, in form and company acceptable to and approved by said
Administrator.
E. Proof of Insurance: County reserves the right to require Contract Professional to
provide a certificate of insurance, a policy, or other proof of insurance as required
by the County's Risk Administrator in his sole discretion.
F. Additional Insureds: For general liability, excess/umbrella liability, pollution
Y
legal liability, liquor liability, and inland marine, Contract Professional's insurer
shall name County as an additional insured.
•
G. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall
waive subrogation rights against County.
H. Subcontractors: All subcontractors, subcontractors, independent contractors, sub-
vendors, suppliers or other entities providing goods or services required by this
Agreement shall be subject to all of the requirements herein and shall procure and
maintain the same coverages required of Contract Professional. Contract
Professional shall include all such subcontractors, independent contractors, sub-
vendors suppliers or other entities as insureds under its policies or shall ensure
that all subcontractors maintain the required coverages. Contract Professional
shall provide proof of insurance for all subcontractors, independent contractors,
sub-vendors suppliers or other entities upon request by the County.
7. NON-ASSIGNMENT: Contract Professional may not assign or transfer
this Agreement,any interest therein or claim thereunder, without the prior written
approval of County.
8. ACCESS TO RECORDS: County shall have access to Contract
Professional's financial records, related specifically to the work performed
hereunder, for the purposes of audit. Such records shall be complete and
available for audit 90 days after final payment hereunder and shall be retained and
available for audit purposes for at least five years after final payment hereunder.
9. TERMINATION: Either party may terminate this Agreement at any time
by providing the other party with a 10-day written notice thereof. Furthermore,
this Agreement may be terminated at any time without notice upon a material
breach of the terms of the Agreement.
10. TIME OF THE ESSENCE: Time is of the essence in each and all of the
provisions of this Agreement.
11. ENTIRE AGREEMENT/MODIFICATIONS: This Agreement constitutes
the entire understanding between the parties with respect to the promises and
covenants made therein. No modification of the terms of this Agreement shall be
valid unless made in writing and agreed to by both parties.
12. NON-APPROPRIATION: No portion of this Agreement shall be deemed
to create an obligation on the part of County to expend funds not otherwise
appropriated in each succeeding year.
13. WAIVER OF IMMUNITIES/THIRD PARTY LIABILITY:No term or
condition of this contract shall be construed or interpreted as a waiver,express or
implied,of any of the immunities,rights, benefits,protections or other provisions,
of the Colorado Governmental Immunity Act of§§24-I 0-101 et. seq.,as
applicable now or hereafter amended. It is expressly understood and agreed that
the enforcement of the terms and conditions of this Agreement, and all rights of
action relating to such enforcement,shall be strictly reserved to the undersigned
parties and nothing in this Agreement shall give or allow any claim or right of
action whatsoever by any other person not included in this Agreement. It is the
express intention of the undersigned parties that any entity other than the
undersigned parties receiving services or benefits under this Agreement shall be
an incidental beneficiary only.
14. COUNTY REPRESENTATIVE: County will designate, prior to
commencement of work, its project representative("County Representative")who
shall make, within the scope of his or her authority, all necessary and proper
decisions with reference to the project. All requests for contract interpretations,
change orders, and other clarification or instruction shall be directed to County
Representative.
15. MONTHLY REPORT: Commencing thirty (30) days after the date of
execution of this Agreement and every thirty (30) days thereafter, Contract
Professional is required to provide County with a written report of the status of
the work with respect to the Scope of Services. Work Schedule, and other
material information. Failure to provide any required monthly report may, at the
option of the County,suspend the processing of any partial payment request.
I6. ACCEPTANCE NOT WAIVER: County's approval of drawings, designs,
plans, specifications, reports, and incidental work or materials furnished hereunder
shall not in any way relieve Contract Professional of responsibility for the quality
or technical accuracy of the work performed by the Contract Professional.
County's approval or acceptance of, or payment for, any of the services shall not
be construed to operate as a waiver of any rights or benefits provided to County
under this Agreement. The Contract Professional shall not be held liable for
information provided by County if that information is incorrect.
17. OWNERSHIP: All work and information obtained by the Contract
Professional under this Agreement or individual work order shall become the
property of the County. This includes, but is not limited to, reports, data, plans,
drawings,records and computer files.
18. PUBLIC CONTRACTS FOR SERVICES C.R.S. §8-17.5-101.
Contractor certifies, warrants, and agrees that it does not knowingly employ or
contract with an illegal alien who shall perform work under this Agreement and
shall confirm the employment eligibility of all employees who are newly hired for
employment in the United States to perform work under this Agreement through
participation in the E-Verify Program or the State program established pursuant to
CRS §8-17.5-IO2(5)(c), Contractor shall not knowingly employ or subcontract
with an illegal alien to perform work under this Agreement or enter into a contract
with a subcontractor that fails to certify with Contractor that the subcontractor
shall not knowingly employ or contract with an illegal alien to perform work under
this Agreement. Contractor (a) shall not use E-Verify Program or State program
procedures to undertake pre-employment screening of job applicants while this
Agreement is being performed, (b) shall notify the subcontractor and County
within three days if Contractor has actual knowledge that a subcontractor is
employing or contracting with an illegal alien for work under this Agreement, (c)
shall terminate the subcontract if a subcontractor does not stop employing or
contracting with the illegal alien within three days of receiving the notice, and (d)
shall comply with reasonable requests made in the course of an investigation,
undertaken pursuant to CRS §8-17.5-102(5), by the Colorado Department of Labor
and Employment. If Contractor participates in the State program, Contractor shall
deliver to County, a written, notarized affirmation, affirming that County has
examined the legal work status of such employee, and shall comply with all of the
other requirements of the State program. If Contractor fails to comply with any
requirement of this provision or CRS §8-17.5-101 et seq., County may terminate
this Agreement for breach and, if so terminated, Contractor shall be liable for
damages.
19. IMPROPRIETIES/CONFLICT OF INTEREST. No officer, member or employee
of Weld County and no member of their governing bodies shall have any
pecuniary interest, direct or indirect, in the approved Agreement or the proceeds
thereof. The Appearance of Conflict of Interest applies to the relationship of a
Contractor with the Department when the Contractor also maintains a relationship
with a third party and the two relationship are in opposition. In order to create the
appearance of a conflict of interest, it is not necessary for the Contractor to gain
from knowledge of these opposing interests. It is only necessary that the
Contractor know that the two relationships are in opposition. During the term of
the Agreement, Contractor shall not enter into any third party relationship that
gives the appearance of creating a conflict of interest. Upon learning of an existing
appearance of a conflict of interest situation,Contractor shall submit to the
Department,a full disclosure statement setting forth the details that create the
appearance of a conflict of interest. Failure to promptly submit a disclosure
statement required by this paragraph shall constitute grounds for the Department's
termination,for cause, of its Agreement with the Contractor.
Contractor certifies that Federal appropriated funds have not been paid or will be
paid,by or on behalf of Contractor,to any person for influencing or attempting to
influence an officer or employee of an agency,a Member of Congress, an officer
or employee of Congress,or an employee of a Member of Congress in connection
with the awarding of any Federal contract, the making of any Federal grant,the
making of any Federal loan,the entering into of any cooperative agreement,and
the extension,continuation,renewal,amendment,or modification of an Federal
contract, loan,grant,or cooperative agreement.
20. CERTIFICATION. Contractor certifies that,at the time of entering into this
Agreement, it has currently in effect all necessary licenses,approvals, insurance,
etc., required to properly provide the services and/or supplies covered by this
Agreement. Copies of all necessary licenses shall be provided to the Department
by the Contractor prior to the start of any Agreement.
•
21. REPRESENTATIVES. For the purpose of this Agreement, the individuals
identified below are hereby designated representatives of the respective parties.
Either party may from time to time designate in writing a new or substitute
representative(s).
For County: For Contractor:
Name: Leon Sievers Name: Phil B.Mazur
Title: Right of Way Agent Title:President
22. NOTICE. All notices required to be given by the parties hereunder shall be given
by certified or registered mail to the individuals at the addresses set forth below.
Either party may from time to time designate in writing a substitute person(s)or
address to whom such notices shall be sent.
For County: For Contract Professional:
Name: David Bauer Name: Phil B.Mazur
Title: County Engineer Title:President
Address: 1111 H St. Address:505 N. Denver Ave
Greeley, CO 80631 Loveland,Colorado
23. WARRANTY. The Contractor warrants that services performed under this
Agreement will be performed in a manner consistent with the professional
standards governing such services and the provisions of this Agreement.The
Contractor shall faithfully perform the work in accordance with the standards of
care, skill,training,diligence and judgment provided by highly competent
individuals and entities that perform services of a similar nature to those described
in this Agreement including Exhibits A,B, C, and D.
24. ACCEPTANCE OF SERVICES NOT A WAIVER. Upon completion of the
work, the Contractor shall submit to Department originals of all tests and results,
reports, etc., generated during completion of this work. Acceptance by Department
of reports and incidental material(s) furnished under this Agreement shall not in
any way relieve the Contractor of responsibility for the qu
ality y q alrty and accuracy of the
services. In no event shall any action by the Department hereunder constitute or be
construed to be a waiver by the Department of any breach of covenant or default
which may then exist on the part of the Contractor, and the Department's action or
inaction when any such breach or default shall exist shall not impair or prejudice
any right or remedy available to the Department with respect to such breach or
default; and no assent, expressed or implied, to any breach of any one or more
covenants, provisions or conditions of the Agreement shall be deemed or taken to
be a waiver of any other breach. Acceptance by the Department of,or payment for,
any services performed under this Agreement shall not be construed as a waiver of
any of the Department's rights under this Agreement or under the law generally.
25. EMPLOYEE FINANCIAL INTEREST/CONFLICT OF INTEREST. C.R.S. §§24-
18-201 ET SEQ. AND §24-50-507. The signatories to this Agreement aver that to
their knowledge, no employee of Weld County has any personal or beneficial
interest whatsoever in the service or property which is the subject matter of this
Agreement. The Contractor has no interest and shall not acquire any interest direct
or indirect, which would in any manner or degree with the performance of the
Contractor's services and the Contractor, shall not employ any person having such
known interests. During the term of this Agreement, the Contractor shall not
engage in any business or personal activities or practices or maintain any
relationships which actually conflict with or in any way appear to conflict with the
full performance of its obligations under this Agreement. Failure by the Contractor
to ensure compliance with this provision may result, in the Department's sole
discretion, in immediate termination of this Agreement. No employee of the
Contractor nor any member of the Contractor's family shall serve on a County
Board, committee or hold any such position which either by rule,practice or action
nominates, recommends, supervises Contract Professional's operations, or
authorizes funding to the Contractor.
26. Board of County Commissioners of Weld County Approval. This Agreement shall
not be valid until it has been approved by the Board of County Commissioners of
Weld County,Colorado.
27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established
pursuant thereto, shall be applied in the interpretation, execution, and enforcement
of this Agreement. Any provision included or incorporated herein by reference
which conflicts with said laws, rules and/or regulations shall be null and void. In
the event of a legal dispute between the parties, Contract Professional agrees that
the Weld County District Court shall have exclusive jurisdiction to resolve said
dispute.
28. Attorneys Fees/Legal Costs. In the event of a dispute between County and
Contract Professional, concerning this Agreement,the parties agree that each party
shall be responsible for the payment of attorney
p p y ees andlorle al costs incurred b g by
or on its own behalf
G_�
IN WITNESS WHEREOF,the parties hereto have signed this Agreement this // day of
Fe frru a rr� ,
COUNTY:
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
ATTEST: ajdo; 071 ,, `�SI, u�
J NI Radem:Cher, Chair
Weld County Clerk to the Board Ji
,�. : . I FEB 1 9 2014
Ris►�,`''�►��
"" ���"" 1 � ' 1
BY: 0.40jiat1_ r�4,lll+�� „N
Dep y Clerk to the
CONTRACT PROFESSIONAL:
B� ) Date February 18, 2014
Name:
Title: President
SUBSCRIBED AND SWORN to before me this 18th day of February , 2014
WITNES. y hand and official seal.
LUNETTE P. KWAN
L 1 NOTARY PUBLIC
STATE OF COLORADO
•tary Public NOTARY ID 19974000372
MY COMMISSION EXPIRES 02/02/2017
My commission expires: 9/ 1
aoi os1/
Exhibit A
SCOPE OF WORK
The Consultant will work closely with County staff to provide professional services related to the
acquisition of rights-of-way and easements for public improvement projects, including roads, bridges,
culverts and drainage facilities. The Consultant will be expected to provide the following services on an
as-needed basis:
I. Meetings and General Coordination/Research—Assist County staff and County title consultants
in determining ownership of affected parcels. Must also coordinate with appraisal consultants,
local attorneys,surveyors,title companies,and project managers, as required. The vendor should
have extensive knowledge of Weld County and its road system, land values within Weld County,
landowners residing in Weld County,and experience in accessing Weld County's public records.
2. Preparation of Documentation—Incorporating legal descriptions,title work and appraisal
information,consultant must prepare documentation,including notice letters and
contracts/agreements for proposed acquisitions.
3. Negotiations—Consultant must present County's offer and negotiate in good faith with subject
property owners. Negotiation procedures must conform to local,State, and Federal requirements.
4. Close Acquisitions Consultant shall work with County staff and title company in order to
attempt to obtain clear title,obtain County's approval of any contracts/agreements,and effect
exchanges of agreed-upon consideration with the necessary documentation,such as deeds,
easements,etc. Included in this process will be obtaining necessary releases from financial
encumbrances on the subject property, if any. After completion of acquisition, consultant shall
provide to County all associated documentation.
5. Relocation Services—Dependent upon the nature and funding of the project,consultant shall
prepare necessary relocation notices and provide relocation advisory services to residents and
businesses that will require relocation as a part of the project. If necessary,market research will
be performed to locate comparable housing and business locations and written determinations of
potential benefits prepared for the County's approval. Administration of the relocation process
will be performed in a manner consistent with County policy and/or federal law,as required.
6. Appraisals—Consultant may be required to subcontract with qualified,County approved,
appraiser(s)to provide appraisal reports on subject properties.
NOTES:
A. A formal Work Order will be used for all projects.
B. The Consultant shall indicate prior to initiation of any work order if any work is intended to be
performed by sub-consultants or persons outside of the firm. The proposer shall name the sub-
consultants.
Exhibit B
WORK ORDER FORM
PURSUANT TO AN AGREEMENT BETWEEN
WELD COUNTY
AND
Contractor
DATED:
Work Order Number:
Project Title:
Commencement Date:
Completion Date:
Limitations on compensation: Not to exceed$
Professional agrees to perform the services identified
above and on the attached forms in accordance with The attached forms are hereby accepted and
the terms and conditions contained herein and in the incorporated herein: Exhibit A—Scope of Work,
Professional Services Agreement between the parties, Exhibit B — Cost/Fee Breakdown, Exhibit C —
dated , 2014. In the event of a Proposed Schedule.
conflict between or ambiguity in the terms of the
Professional Services Agreement and this work order
(including the attached forms) the Professional Weld County Public Works Department
Services Agreement shall control.
By:
Project Manager
Date:
CONTRACTOR
• By:
By: Director of Public Works
Date:
Title:
Date: By:
Douglas Rademacher,BOCC Chair
•
ATTEST:
Weld County Clerk to the Board
By:
Deputy Clerk to the Board
Exhibit C
Fee Schedule
Personnel Classification Rates Per Hour Rates Per Hour
(Federal Aid Projects) (Non-Federal Aid Projects)
• Supervisor $75.00/hour $70.00/hour
Project Manager $75.00/hour $65.00/hour
Right-of-Way Specialist II $75.00 1 hour $65.00 1 hour
Right-of-Way Specialist I $60.00/hour $55.00/hour
Support Staff $40.00 1 hour $38.001 hour
Vehicle Mileage State/Federal Rate State/Federal Rate
(currently$0.50/mile) (currently$0.50/mile)
Photocopies&Large Format Plots $0.20-$5/page $0.20-$5/page
Other expenses:
Expenses are charged at actual cost with no surcharge:
Vehicle mileage: (state/federal rate)
Facsimile transmissions: $1.00/page
Direct expenses for items such as postage,telephone,etc.are charged at actual cost with no surcharge.
I
Exhibit D
_Ac d@, OP!p lS
�.J CEFflr ICA i E OF LIABILITY INSURANCE o.re,r_azn•1 "i
01,27!2014
DOS CERTIFit:ATE IS.SSIIEO AS A?SATEEN Of SNFCRNAIION ONLY Amin CONFERS NC FLIGHTS DPO4 TUE CtHT}FiCATE ItOLDER.NIS
CERTIF KATE DOES NOT AFPIREATIVELY OR NEGATIVELY AMERL).FSTEND OR Al TEN THE COVERAGE AFrORDFD EY T!IF POLICIES
BELOW. TENS CERTIFICATE OF INSURANCE DOES awn l:ONSTIIVIE A CUM ZRACT DE'AYEEN THE ISSUING INSURERS),AUTIIORIr0 REPRESE.NTAT1 tC OR?HOOIJC E R,AND I HE CERI IFICATE JIM DER.
IWPORIA NI. II the certificate Mohler is-an ADDtTIODAL M)SUR@U.!iv relicylic:.)"nisi to encorsor If SUBROGATION IS►VALVED,sUD'ect le the terms amd conditions of Iht,policy.certain ornicio.mat,MINIM 31:en:lnrsemehw A cheeorent on Chia certilicalc Jn,:.'Ed canter rights is lIS
oorllf.cete holder IM IOU DI SUth Cl,dnrSeTIS111 8)1
Wm o.Seeley,a Schaefer, FNRY „__, _,
_-..
:1640W.11 Y5h,henUc M.P...
raei _
YVeslnlelcIc..CO 051131 �A. __ -�
D John SR,J.ry C_ainiA rR: WESTE'1 • _.--.•. 1
.--Li4Ca!t•M116FF7RdN.:rLYlA5GL _ - cAC'•:m.SEa Western Slated Land Services T yS;A•Americarl Slates Insurance _ _ _ '
505 1' Denver Avenon 1tsLAEa a•Pinnace Assurance _ I
Loveland,0080537
41190
—. Y .
0OL,TCR 0;
'SELL I• _ ••.
MIME F.
.. . . 1
COVERAGES CERTIFICATE NUMBER: REVISIONNIISIBSR-
LOS IS T= 'eR SIFY THAT 1-.-if FlU TrIES or;'YSLIRANCE S ISTED rls:..AY PALE BETH t&SUeD TO 110;I85a.RED hArArn AEO'JF inn"IL PD'J_':En Oa
INDS:A!iD. \uI:VLr,4STA.1T:IUF ANY ItECUIIIIi. iT,7ERUI OR ONDI)ION Of AN.CON'RA:T OR OTIIER OOCutAFNI 00tH RE91-PCl 10 7NIICH 1HIS
CFRTIFCAT=_MAY Lit ISSUED DS M.AY FEa TAP:.:4E IYSURAI'JCF Al It ,0LI::w riE FOL:C-E5 ErSF.s:6_o HER It.IT SNIi,rECT T0 AI:-lit'LI3'.TS
��ccSX..L LISIOES Am l tit lNFa1iONS 12E Sher POtIC:SS.11411 4 SHOWN::OY 7-AYE RWEN REXIS�g.�ED SY PAID CJAU.'S•
Il Tl. --T1140P IIriVAAR=S .... '0 TS1IE1< .-.• ••-�—•.•-- -IJ412!•'.-.K7-['FEiM' _ ..___..._.v.
MD,_._J.LILlrY,nl5mr.R __ ¢Y�Y$LwlaLtr'1t1r 1503_
Er.e.o=tita;ACE I r Q,oW_no
A i X l ccuir.-yclx cfikEtA,LLIcy.rr ; O2DPOSelOSSO 12:1512013i 12!15!2014'Ctv =-Uk`A.'', ---
E R ..5':s
• '-1 VAr150+406!Ai=bit; I. lt.•gRi'nS1j .i 2M D5
_..-......... ._.- I • 'LED EYI'ITrq w�rrni'4' ! tQ.QaO'
I 'PERSe:ut can:*hurt! ,t 2.D i
OO,0011'
— D.r+F.4A:a'wSI.TAIL •F •.d.0B0.ae
•I' 1 AGGRF4S*E cPI:T.R=•T=L'GOES `j
n¢
i I ... .
} L'GC.:•:_ cnra.lP arty• .A 1,000.05AVtot tlO LE USEUTY , . l -• ._.. ;
CCA�JI SEE ME.1.'6 1
A .XIAn.•A1-0 ! ` CC77al41S �01/30r2G14�GL'3IV2D15,--'�'nli '> 1,OGO.QO�
�'A.Oe:+-603- r06 ,b.ok-10:0E.Mn --- .
5CHEUULEitAiI IDs f OSIA'r b:IYS..i'i,+:Coln;•5
4. ...._....
X iamb e.Y.O5 I'2aPLn c l4uy.`E... - .
IPEh;:CCrJ:rte• s
X PPII.u11:=':auI CS I - l� .. .._..
11
�V•.Y:eRAALA LIEU CLti.'I I� I .----��-.• I�
i I Ixeess;ma : {Ltceau+I. • _� '—'..-___ ...._
_ RLO!Kl1A1E 'ABroti:gA15.. __.. .Q
_ -I IlhllnilON s , Y •1
'
. 1 _•j..__... ._
YlOlltalei ROSIMENEATIOq -' ••-.—......_I- — !
\60 WP•_cvcna•L'aRI:IrY I X I 10' --
• Y
:N IUa`r;N:L3 l I.R, ___
B .r,Fr '0c,,,E%Cimw.Ei a.,. — �i brAi 903222 01151.201..611}112015'EL CAcl1:.!C Dr_3T A 100,000
Grr-c(:pDc cn '---I.•-- - .. --.
ac ma. i I r__D.RFISE II,52:.lu•'LLI A 100,001:
'147';-:.'.,"4',...!1-:7Ftk`i1r..rons rnm I rI -5
I '._. , '. T t c,s:.Vl.:.a.x1'.Ws:A 500,00E
0!a�IIlT.tnY..OPERa-gNa I LCC.:TIa,13 J•il ICCAes(Al1aAR l0pa a rot,AnuwOr II Ra•.I+ra1:crecu'r,o•q,ace sp....lag..
CERTIFICATE HOLDER _ --,--- CANCEL!ATION
SHOULD Ally OF THE ABOVE DESCRIBED POLICIES BE CANCELLED B_TCRF
1FE ESPMATON DATE THEREOF, )J0TICE S>11.1 OE DEL;1rERCIt in;
ACCORDANCE WITH THE.POLICY PROVISIONS.
•
WISER US REPRi•l LRTATWE -
8)1880.2509 ACDRD CORPORATION.All rights reserved.
ACORO 25(2009/041 The ACORD name and loge era registered marks of ACORD
2
Hello