Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
10ci CONTRACT RENEWALS
TO: Mayor and Council FROM: Pieter Van Ry, Englewood Utilities and South Platte Renew Director Josh Roach, Utilities Deputy Director – Operations and Maintenance Ben Alexenberg, Utilities Electrical, Instrumentation & Controls Program Manager DATE: October 6, 2025 SUBJECT: Contract for Services Renewal with Power Solutions Group, LLC for Electrical Support Services DESCRIPTION Contract for Services (CFS) renewal with Power Solutions Group, LLC for electrical support services. RECOMMENDATION Utilities staff is seeking City Council approval of a CFS renewal with Power Solutions Group, LLC for electrical support services in an amount not to exceed $500,000. The Water and Sewer Board recommended Council approve the CFS renewal with Power Solutions Group, LLC during its September 9, 2025 meeting. SUMMARY In 2020, Utilities completed a comprehensive Master Plan for the water system, which identified several needs to address aging infrastructure, single points of failure, and areas of risk. As identified in the 2020 Master Plan, significant improvements are needed in Electrical, Instrumentation, and Controls (EI&C) at the Allen Water Treatment Plant (WTP) and its remote pump stations. Staff has identified projects for 2025 and 2026 that include improvements to the main and emergency backup power systems, as well as the installation of Instrumentation and Controls (I&C) equipment throughout the Allen WTP and remote sites. This work requires a coordinated effort by electricians, integrators, and programmers. Electricians ensure the power source is sufficient, then run the power and control conduit and wire to the I&C equipment. Integrators procure, start up, configure, and calibrate I&C equipment. Programmers implement the control strategy into the Supervisory Control and Data Acquisition (SCADA) system, writing code to create the Human-Machine Interface (HMI) and communicate with the I&C equipment. ANALYSIS Utilities staff recommends approval of a CFS renewal with Power Solutions Group, LLC for electrical support services for one (1) year, in an amount not to exceed $500,000. A Request for Proposal (RFP) was developed and advertised on the Rocky Mountain E-Purchasing System (BidNet) in December 2021. The selection committee selected Power Solutions Group LLC, M. Gilmore Electric LLC, and McDade-Woodcock, Inc. to execute on-call contracts based on the evaluation criteria. City procurement policies allow for four (4) one-year renewal terms for new contracts following the initial contract established under the RFP. The renewal with Power Solutions Group, LLC is recommended due to the firm’s strong institutional knowledge, demonstrated successful performance, and technical expertise in the municipal water and wastewater sector. Per City procurement policy, this is the third one-year renewal of four (4) for this contract. Page 478 of 1257 Each of the three (3) contractors will have a similar scope of work. While these on-call contracts establish maximum values, they do not guarantee work to any contractor or discipline. Task orders will be issued on a project-by-project basis, with proposals evaluated individually. In awarding task orders, the City will also consider each contractor’s current workload to ensure adequate capacity and priority for City projects. PROPOSED MOTION Motion to approve the Contract for Services renewal, CFS-22-28, with Power Solutions Group, LLC for on-call electrical services in an amount not to exceed $500,000. FINANCIAL IMPLICATIONS Funding for this purchase is included in the 2025 and proposed 2026 Utilities budgets. Three (3) separate $500,000 contracts are proposed to be renewed with Power Solutions Group LLC, M. Gilmore Electric LLC, and McDade-Woodcock, Inc. All three (3) contracts will be managed within a total budget not to exceed $500,000. Source of Funds Line-Item Description 2025 Line-Item Budget 2025 YTD Line-Item Expensed Proposed 2026 Line-Item Budget Purchase Amount 40– 1609– 61265 Water Fund, Engineering, Water Treatment $5,749,752 $3,016,112 $5,937,714 $500,000* *Maximum purchase amount of $500,000 over a one-year contract term. PROCUREMENT INFORMATION Project: Electrical, Instrumentation, and Controls Improvements Account Number: 40–1609–61265 Project & Task Number: 40 30005 Util AWTP EI&C Improvs., 003: Util. EI&C Constr. CONNECTION TO STRATEGIC PLAN Infrastructure: • Ensure protection of the City's water infrastructure Sustainability: • Maintaining infrastructure Safety: • Ensure safe drinking water is delivered to customers ATTACHMENTS Contract Approval Summary (CAS) Renewal CFS-22-28 / Statement of Work / Power Solutions Group, LLC PowerPoint Presentation Page 479 of 1257 Contract Number: City Contact Information: Staff Contact Person Phone Title Email Summary of Terms: Original Contract Amount Estimated Start Date 10/13/2025 Amendment Amount Estimated End Date 10/12/2026 Amended Contract Amount Total Term in Years 1.00 Vendor Contact Information: Name Contac Address Phone Email Englewood CO City State Zip Code Contract Type: Please select from the drop down list Descripiton of Contract Work/Services: Procurement Justification of Contract Work/Services: City of Englewood, Colorado CONTRACT APPROVAL SUMMARY The work involves the execution of urgent and as-needed electrical services to support electrical and control system needs at the Allen Water Treatment Plant and remote pumping, conveyance, and storage facilities. Close coordination with City Staff will be conducted throughout the execution of the work. There is no guarantee that the Contractor will receive a project, nor is there a guarantee that each division will have a project. The City will evaluate the Contractor’s proposals for each project on a case-by-case basis. The City will consider the workload of the Contractor before awards are made to ensure that the City’s project obtains adequate priority from the selected Contractor. Per RFP-21-057 Utilities staff recommends approval of a CFS renewal with Power Solutions Group, LLC for electrical support services for one (1) year, in an amount not to exceed $500,000. A Request for Proposal (RFP) was developed and advertised on the Rocky Mountain E-Purchasing System (BidNet) in December 2021. The selection committee selected Power Solutions Group LLC, M. Gilmore Electric LLC, and McDade-Woodcock, Inc. to execute on-call contracts based on the evaluation criteria. City procurement policies allow for four (4) one-year renewal terms for new contracts following the initial contract established under the RFP. The renewal with Power Solutions Group, LLC is recommended due to the firm’s strong institutional knowledge, demonstrated successful performance, and technical expertise in the municipal water and wastewater sector. Per City procurement policy, this is the third one-year renewal of four (4) for this contract. Each of the three (3) contractors will have a similar scope of work. While these on-call contracts establish maximum values, they do not guarantee work to any contractor or discipline. Task orders will be issued on a project-by-project basis, with proposals evaluated individually. In awarding task orders, the City will also consider each contractor’s current workload to ensure adequate capacity and priority for City projects. Renewal options available One renewal option remaining 80112 Payment terms (please describe terms or attached schedule if based on deliverables) C: (214) 546-1881 mhill@powersolutionsgroup.com Mason Hill Monthly Invoice Submittals –Contractor shall submit monthly invoices detailing costs incurred in conjunction with the project. Each invoice shall cover a period of one calendar month (or a four (4) week period) and shall be submitted to the City within six (6) weeks after the end of each billing cycle. Electronic invoices shall be submitted to UtilitiesAP@EnglewoodCO.gov and the Englewood Utilities Project Manager. The following required information will be included: • Project title • Invoice date • Project PO number • Invoice number and billing period • Summary of work performed during invoice period, broken down and detailed by task City’s responsibilities include: • City shall provide payment in the form of Check or EFT • P.O. required upon approval of contract/agreement • 30-day net terms Renewal #3 CFS-22-28, On Call Electrical Support Services $ 500,000.00 $ - $ 500,000.00 Ben Alexenberg O: (303) 783-6853 C: (720) 326-0047 Utilities EI&C Manager BAlexenberg@englewoodco.gov Power Solutions Group, LLC 96 Inverness Drive, E CFS-Contract for Services Page 480 of 1257 City of Englewood, Colorado CONTRACT APPROVAL SUMMARY Budget Authorization of Contract Work/Services: Source of Funds: CAPITAL ONLY Contract/Item A B C D 1=A-B-C-D Capital Tyler New World Project Budgeted?Spent to Date Encumbrance Contract Budget Operating Year Project # / Task #Fund Division Account Line Item Descripti Name YES / NO Budget (Outstanding PO)Amount Remaining C 2025 40-30005-003 40 1609 61265 CFS Renewal 22-28, Power Solutions Group, LLC, On Call Electrical Services YES 5,749,752$ 3,016,112$ 4,809,828$ 500,000$ (2,576,188)$ C 2025 40-30005-003 40 1609 61265 CFS Renewal 22-29, M. Gilmore Electric, LLC, On Call Electrical Services YES 5,749,752$ 3,016,112$ 4,809,828$ 500,000$ (2,576,188)$ C 2025 40-30005-003 40 1609 61265 Renewal of CFS 22-30, McDade-Woodcock, Inc., On Call Electrical Services YES 5,749,752$ 3,016,112$ 4,809,828$ 500,000$ (2,576,188)$ C 2025 40-30005-003 40 1609 61265 PSA Renewal 22-93, Huffman Engineering, Inc., for Instrumentation and Control Services YES 5,749,752$ 3,016,112$ 4,809,828$ 250,000$ (2,326,188)$ C 2025 40-30005-003 40 1609 61265 PSA Renewal 22-92, Timber Line Electric and Control Corp. for Instrumentation and Controls YES 5,749,752$ 3,016,112$ 4,809,828$ 250,000$ (2,326,188)$ Total Current Year 5,749,752$ 3,016,112$ 4,809,828$ 2,000,000$ (4,076,188)$ C 2026 40-30005-003 40 1609 61265 CFS Renewal 22-28, Power Solutions Group, LLC, On Call Electrical Services YES 5,937,714$ -$ -$ 500,000$ 5,437,714$ C 2026 40-30005-003 40 1609 61265 CFS Renewal 22-29, M. Gilmore Electric, LLC, On Call Electrical Services YES 5,937,714$ -$ -$ 500,000$ 5,437,714$ C 2026 40-30005-003 40 1609 61265 Renewal of CFS 22-30, McDade-Woodcock, Inc. Electrical Support Services YES 5,937,714$ -$ -$ 500,000$ 5,437,714$ C 2026 40-30005-003 40 1609 61265 PSA Renewal 22-93, Huffman Engineering, Inc., for Instrumentation and Control Services YES 5,937,714$ -$ -$ 250,000$ 5,687,714$ C 2026 40-30005-003 40 1609 61265 PSA Renewal 22-92, Timber Line Electric and Control Corp. for Instrumentation and Controls YES 5,937,714$ -$ -$ 250,000$ 5,687,714$ Total - Year Two 5,937,714$ -$ -$ 2,000,000$ 3,937,714$ GRAND TOTAL 11,687,466$ 3,016,112$ 4,809,828$ $ *2,000,000 1,861,526$ Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment NOTES/COMMENTS (if needed): The full encumbrance amount may not be spent, so an overage is not anticipated. *Maximum purchase amount of $2,000,000 includes: Contract for Services renewal, CFS-22-28, with Power Solutions Group LLC for on-call electrical services in an amount not to exceed $500,000. Contract for Services renewal, CFS-22-29, with M. Gilmore Electric, LLC for on-call electrical services in an amount not to exceed $500,000. Contract for Services renewal, CFS-22-30, with McDade-Woodcock, Inc., for on-call electrical services in an amount not to exceed $500,000. Professional Services Agreement renewal, PSA-22-93, with Huffman Engineering, Inc. for Instrumentation and Controls services in an amount not to exceed $250,000. Professional Services Agreement renewal, PSA-22-92, in substantially the same form, with Timber Line Electric and Control Corp. for Instrumentation and Controls services in an amount not to exceed $250,000. Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Page 481 of 1257 City of Englewood, Colorado CONTRACT APPROVAL SUMMARY Process for Choosing Contractor: Attachment (For Capital Items Only / Expense Line Item Detail is Located in OpenGov): All Other Attachments: PLEASE NOTE: City Council Approval Required for the following: - Budgeted Contracts or Agreements greater than $250,000 - Non-Budgeted Contracts or Agreements greater than $125,000 RFP-21-057Solicitation Name and Number: Solicitation Evaluation Summary/Bid Tabulation Attached Prior Month-End Project Status and Fund Balance Report Evaluation Summary/Bid Tabulation AttachedEvaluation Summary/Bid Tabulation AttachedEvaluation Summary/Bid Tabulation AttachedContract Copy of Original Contract if this is an Amendment Copies of Related Contracts/Conveyances/Documents Addendum(s) Exhibit(s) Certificate of Insurance Page 482 of 1257 ______________________________________________________________________________________ 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodgov.org CFS-22-28 1 _____________________________________________________________________________________________ AMENDMENT NUMBER 3 TO CONTRACT FOR SERVICES Contract Number CFS-22-28 ON-CALL ELECTRICAL SERVICES Not to exceed $500,000.00 THIS AMENDMENT NUMBER 3 to the Contract for Services (CFS-22-28) made and entered into on this __________________________ by and between the City of Englewood hereinafter referred to as “City” and Power Solutions Group, LLC. (formerly Magna IV USA, Inc.), hereinafter referred to as “Consultant,” and collectively referred to as the “Parties.” WHEREAS, the Parties entered into the original CFS on March 15, 2022, for on-call electrical services; and WHEREAS, the Parties entered into Renewal Agreement No. 1 on September 8, 2023, and Renewal Agreement No. 2 on October 4, 2024; and WHEREAS, Consultant has provided services in accordance with the CFS, its Statement of Work, and within agreed timeframes; and WHEREAS, the Parties desire to renew the CFS for an additional one-year term under the terms set forth herein; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the Parties agree as follows: I. TERM The CFS is hereby renewed for a one-year term commencing on the City’s execution date below (“Effective Date”) and expiring one year thereafter, unless otherwise terminated in accordance with the CFS. II. ATTACHMENT A – OUTLINE OF STATEMENT OF WORK The Outline of Statement of Work attached hereto as Attachment A and incorporated herein by reference outlines the understanding and performance that each Party shall provide to the other pursuant to the terms and conditions of the CFS and this Amendment Number 3. The Attachment A attached hereto shall replace the Outline of Statement of Work as contained in the CFS and Renewal Agreement Number 1 and 2. III. ATTACHMENTS B AND C– 2025 RATE SHEET AND WIFIA The 2025 Rate Sheet (Attachment B) and WIFIA Wage Determination Requirements (Attachment C) are incorporated herein by reference and replace the prior rate sheet in Renewal Agreement No. 2. Consultant shall comply with all applicable requirements of the U.S. Environmental Protection Agency WIFIA program, and in the event of conflict between the CFS and WIFIA requirements, WIFIA requirements shall control. Page 483 of 1257 ______________________________________________________________________________________ 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodgov.org CFS-22-28 2 IV. COMPENSATION Compensation and Payment for the services described in the Outline of Statement of Work, attached hereto, shall be per the terms of Sections 5 and 17 of the CFS and Sections 8 and 9 of the attached Statement of Work, in an amount not to exceed $ 500,000.00 for this renewal term. V. PERFORMANCE AND PAYMENT BONDS Pursuant to C.R.S. § 38-26-105, Consultant shall furnish a Performance Bond and a Labor and Material Payment Bond, each in the full amount of any individual Task Order with a value exceeding $50,000. Bonds shall remain in effect for at least one year following final completion of the applicable Task Order. VI. INCORPORATION BY REFERENCE OF CFS Except as specifically modified herein, all other terms and conditions of the CFS are incorporated by reference as if fully set forth herein, and shall continue in full force and effect until the earlier of (a) expiration or termination of this Amendment Number 3, or (b) mutual agreement in writing by the Parties hereto. VII. INCORPORATION BY REFERENCE OF EMC SECTION 4-1-3-4 This Amendment and the CFS are subject to and made in conformity with Englewood Municipal Code § 4-1-3-4, which is incorporated herein by reference. IN WITNESS WHEREOF, the City and Consultant do hereby execute this Amendment Number 3 to the Contract for Services. OWNER: CITY OF ENGLEWOOD, COLORADO By: ________________________________ Date: ________________________________ (Department Director) By: ________________________________ Date: _______________________________ (City Manager) By: ________________________________ Date: ________________________________ (Mayor) By: ________________________________ Date: _______________________________ (Attest - City Clerk) Page 484 of 1257 ______________________________________________________________________________________ 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodgov.org CFS-22-28 3 CONSULTANT: POWER SOLUTIONS GROUP LLC. By: __________________________________ (Signature) __________________________________ (Print Name) Title: __________________________________ Date: __________________________________ Tony Nuzzo 8/25/2025 Director Operations Page 485 of 1257 ______________________________________________________________________________________ 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodgov.org CFS-22-28 4 ATTACHMENT A STATEMENT OF WORK 1. GENERAL This Statement of Work is attached to and made part of the Contract For Services (CFS) between the City of Englewood (CITY) and Power Solutions Group LLC (CONTRACTOR) for electrical support services for the City of Englewood, Utilities Department. Contract amount of $500,000.00 for the one-year contract term. Per RFP-21-057 2. NAMES, PHONE NUMBERS AND EMAILS OF PROJECT COORDINATORS Power Solutions Group LLC City of Englewood Mason Hill Ben Alexenberg 96 Inverness Drive E 1500 W Layton Avenue Englewood, CO 80112 Englewood, CO 80110 O: O: 303.783.6853 C: 214.546.1881 C: 720.326.0047 mhill@powersolutionsgroup.com balexenberg@englewoodco.gov 3. SUMMARY OF PURPOSE FOR STATEMENT OF WORK The work involves the execution of urgent and as-needed electrical services to support electrical and control system needs at the Allen Water Treatment Plant and remote pumping, conveyance, and storage facilities. Close coordination with City staff will be conducted throughout the execution of the work. There is no guarantee that the Consultant will receive a project, nor is there a guarantee that each division will have a project. The City will evaluate the Consultant’s proposals for each project on a case-by-case basis. The City will consider the workload of the Consultant before awards are made to ensure that the City’s project obtains adequate priority from the selected Consultant. 4. EQUIPMENT AND PROGRAMMING TO BE PROVIDED BY CITY (IF ANY) Supervisory control and data acquisition (SCADA) system programming and security services. 5. OTHER CONTRACTOR RESOURCES N/A 6. DESCRIPTION OF WORK PRODUCT AND DELIVERABLES The Consultant will provide electrical services and obtain the resources to perform the required services in a professional, safe, and timely manner. The work includes, but may not be limited to: • Hardware procurement Page 486 of 1257 ______________________________________________________________________________________ 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodgov.org CFS-22-28 5 • Hardware installation • Troubleshooting • Repairs • Battery replacement and installations • Variable Frequency Drives (VFD), Motor Control Centers (MCC) repair or replacement • Conduit installation • Electric support services consistent with municipal water industrial facilities • Other Services. Any other services will be time and material based on the attached rate sheet. Services required under the CFS will be obtained on an as-needed basis through the issuance of Task Orders. A written notice to proceed will be issued. Due to the urgent nature of some of this work, Task Orders may be offered and accepted verbally with a written notice to proceed while the Consultant is mobilizing to the site. 7. SPECIAL TERMS, IF ANY a. Purchase Of Other Items Not Listed On This Solicitation Based On Percentage Discounts: While the City has listed all major items on the solicitation which are utilized by the City and/or departments in conjunction with their operations, there may be ancillary items that must be purchased by the City during the term of this contract. For this reason, Contractors / Consultants / Vendors are requested to quote a percentage discount from the Contractor's / Consultant's / Vendor's price list that will be offered to the City for items which do not appear on this solicitation. The City reserves the right to award these ancillary items to the successful Contractor / Consultant / Vendor or another Contractor / Consultant / Vendor based on the lowest actual price offered. b. The goods and services under this Contract are being completed with funding made available by the United States Environmental Protection Agency (EPA) WIFIA program. The Consultant is required to comply with all applicable WIFIA regulations and any additional terms and conditions imposed by EPA in connection with WIFIA funding for the Project. See attachment C Wage Determination. c. Consultant will not perform work that is outside the scope of work defined in the Task Order unless approved in advance in writing by the City. Failure of Consultant to obtain written authorization for work outside the Scope of Work could result in nonpayment of those services performed. d. Where Consultant is prevented from completing any part of the Work within the completion time due to delay beyond the control of the Consultant, the completion times will be extended in an amount equal to the time lost due to such delay. Delays beyond the control of Consultant shall include but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be the Consultant’s sole and exclusive remedy for the delays. For a delay caused by City, the Consultant is responsible for submitting supporting information. City, at its sole discretion, will determine the validity of the claim. City’s determination is final. e. Consultant shall not be entitled to an adjustment in Contract Price or Contract Times for delays within the control of Consultant. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Consultant. 8. MODE OF PAYMENT Monthly Invoice Submittals – Consultant shall submit monthly invoices detailing costs incurred in conjunction with each awarded Task Order. Each invoice shall cover a period of one calendar month (or Page 487 of 1257 Page 488 of 1257 Page 489 of 1257 Page 490 of 1257 Page 491 of 1257 Page 492 of 1257 Page 493 of 1257 Page 494 of 1257 Page 495 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] "General Decision Number: CO20250002 08/08/2025 Superseded General Decision Number: CO20240002 State: Colorado Construction Type: Heavy Counties: Adams, Arapahoe, Boulder, Broomfield, Denver, Douglas, El Paso, Jefferson, Larimer, Mesa, Pueblo and Weld Counties in Colorado. HEAVY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(1). ______________________________________________________________ |If the contract is entered |. Executive Order 14026 | |into on or after January 30, | generally applies to the | |2022, or the contract is | contract. | |renewed or extended (e.g., an |. The contractor must pay | |option is exercised) on or | all covered workers at | |after January 30, 2022: | least $17.75 per hour (or | | | the applicable wage rate | | | listed on this wage | | | determination, if it is | | | higher) for all hours | | | spent performing on the | | | contract in 2025. | |______________________________|_____________________________| |If the contract was awarded on|. Executive Order 13658 | |or between January 1, 2015 and| generally applies to the | |January 29, 2022, and the | contract. | |contract is not renewed or |. The contractor must pay all| |extended on or after January | covered workers at least | |30, 2022: | $13.30 per hour (or the | | | applicable wage rate listed| | | on this wage determination,| | | if it is higher) for all | | | hours spent performing on | | | that contract in 2025. | |______________________________|_____________________________| The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Page 496 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2025 1 03/14/2025 2 03/28/2025 3 05/16/2025 4 07/11/2025 5 07/18/2025 6 08/08/2025 ASBE0028-001 07/01/2024 Rates Fringes Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems)....................$ 34.98 16.47 ---------------------------------------------------------------- BRCO0007-004 01/01/2024 ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS, JEFFERSON AND WELD COUNTIES Rates Fringes BRICKLAYER.......................$ 42.37 12.86 ---------------------------------------------------------------- BRCO0007-006 05/01/2024 EL PASO AND PUEBLO COUNTIES Rates Fringes BRICKLAYER.......................$ 32.93 14.29 ---------------------------------------------------------------- ELEC0012-011 09/01/2024 PUEBLO COUNTY Rates Fringes Page 497 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] ELECTRICIAN......................$ 33.55 15.71 ---------------------------------------------------------------- ELEC0068-001 06/01/2025 ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS, JEFFERSON, LARIMER, AND WELD COUNTIES Rates Fringes ELECTRICIAN......................$ 46.80 19.53 ---------------------------------------------------------------- ELEC0111-001 03/01/2025 Rates Fringes Line Construction: Groundman...................$ 25.32 16.75%+$7.80 Line Equipment Operator.....$ 35.96 16.75%+$7.80 Lineman and Welder..........$ 58.53 16.75%+$7.80 ---------------------------------------------------------------- ELEC0111-007 01/01/2025 MESA COUNTY in COLRADO. Rates Fringes ELECTRICIAN......................$ 31.75 13.25 ---------------------------------------------------------------- ELEC0113-002 06/01/2025 EL PASO COUNTY Rates Fringes ELECTRICIAN......................$ 40.70 18.47 ---------------------------------------------------------------- ENGI0009-001 05/01/2024 Rates Fringes Power equipment operators: Blade: Finish...............$ 34.58 15.20 Blade: Rough................$ 34.05 15.20 Bulldozer...................$ 34.05 15.20 Cranes: 50 tons and under..$ 34.77 15.20 Cranes: 51 to 90 tons......$ 35.07 15.20 Cranes: 91 to 140 tons.....$ 36.27 15.20 Cranes: 141 tons and over...$ 38.63 15.20 Forklift....................$ 34.58 15.20 Mechanic....................$ 35.58 15.20 Oiler.......................$ 34.14 15.20 Scraper: Single bowl Page 498 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] under 40 cubic yards........$ 35.20 15.20 Scraper: Single bowl, including pups 40 cubic yards and over and tandem bowls.......................$ 35.41 15.20 Trackhoe....................$ 35.20 15.20 ---------------------------------------------------------------- IRON0024-003 11/01/2024 Rates Fringes IRONWORKER, STRUCTURAL...........$ 39.21 22.84 Structural ---------------------------------------------------------------- LABO0086-001 05/01/2009 Rates Fringes Laborers: Pipelayer...................$ 18.68 6.78 ---------------------------------------------------------------- PLUM0003-005 06/01/2024 ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS, JEFFERSON, LARIMER AND WELD COUNTIES Rates Fringes PLUMBER..........................$ 50.68 20.15 ---------------------------------------------------------------- PLUM0058-002 07/01/2024 EL PASO COUNTY Rates Fringes Plumbers and Pipefitters.........$ 45.90 17.17 ---------------------------------------------------------------- PLUM0058-008 07/01/2024 PUEBLO COUNTY Rates Fringes Plumbers and Pipefitters.........$ 45.90 17.17 ---------------------------------------------------------------- * PLUM0145-002 07/01/2025 MESA COUNTY Rates Fringes Plumbers and Pipefitters.........$ 41.32 16.01 Page 499 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] ---------------------------------------------------------------- PLUM0208-004 06/01/2024 ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS, JEFFERSON, LARIMER AND WELD COUNTIES Rates Fringes PIPEFITTER.......................$ 44.15 22.43 ---------------------------------------------------------------- SHEE0009-002 07/01/2024 Rates Fringes Sheet metal worker...............$ 39.47 21.78 ---------------------------------------------------------------- TEAM0455-002 05/01/2025 Rates Fringes Truck drivers: Pickup......................$ 26.96 4.87 Tandem/Semi and Water.......$ 27.59 4.87 ---------------------------------------------------------------- * SUCO2001-006 12/20/2001 Rates Fringes BOILERMAKER......................$ 17.60 ** Carpenters: Form Building and Setting...$ 16.97 ** 2.74 All Other Work..............$ 15.14 ** 3.37 Cement Mason/Concrete Finisher...$ 17.31 ** 2.85 IRONWORKER, REINFORCING..........$ 18.83 3.90 Laborers: Common......................$ 11.22 ** 2.92 Flagger.....................$ 8.91 ** 3.80 Landscape...................$ 12.56 ** 3.21 Painters: Brush, Roller & Spray.......$ 15.81 ** 3.26 Power equipment operators: Backhoe.....................$ 16.36 ** 2.48 Front End Loader............$ 17.24 ** 3.23 Skid Loader.................$ 15.37 ** 4.41 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing Page 500 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] operation to which welding is incidental. ================================================================ ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($17.75) or 13658 ($13.30). Please see the Note at the top of the wage determination for more information. Please also note that the minimum wage requirements of Executive Order 14026 are not currently being enforced as to any contract or subcontract to which the states of Texas, Louisiana, or Mississippi, including their agencies, are a party. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (iii)). ---------------------------------------------------------------- The body of each wage determination lists the classifications and wage rates that have been found to be prevailing for the type(s) of construction and geographic area covered by the wage determination. The classifications are listed in alphabetical order under rate identifiers indicating whether the particular rate is a union rate (current union negotiated rate), a survey rate, a weighted union average rate, a state adopted rate, or a supplemental classification rate. Union Rate Identifiers A four-letter identifier beginning with characters other than ""SU"", ""UAVG"", ?SA?, or ?SC? denotes that a union rate was prevailing for that classification in the survey. Example: Page 501 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] PLUM0198-005 07/01/2024. PLUM is an identifier of the union whose collectively bargained rate prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2024 in the example, is the effective date of the most current negotiated rate. Union prevailing wage rates are updated to reflect all changes over time that are reported to WHD in the rates in the collective bargaining agreement (CBA) governing the classification. Union Average Rate Identifiers The UAVG identifier indicates that no single rate prevailed for those classifications, but that 100% of the data reported for the classifications reflected union rates. EXAMPLE: UAVG-OH-0010 01/01/2024. UAVG indicates that the rate is a weighted union average rate. OH indicates the State of Ohio. The next number, 0010 in the example, is an internal number used in producing the wage determination. The date, 01/01/2024 in the example, indicates the date the wage determination was updated to reflect the most current union average rate. A UAVG rate will be updated once a year, usually in January, to reflect a weighted average of the current rates in the collective bargaining agreements on which the rate is based. Survey Rate Identifiers The ""SU"" identifier indicates that either a single non-union rate prevailed (as defined in 29 CFR 1.2) for this classification in the survey or that the rate was derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As a weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SUFL2022-007 6/27/2024. SU indicates the rate is a single non-union prevailing rate or a weighted average of survey data for that classification. FL indicates the State of Florida. 2022 is the year of the survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 6/27/2024 in the example, indicates the survey completion date for the classifications and rates under that identifier. ?SU? wage rates typically remain in effect until a new survey is conducted. However, the Wage and Hour Division (WHD) has the discretion to update such rates under 29 CFR 1.6(c)(1). State Adopted Rate Identifiers Page 502 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] The ""SA"" identifier indicates that the classifications and prevailing wage rates set by a state (or local) government were adopted under 29 C.F.R 1.3(g)-(h). Example: SAME2023-007 01/03/2024. SA reflects that the rates are state adopted. ME refers to the State of Maine. 2023 is the year during which the state completed the survey on which the listed classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 01/03/2024 in the example, reflects the date on which the classifications and rates under the ?SA? identifier took effect under state law in the state from which the rates were adopted. ----------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1) Has there been an initial decision in the matter? This can be: a) a survey underlying a wage determination b) an existing published wage determination c) an initial WHD letter setting forth a position on a wage determination matter d) an initial conformance (additional classification and rate) determination On survey related matters, initial contact, including requests for summaries of surveys, should be directed to the WHD Branch of Wage Surveys. Requests can be submitted via email to davisbaconinfo@dol.gov or by mail to: Branch of Wage Surveys Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Regarding any other wage determination matter such as conformance decisions, requests for initial decisions should be directed to the WHD Branch of Construction Wage Determinations. Requests can be submitted via email to BCWD-Office@dol.gov or by mail to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2) If an initial decision has been issued, then any interested party (those affected by the action) that disagrees with the decision can request review and reconsideration from the Wage Page 503 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Requests for review and reconsideration can be submitted via email to dba.reconsideration@dol.gov or by mail to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210. ================================================================ END OF GENERAL DECISION" Page 504 of 1257 TO: Mayor and Council FROM: Pieter Van Ry, Englewood Utilities and South Platte Renew Director Josh Roach, Utilities Deputy Director – Operations and Maintenance Ben Alexenberg, Utilities Electrical, Instrumentation & Controls Program Manager DATE: October 6, 2025 SUBJECT: Contract for Services Renewal with M. Gilmore Electric, LLC for Electrical Support Services DESCRIPTION Contract for Services (CFS) renewal with M. Gilmore Electric, LLC for electrical support services. RECOMMENDATION Utilities staff is seeking City Council approval of a CFS renewal with M. Gilmore Electric, LLC for electrical support services in an amount not to exceed $500,000. The Water and Sewer Board recommended Council approve the CFS renewal with M. Gilmore Electric, LLC during its September 9, 2025 meeting. SUMMARY In 2020, Utilities completed a comprehensive Master Plan for the water system, which identified several needs to address aging infrastructure, single points of failure, and areas of risk. As identified in the 2020 Master Plan, significant improvements are needed in Electrical, Instrumentation, and Controls (EI&C) at the Allen Water Treatment Plant (WTP) and its remote pump stations. Staff has identified projects for 2025 and 2026 that include improvements to the main and emergency backup power systems, as well as the installation of Instrumentation and Controls (I&C) equipment throughout the Allen WTP and remote sites. This work requires a coordinated effort by electricians, integrators, and programmers. Electricians ensure the power source is sufficient, then run the power and control conduit and wire to the I&C equipment. Integrators procure, start up, configure, and calibrate I&C equipment. Programmers implement the control strategy into the Supervisory Control and Data Acquisition (SCADA) system, writing code to create the Human-Machine Interface (HMI) and communicate with the I&C equipment. ANALYSIS Utilities staff recommends approval of a CFS renewal with M. Gilmore Electric, LLC for electrical support services for one (1) year, in an amount not to exceed $500,000. A Request for Proposal (RFP) was developed and advertised on the Rocky Mountain E-Purchasing System (BidNet) in December 2021. The selection committee selected Power Solutions Group LLC, M. Gilmore Electric LLC, and McDade-Woodcock, Inc. to execute on-call contracts based on the evaluation criteria. City procurement policies allow for four (4) one-year renewal terms for new contracts following the initial contract established under the RFP. The renewal with M. Gilmore Electric, LLC is recommended due to the firm’s strong institutional knowledge, demonstrated successful performance, and technical expertise in the municipal water and wastewater sector. Per City procurement policy, this is the third one-year renewal of four (4) for this contract. Page 505 of 1257 Each of the three (3) contractors will have a similar scope of work. While these on-call contracts establish maximum values, they do not guarantee work to any contractor or discipline. Task orders will be issued on a project-by-project basis, with proposals evaluated individually. In awarding task orders, the City will also consider each contractor’s current workload to ensure adequate capacity and priority for City projects. PROPOSED MOTION Motion to approve the Contract for Services renewal, CFS-22-29, with M. Gilmore Electric, LLC, for on-call electrical services in an amount not to exceed $500,000. FINANCIAL IMPLICATIONS Funding for this purchase is included in the 2025 and proposed 2026 Utilities budgets. Three (3) separate $500,000 contracts are proposed to be renewed with Power Solutions Group LLC, M. Gilmore Electric LLC, and McDade-Woodcock, Inc. All three (3) contracts will be managed within a total budget not to exceed $500,000. Source of Funds Line-Item Description 2025 Line-Item Budget 2025 YTD Line-Item Expensed Proposed 2026 Line-Item Budget Purchase Amount 40– 1609– 61265 Water Fund, Engineering, Water Treatment $5,749,752 $3,016,112 $5,937,714 $500,000* *Maximum purchase amount of $500,000 over a one-year contract term. PROCUREMENT INFORMATION Project: Electrical, Instrumentation, and Controls Improvements Account Number: 40–1609–61265 Project & Task Number: 40 30005 Util AWTP EI&C Improvs., 003: Util. EI&C Constr. CONNECTION TO STRATEGIC PLAN Infrastructure: • Ensure protection of the City's water infrastructure Sustainability: • Maintaining infrastructure Safety: • Ensure safe drinking water is delivered to customers ATTACHMENTS Contract Approval Summary (CAS) Renewal CFS-22-29 / Statement of Work / M. Gilmore Electric, LLC PowerPoint Presentation Page 506 of 1257 Contract Number: City Contact Information: Staff Contact Person Phone Title Email Summary of Terms: Original Contract Amount Estimated Start Date 10/13/2025 Amendment Amount Estimated End Date 10/12/2026 Amended Contract Amount Total Term in Years 1.00 Vendor Contact Information: Name Contac Address Phone Email Littleton CO City State Zip Code Contract Type: Please select from the drop down list Descripiton of Contract Work/Services: Procurement Justification of Contract Work/Services: City of Englewood, Colorado CONTRACT APPROVAL SUMMARY The work involves the execution of urgent and as-needed electrical services to support electrical and control system needs at the Allen Water Treatment Plant and remote pumping, conveyance, and storage facilities. Close coordination with City Staff will be conducted throughout the execution of the work. There is no guarantee that the Contractor will receive a project, nor is there a guarantee that each division will have a project. The City will evaluate the Contractor’s proposals for each project on a case-by-case basis. The City will consider the workload of the Contractor before awards are made to ensure that the City’s project obtains adequate priority from the selected Contractor. Per RFP-21-057 Utilities staff recommends approval of a CFS renewal with M. Gilmore Electric, LLC for electrical support services for one (1) year, in an amount not to exceed $500,000. A Request for Proposal (RFP) was developed and advertised on the Rocky Mountain E-Purchasing System (BidNet) in December 2021. The selection committee selected Power Solutions Group LLC, M. Gilmore Electric LLC, and McDade-Woodcock, Inc. to execute on-call contracts based on the evaluation criteria. City procurement policies allow for four (4) one-year renewal terms for new contracts following the initial contract established under the RFP. The renewal with M. Gilmore Electric, LLC is recommended due to the firm’s strong institutional knowledge, demonstrated successful performance, and technical expertise in the municipal water and wastewater sector. Per City procurement policy, this is the third one-year renewal of four (4) for this contract. Each of the three (3) contractors will have a similar scope of work. While these on-call contracts establish maximum values, they do not guarantee work to any contractor or discipline. Task orders will be issued on a project-by-project basis, with proposals evaluated individually. In awarding task orders, the City will also consider each contractor’s current workload to ensure adequate capacity and priority for City projects. Renewal options available One renewal option remaining Payment terms (please describe terms or attached schedule if based on deliverables) Monthly Invoice Submittals –Contractor shall submit monthly invoices detailing costs incurred in conjunction with the project. Each invoice shall cover a period of one calendar month (or a four (4) week period) and shall be submitted to the City within six (6) weeks after the end of each billing cycle. Electronic invoices shall be submitted to UtilitiesAP@EnglewoodCO.gov and the Englewood Utilities Project Manager. The following required information will be included: • Project title • Invoice date • Project PO number • Invoice number and billing period • Summary of work performed during invoice period, broken down and detailed by task City’s responsibilities include: • City shall provide payment in the form of Check or EFT • P.O. required upon approval of contract/agreement • 30-day net terms Renewal #3 CFS-22-29, On Call Electrical Support Services $ 500,000.00 $ - $ 500,000.00 Ben Alexenberg O: (303) 783-6853 C: (720) 326-0047 Utilities EI&C Manager BAlexenberg@englewoodco.gov 80125 O: (303) 953-9761 C: (720) 447-2749 gilmore@mgilmoreelectric.com Michael GilmoreM. Gilmore Electric, LLC 8496 Liverpool Circle CFS-Contract for Services Page 507 of 1257 City of Englewood, Colorado CONTRACT APPROVAL SUMMARY Budget Authorization of Contract Work/Services: Source of Funds: CAPITAL ONLY Contract/Item A B C D 1=A-B-C-D Capital Tyler New World Project Budgeted?Spent to Date Encumbrance Contract Budget Operating Year Project # / Task #Fund Division Account Line Item Descripti Name YES / NO Budget (Outstanding PO)Amount Remaining C 2025 40-30005-003 40 1609 61265 CFS Renewal 22-28, Power Solutions Group, LLC, On Call Electrical Services YES 5,749,752$ 3,016,112$ 4,809,828$ 500,000$ (2,576,188)$ C 2025 40-30005-003 40 1609 61265 CFS Renewal 22-29, M. Gilmore Electric, LLC, On Call Electrical Services YES 5,749,752$ 3,016,112$ 4,809,828$ 500,000$ (2,576,188)$ C 2025 40-30005-003 40 1609 61265 Renewal of CFS 22-30, McDade-Woodcock, Inc., On Call Electrical Services YES 5,749,752$ 3,016,112$ 4,809,828$ 500,000$ (2,576,188)$ C 2025 40-30005-003 40 1609 61265 PSA Renewal 22-93, Huffman Engineering, Inc., for Instrumentation and Control Services YES 5,749,752$ 3,016,112$ 4,809,828$ 250,000$ (2,326,188)$ C 2025 40-30005-003 40 1609 61265 PSA Renewal 22-92, Timber Line Electric and Control Corp. for Instrumentation and Controls YES 5,749,752$ 3,016,112$ 4,809,828$ 250,000$ (2,326,188)$ Total Current Year 5,749,752$ 3,016,112$ 4,809,828$ 2,000,000$ (4,076,188)$ C 2026 40-30005-003 40 1609 61265 CFS Renewal 22-28, Power Solutions Group, LLC, On Call Electrical Services YES 5,937,714$ -$ -$ 500,000$ 5,437,714$ C 2026 40-30005-003 40 1609 61265 CFS Renewal 22-29, M. Gilmore Electric, LLC, On Call Electrical Services YES 5,937,714$ -$ -$ 500,000$ 5,437,714$ C 2026 40-30005-003 40 1609 61265 Renewal of CFS 22-30, McDade-Woodcock, Inc. Electrical Support Services YES 5,937,714$ -$ -$ 500,000$ 5,437,714$ C 2026 40-30005-003 40 1609 61265 PSA Renewal 22-93, Huffman Engineering, Inc., for Instrumentation and Control Services YES 5,937,714$ -$ -$ 250,000$ 5,687,714$ C 2026 40-30005-003 40 1609 61265 PSA Renewal 22-92, Timber Line Electric and Control Corp. for Instrumentation and Controls YES 5,937,714$ -$ -$ 250,000$ 5,687,714$ Total - Year Two 5,937,714$ -$ -$ 2,000,000$ 3,937,714$ GRAND TOTAL 11,687,466$ 3,016,112$ 4,809,828$ $ *2,000,000 1,861,526$ Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment NOTES/COMMENTS (if needed): The full encumbrance amount may not be spent, so an overage is not anticipated. *Maximum purchase amount of $2,000,000 includes: Contract for Services renewal, CFS-22-28, with Power Solutions Group LLC for on-call electrical services in an amount not to exceed $500,000. Contract for Services renewal, CFS-22-29, with M. Gilmore Electric, LLC for on-call electrical services in an amount not to exceed $500,000. Contract for Services renewal, CFS-22-30, with McDade-Woodcock, Inc., for on-call electrical services in an amount not to exceed $500,000. Professional Services Agreement renewal, PSA-22-93, with Huffman Engineering, Inc. for Instrumentation and Controls services in an amount not to exceed $250,000. Professional Services Agreement renewal, PSA-22-92, in substantially the same form, with Timber Line Electric and Control Corp. for Instrumentation and Controls services in an amount not to exceed $250,000. Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Page 508 of 1257 City of Englewood, Colorado CONTRACT APPROVAL SUMMARY Process for Choosing Contractor: Attachment (For Capital Items Only / Expense Line Item Detail is Located in OpenGov): All Other Attachments: PLEASE NOTE: City Council Approval Required for the following: - Budgeted Contracts or Agreements greater than $250,000 - Non-Budgeted Contracts or Agreements greater than $125,000 RFP-21-057Solicitation Name and Number: Solicitation Evaluation Summary/Bid Tabulation Attached Prior Month-End Project Status and Fund Balance Report Evaluation Summary/Bid Tabulation AttachedEvaluation Summary/Bid Tabulation AttachedEvaluation Summary/Bid Tabulation AttachedContract Copy of Original Contract if this is an Amendment Copies of Related Contracts/Conveyances/Documents Addendum(s) Exhibit(s) Certificate of Insurance Page 509 of 1257 ______________________________________________________________________________________ 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodgov.org CFS-22-29 1 _____________________________________________________________________________________________ AMENDMENT NUMBER 3 TO CONTRACT FOR SERVICES Contract Number CFS-22-29 ON-CALL ELECTRICAL SERVICES Not to exceed $500,000.00 THIS AMENDMENT NUMBER 3 to the Contract for Services (CFS-22-29), made and entered into on this __________________________ by and between the City of Englewood hereinafter referred to as “City” and M. Gilmore Electric, LLC., hereinafter referred to as “Contractor,” and collectively referred to as the “Parties.” WHEREAS, on March 8, 2022, the Parties entered into the CFS for on-call electrical services; and WHEREAS, on September 8, 2023, the Parties entered into Renewal Agreement Number 1 extending the term of the CFS; and WHEREAS, on October 4, 2024, the Parties entered into Renewal Agreement Number 2 extending the term of the CFS; and WHEREAS, Section 2 of the CFS authorizes renewals for additional one-year periods upon written agreement of the Parties; and WHEREAS, Contractor has satisfactorily provided services under the CFS during the prior term; and WHEREAS, the Parties desire to renew the CFS for an additional one-year period and incorporate updated Statement of Work and rate schedules. NOW, THEREFORE, in consideration of the mutual covenants contained herein, the Parties agree as follows: I. TERM The CFS is hereby renewed for a one-year term commencing on the City’s execution date below (“Effective Date”) and expiring one year thereafter, unless otherwise terminated in accordance with the CFS. II. ATTACHMENT A – OUTLINE OF STATEMENT OF WORK The Outline of Statement of Work attached hereto as Attachment A and incorporated herein by reference outlines the understanding and performance that each Party shall provide to the other pursuant to the terms and conditions of the CFS and this Amendment Number 3. The Attachment A attached hereto shall replace the Outline of Statement of Work as contained in the CFS and Renewal Agreement Number 1 and 2. III. ATTACHMENTS B AND C– 2025 RATE SHEET AND WIFA The 2025 Hourly Rate Sheet attached hereto as Attachment B and Attachment C WIFIA are Page 510 of 1257 ______________________________________________________________________________________ 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodgov.org CFS-22-29 2 incorporated herein by reference and shall replace the Hourly Rate Sheet as contained in Renewal Agreement Number 1 and 2. IV. COMPENSATION Compensation and Payment for the services described in the Outline of Statement of Work, attached hereto, shall be per the terms of Sections 5 and 17 of the CFS and Sections 8 and 9 of the attached Statement of Work, in an amount not to exceed $ 500,000.00 for the renewal term. V. PERFORMANCE AND PAYMENT BONDS In accordance with C.R.S. § 38-26-105, Contractor shall furnish a Performance Bond and a Labor and Material Payment Bond, each in the full amount of any Task Order with a value more than $50,000. Such bonds shall remain in effect for at least one year from final completion of the applicable Task Order. VI. INCORPORATION BY REFERENCE OF CFS Except as specifically modified herein, all other terms and conditions of the CFS are incorporated by reference as if fully set forth herein, and shall continue in full force and effect until the earlier of (a) expiration or termination of this Amendment Number 3, or (b) mutual agreement in writing by the Parties hereto. VII. INCORPORATION BY REFERENCE OF EMC SECTION 4-1-3-4 This Amendment and the CFS are subject to and made in conformity with Englewood Municipal Code § 4-1-3-4, which is incorporated herein by reference. IN WITNESS WHEREOF, the City and Contractor do hereby execute this Amendment Number 3 to the Contract for Services. OWNER: CITY OF ENGLEWOOD, COLORADO By: ________________________________ Date: ________________________________ (Department Director) By: ________________________________ Date: _______________________________ (City Manager) By: ________________________________ Date: ________________________________ (Mayor) By: ________________________________ Date: _______________________________ (Attest - City Clerk) Page 511 of 1257 Page 512 of 1257 ______________________________________________________________________________________ 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodgov.org CFS-22-29 4 ATTACHMENT A STATEMENT OF WORK 1. GENERAL This Statement of Work is attached to and made part of the Contract For Services (CFS) between the City of Englewood (CITY) and M. Gilmore Electric LLC (CONTRACTOR) for electrical support services for the City of Englewood, Utilities Department. Contract amount of $500,000.00 for the one-year contract term. Per RFP-21-057 2. NAMES, PHONE NUMBERS AND EMAILS OF PROJECT COORDINATORS M. Gilmore Electric, LLC City of Englewood Michael Gilmore Ben Alexenberg 8496 Liverpool Circle 1500 W Layton Avenue Littleton, CO 80125 Englewood, CO 80110 O: 303.953.9761 O: 303.783.6853 C: 720.447.2749 C: 720.392.5316 gilmore@mgilmoreelectric.com balexenberg@englewoodco.gov 3. SUMMARY OF PURPOSE FOR STATEMENT OF WORK The work involves the execution of urgent and as-needed electrical services to support electrical and control system needs at the Allen Water Treatment Plant and remote pumping, conveyance, and storage facilities. Close coordination with City Staff will be conducted throughout the execution of the work. There is no guarantee that the Contractor will receive a project, nor is there a guarantee that each division will have a project. The City will evaluate the Contractor’s proposals for each project on a case-by-case basis. The City will consider the workload of the Contractor before awards are made to ensure that the City’s project obtains adequate priority from the selected Contractor. 4. EQUIPMENT AND PROGRAMMING TO BE PROVIDED BY CITY (IF ANY) Supervisory control and data acquisition (SCADA) system programming and security services. 5. OTHER CONTRACTOR RESOURCES N/A 6. DESCRIPTION OF WORK PRODUCT AND DELIVERABLES The Contractor will provide electrical services and obtain the resources to perform the required services in a professional, safe, and timely manner. The work includes, but may not be limited to: • Hardware procurement • Hardware installation Page 513 of 1257 ______________________________________________________________________________________ 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodgov.org CFS-22-29 5 • Troubleshooting • Repairs • Battery replacement and installations • VFD and MCC repair or replacement • Conduit installation • Electric support services consistent with municipal water industrial facilities • Other Services. Any other services will be time and material based on the attached rate sheet. Services required under the CFS will be obtained on an as-needed basis through the issuance of task orders. A written notice to proceed will be issued. Due to the urgent nature of some of this work, task orders may be offered and accepted verbally with a written notice to proceed while the Contractor is mobilizing to the site. 7. SPECIAL TERMS, IF ANY a. PURCHASE OF OTHER ITEMS NOT LISTED ON THIS SOLICITATION BASED ON PERCENTAGE DISCOUNTS: While the City has listed all major items on the solicitation which are utilized by the City and/or departments in conjunction with their operations, there may be ancillary items that must be purchased by the City during the term of this contract. For this reason, Contractors / Consultants / Vendors are requested to quote a percentage discount from the Contractor's / Consultant's / Vendor's price list that will be offered to the City for items which do not appear on this solicitation. The City reserves the right to award these ancillary items to the successful Contractor / Consultant / Vendor or another Contractor / Consultant / Vendor based on the lowest actual price offered. b. The goods and services under this Contract are being completed with funding made available by the United States Environmental Protection Agency (EPA) WIFIA program. The Contractor is required to comply with all applicable WIFIA regulations and any additional terms and conditions imposed by EPA in connection with WIFIA funding for the Project. See Attachment C – Wage Determination c. Contractor will not perform work that is outside the scope of work defined in the Task Order unless approved in advance in writing by the City. Failure of Contractor to obtain written authorization for work outside the Scope of Work could result in nonpayment of those services performed. d. Where Contractor is prevented from completing any part of the Work within the completion time due to delay beyond the control of the Contractor, the completion times will be extended in an amount equal to the time lost due to such delay. Delays beyond the control of Contractor shall include but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be the Contractor’s sole and exclusive remedy for the delays. For a delay caused by City, the Contractor is responsible for submitting supporting information. City, at its sole discretion, will determine the validity of the claim. City’s determination is final. e. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. 8. MODE OF PAYMENT Monthly Invoice Submittals – Contractor shall submit monthly invoices detailing costs incurred in conjunction with each awarded Task Order. Each invoice shall cover a period of one calendar month (or a four (4) week period) and shall be submitted to the City within six (6) weeks after the end of each billing Page 514 of 1257 Page 515 of 1257 Page 516 of 1257 Page 517 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] "General Decision Number: CO20250002 08/08/2025 Superseded General Decision Number: CO20240002 State: Colorado Construction Type: Heavy Counties: Adams, Arapahoe, Boulder, Broomfield, Denver, Douglas, El Paso, Jefferson, Larimer, Mesa, Pueblo and Weld Counties in Colorado. HEAVY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(1). ______________________________________________________________ |If the contract is entered |. Executive Order 14026 | |into on or after January 30, | generally applies to the | |2022, or the contract is | contract. | |renewed or extended (e.g., an |. The contractor must pay | |option is exercised) on or | all covered workers at | |after January 30, 2022: | least $17.75 per hour (or | | | the applicable wage rate | | | listed on this wage | | | determination, if it is | | | higher) for all hours | | | spent performing on the | | | contract in 2025. | |______________________________|_____________________________| |If the contract was awarded on|. Executive Order 13658 | |or between January 1, 2015 and| generally applies to the | |January 29, 2022, and the | contract. | |contract is not renewed or |. The contractor must pay all| |extended on or after January | covered workers at least | |30, 2022: | $13.30 per hour (or the | | | applicable wage rate listed| | | on this wage determination,| | | if it is higher) for all | | | hours spent performing on | | | that contract in 2025. | |______________________________|_____________________________| The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Page 518 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2025 1 03/14/2025 2 03/28/2025 3 05/16/2025 4 07/11/2025 5 07/18/2025 6 08/08/2025 ASBE0028-001 07/01/2024 Rates Fringes Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems)....................$ 34.98 16.47 ---------------------------------------------------------------- BRCO0007-004 01/01/2024 ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS, JEFFERSON AND WELD COUNTIES Rates Fringes BRICKLAYER.......................$ 42.37 12.86 ---------------------------------------------------------------- BRCO0007-006 05/01/2024 EL PASO AND PUEBLO COUNTIES Rates Fringes BRICKLAYER.......................$ 32.93 14.29 ---------------------------------------------------------------- ELEC0012-011 09/01/2024 PUEBLO COUNTY Rates Fringes Page 519 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] ELECTRICIAN......................$ 33.55 15.71 ---------------------------------------------------------------- ELEC0068-001 06/01/2025 ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS, JEFFERSON, LARIMER, AND WELD COUNTIES Rates Fringes ELECTRICIAN......................$ 46.80 19.53 ---------------------------------------------------------------- ELEC0111-001 03/01/2025 Rates Fringes Line Construction: Groundman...................$ 25.32 16.75%+$7.80 Line Equipment Operator.....$ 35.96 16.75%+$7.80 Lineman and Welder..........$ 58.53 16.75%+$7.80 ---------------------------------------------------------------- ELEC0111-007 01/01/2025 MESA COUNTY in COLRADO. Rates Fringes ELECTRICIAN......................$ 31.75 13.25 ---------------------------------------------------------------- ELEC0113-002 06/01/2025 EL PASO COUNTY Rates Fringes ELECTRICIAN......................$ 40.70 18.47 ---------------------------------------------------------------- ENGI0009-001 05/01/2024 Rates Fringes Power equipment operators: Blade: Finish...............$ 34.58 15.20 Blade: Rough................$ 34.05 15.20 Bulldozer...................$ 34.05 15.20 Cranes: 50 tons and under..$ 34.77 15.20 Cranes: 51 to 90 tons......$ 35.07 15.20 Cranes: 91 to 140 tons.....$ 36.27 15.20 Cranes: 141 tons and over...$ 38.63 15.20 Forklift....................$ 34.58 15.20 Mechanic....................$ 35.58 15.20 Oiler.......................$ 34.14 15.20 Scraper: Single bowl Page 520 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] under 40 cubic yards........$ 35.20 15.20 Scraper: Single bowl, including pups 40 cubic yards and over and tandem bowls.......................$ 35.41 15.20 Trackhoe....................$ 35.20 15.20 ---------------------------------------------------------------- IRON0024-003 11/01/2024 Rates Fringes IRONWORKER, STRUCTURAL...........$ 39.21 22.84 Structural ---------------------------------------------------------------- LABO0086-001 05/01/2009 Rates Fringes Laborers: Pipelayer...................$ 18.68 6.78 ---------------------------------------------------------------- PLUM0003-005 06/01/2024 ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS, JEFFERSON, LARIMER AND WELD COUNTIES Rates Fringes PLUMBER..........................$ 50.68 20.15 ---------------------------------------------------------------- PLUM0058-002 07/01/2024 EL PASO COUNTY Rates Fringes Plumbers and Pipefitters.........$ 45.90 17.17 ---------------------------------------------------------------- PLUM0058-008 07/01/2024 PUEBLO COUNTY Rates Fringes Plumbers and Pipefitters.........$ 45.90 17.17 ---------------------------------------------------------------- * PLUM0145-002 07/01/2025 MESA COUNTY Rates Fringes Plumbers and Pipefitters.........$ 41.32 16.01 Page 521 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] ---------------------------------------------------------------- PLUM0208-004 06/01/2024 ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS, JEFFERSON, LARIMER AND WELD COUNTIES Rates Fringes PIPEFITTER.......................$ 44.15 22.43 ---------------------------------------------------------------- SHEE0009-002 07/01/2024 Rates Fringes Sheet metal worker...............$ 39.47 21.78 ---------------------------------------------------------------- TEAM0455-002 05/01/2025 Rates Fringes Truck drivers: Pickup......................$ 26.96 4.87 Tandem/Semi and Water.......$ 27.59 4.87 ---------------------------------------------------------------- * SUCO2001-006 12/20/2001 Rates Fringes BOILERMAKER......................$ 17.60 ** Carpenters: Form Building and Setting...$ 16.97 ** 2.74 All Other Work..............$ 15.14 ** 3.37 Cement Mason/Concrete Finisher...$ 17.31 ** 2.85 IRONWORKER, REINFORCING..........$ 18.83 3.90 Laborers: Common......................$ 11.22 ** 2.92 Flagger.....................$ 8.91 ** 3.80 Landscape...................$ 12.56 ** 3.21 Painters: Brush, Roller & Spray.......$ 15.81 ** 3.26 Power equipment operators: Backhoe.....................$ 16.36 ** 2.48 Front End Loader............$ 17.24 ** 3.23 Skid Loader.................$ 15.37 ** 4.41 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing Page 522 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] operation to which welding is incidental. ================================================================ ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($17.75) or 13658 ($13.30). Please see the Note at the top of the wage determination for more information. Please also note that the minimum wage requirements of Executive Order 14026 are not currently being enforced as to any contract or subcontract to which the states of Texas, Louisiana, or Mississippi, including their agencies, are a party. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (iii)). ---------------------------------------------------------------- The body of each wage determination lists the classifications and wage rates that have been found to be prevailing for the type(s) of construction and geographic area covered by the wage determination. The classifications are listed in alphabetical order under rate identifiers indicating whether the particular rate is a union rate (current union negotiated rate), a survey rate, a weighted union average rate, a state adopted rate, or a supplemental classification rate. Union Rate Identifiers A four-letter identifier beginning with characters other than ""SU"", ""UAVG"", ?SA?, or ?SC? denotes that a union rate was prevailing for that classification in the survey. Example: Page 523 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] PLUM0198-005 07/01/2024. PLUM is an identifier of the union whose collectively bargained rate prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2024 in the example, is the effective date of the most current negotiated rate. Union prevailing wage rates are updated to reflect all changes over time that are reported to WHD in the rates in the collective bargaining agreement (CBA) governing the classification. Union Average Rate Identifiers The UAVG identifier indicates that no single rate prevailed for those classifications, but that 100% of the data reported for the classifications reflected union rates. EXAMPLE: UAVG-OH-0010 01/01/2024. UAVG indicates that the rate is a weighted union average rate. OH indicates the State of Ohio. The next number, 0010 in the example, is an internal number used in producing the wage determination. The date, 01/01/2024 in the example, indicates the date the wage determination was updated to reflect the most current union average rate. A UAVG rate will be updated once a year, usually in January, to reflect a weighted average of the current rates in the collective bargaining agreements on which the rate is based. Survey Rate Identifiers The ""SU"" identifier indicates that either a single non-union rate prevailed (as defined in 29 CFR 1.2) for this classification in the survey or that the rate was derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As a weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SUFL2022-007 6/27/2024. SU indicates the rate is a single non-union prevailing rate or a weighted average of survey data for that classification. FL indicates the State of Florida. 2022 is the year of the survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 6/27/2024 in the example, indicates the survey completion date for the classifications and rates under that identifier. ?SU? wage rates typically remain in effect until a new survey is conducted. However, the Wage and Hour Division (WHD) has the discretion to update such rates under 29 CFR 1.6(c)(1). State Adopted Rate Identifiers Page 524 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] The ""SA"" identifier indicates that the classifications and prevailing wage rates set by a state (or local) government were adopted under 29 C.F.R 1.3(g)-(h). Example: SAME2023-007 01/03/2024. SA reflects that the rates are state adopted. ME refers to the State of Maine. 2023 is the year during which the state completed the survey on which the listed classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 01/03/2024 in the example, reflects the date on which the classifications and rates under the ?SA? identifier took effect under state law in the state from which the rates were adopted. ----------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1) Has there been an initial decision in the matter? This can be: a) a survey underlying a wage determination b) an existing published wage determination c) an initial WHD letter setting forth a position on a wage determination matter d) an initial conformance (additional classification and rate) determination On survey related matters, initial contact, including requests for summaries of surveys, should be directed to the WHD Branch of Wage Surveys. Requests can be submitted via email to davisbaconinfo@dol.gov or by mail to: Branch of Wage Surveys Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Regarding any other wage determination matter such as conformance decisions, requests for initial decisions should be directed to the WHD Branch of Construction Wage Determinations. Requests can be submitted via email to BCWD-Office@dol.gov or by mail to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2) If an initial decision has been issued, then any interested party (those affected by the action) that disagrees with the decision can request review and reconsideration from the Wage Page 525 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Requests for review and reconsideration can be submitted via email to dba.reconsideration@dol.gov or by mail to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210. ================================================================ END OF GENERAL DECISION" Page 526 of 1257 TO: Mayor and Council FROM: Pieter Van Ry, Englewood Utilities and South Platte Renew Director Josh Roach, Utilities Deputy Director – Operations and Maintenance Ben Alexenberg, Utilities Electrical, Instrumentation & Controls Program Manager DATE: October 6, 2025 SUBJECT: Contract for Services Renewal with McDade-Woodcock, Inc. for Electrical Support Services DESCRIPTION Contract for Services (CFS) renewal with McDade-Woodcock, Inc. for electrical support services. RECOMMENDATION Utilities staff is seeking City Council approval of a CFS renewal with McDade-Woodcock, Inc. for electrical support services in an amount not to exceed $500,000. The Water and Sewer Board recommended Council approve the CFS renewal with McDade- Woodcock, Inc. during its September 9, 2025, meeting. SUMMARY In 2020, Utilities completed a comprehensive Master Plan for the water system, which identified several needs to address aging infrastructure, single points of failure, and areas of risk. As identified in the 2020 Master Plan, significant improvements are needed in Electrical, Instrumentation, and Controls (EI&C) at the Allen Water Treatment Plant (WTP) and its remote pump stations. Staff has identified projects for 2025 and 2026 that include improvements to the main and emergency backup power systems, as well as the installation of Instrumentation and Controls (I&C) equipment throughout the Allen WTP and remote sites. This work requires a coordinated effort by electricians, integrators, and programmers. Electricians ensure the power source is sufficient, then run the power and control conduit and wire to the I&C equipment. Integrators procure, start up, configure, and calibrate I&C equipment. Programmers implement the control strategy into the Supervisory Control and Data Acquisition (SCADA) system, writing code to create the Human-Machine Interface (HMI) and communicate with the I&C equipment. ANALYSIS Utilities staff recommends approval of a CFS renewal with McDade-Woodcock, Inc. for electrical support services for one (1) year, in an amount not to exceed $500,000. A Request for Proposal (RFP) was developed and advertised on the Rocky Mountain E-Purchasing System (BidNet) in December 2021. The selection committee selected Power Solutions Group LLC, M. Gilmore Electric LLC, and McDade-Woodcock, Inc. to execute on-call contracts based on the evaluation criteria. City procurement policies allow for four (4) one-year renewal terms for new contracts following the initial contract established under the RFP. The renewal with McDade-Woodcock, Inc. is recommended due to the firm’s strong institutional knowledge, demonstrated successful performance, and technical expertise in the municipal water and wastewater sector. Per City procurement policy, this is the third one-year renewal of four (4) for this contract. Page 527 of 1257 Each of the three (3) contractors will have a similar scope of work. While these on-call contracts establish maximum values, they do not guarantee work to any contractor or discipline. Task orders will be issued on a project-by-project basis, with proposals evaluated individually. In awarding task orders, the City will also consider each contractor’s current workload to ensure adequate capacity and priority for City projects. PROPOSED MOTION Motion to approve the Contract for Services renewal, CFS-22-30, with McDade-Woodcock, Inc. for on-call electrical services in an amount not to exceed $500,000. FINANCIAL IMPLICATIONS Funding for this purchase is included in the 2025 and proposed 2026 Utilities budgets. Three (3) separate $500,000 contracts are proposed to be renewed with Power Solutions Group LLC, M. Gilmore Electric LLC, and McDade-Woodcock, Inc. All three (3) contracts will be managed within a total budget not to exceed $500,000. Source of Funds Line-Item Description 2025 Line-Item Budget 2025 YTD Line-Item Expensed Proposed 2026 Line-Item Budget Purchase Amount 40– 1609– 61265 Water Fund, Engineering, Water Treatment $5,749,752 $3,016,112 $5,937,714 $500,000* *Maximum purchase amount of $500,000 over a one-year contract term. PROCUREMENT INFORMATION Project: Electrical, Instrumentation, and Controls Improvements Account Number: 40–1609–61265 Project & Task Number: 40 30005 Util AWTP EI&C Improvs., 003: Util. EI&C Constr. CONNECTION TO STRATEGIC PLAN Infrastructure: • Ensure protection of the City's water infrastructure Sustainability: • Maintaining infrastructure Safety: • Ensure safe drinking water is delivered to customers ATTACHMENTS Contract Approval Summary (CAS) Renewal CFS-22-30 / Statement of Work / McDade-Woodcock, Inc. PowerPoint Presentation Page 528 of 1257 Contract Number: City Contact Information: Staff Contact Person Phone Title Email Summary of Terms: Original Contract Amount Estimated Start Date 10/13/2025 Amendment Amount Estimated End Date 10/12/2026 Amended Contract Amount Total Term in Years 1.00 Vendor Contact Information: Name Contac Address Phone Email Centennial CO City State Zip Code Contract Type: Please select from the drop down list Descripiton of Contract Work/Services: Procurement Justification of Contract Work/Services: City of Englewood, Colorado CONTRACT APPROVAL SUMMARY The work involves the execution of urgent and as-needed electrical services to support electrical and control system needs at the Allen Water Treatment Plant and remote pumping, conveyance, and storage facilities. Close coordination with City Staff will be conducted throughout the execution of the work. There is no guarantee that the Contractor will receive a project, nor is there a guarantee that each division will have a project. The City will evaluate the Contractor’s proposals for each project on a case-by-case basis. The City will consider the workload of the Contractor before awards are made to ensure that the City’s project obtains adequate priority from the selected Contractor. Per RFP-21-057 Utilities staff recommends approval of a CFS renewal with McDade-Woodcock, Inc. for electrical support services for one (1) year, in an amount not to exceed $500,000. A Request for Proposal (RFP) was developed and advertised on the Rocky Mountain E-Purchasing System (BidNet) in December 2021. The selection committee selected Power Solutions Group LLC, M. Gilmore Electric LLC, and McDade-Woodcock, Inc. to execute on-call contracts based on the evaluation criteria. City procurement policies allow for four (4) one-year renewal terms for new contracts following the initial contract established under the RFP. The renewal with McDade- Woodcock, Inc. is recommended due to the firm’s strong institutional knowledge, demonstrated successful performance, and technical expertise in the municipal water and wastewater sector. Per City procurement policy, this is the final renewal year for this contract. City staff will initiate a competitive solicitation in 2026 to establish new contracts for Utilities EI&C services. Each of the three (3) contractors will have a similar scope of work. While these on-call contracts establish maximum values, they do not guarantee work to any contractor or discipline. Task orders will be issued on a project-by-project basis, with proposals evaluated individually. In awarding task orders, the City will also consider each contractor’s current workload to ensure adequate capacity and priority for City projects. Renewal options available One renewal option remaining Payment terms (please describe terms or attached schedule if based on deliverables) Monthly Invoice Submittals –Contractor shall submit monthly invoices detailing costs incurred in conjunction with the project. Each invoice shall cover a period of one calendar month (or a four (4) week period) and shall be submitted to the City within six (6) weeks after the end of each billing cycle. Electronic invoices shall be submitted to UtilitiesAP@EnglewoodCO.gov and the Englewood Utilities Project Manager. The following required information will be included: • Project title • Invoice date • Project PO number • Invoice number and billing period • Summary of work performed during invoice period, broken down and detailed by task City’s responsibilities include: • City shall provide payment in the form of Check or EFT • P.O. required upon approval of contract/agreement • 30-day net terms Renewal #3 CFS-22-30, On Call Electrical Support Services $ 500,000.00 $ - 80112 $ 500,000.00 Ben Alexenberg O: (303) 783-6853 C: (720) 326-0047 Utilities EI&C Manager BAlexenberg@englewoodco.gov O: (303) 803-1809 C: (303) 968-9350 TravisC@mwieic.com Travis CoxMcDade-Woodcock, Inc 15335 E Fremont Dr. CFS-Contract for Services Page 529 of 1257 City of Englewood, Colorado CONTRACT APPROVAL SUMMARY Budget Authorization of Contract Work/Services: Source of Funds: CAPITAL ONLY Contract/Item A B C D 1=A-B-C-D Capital Tyler New World Project Budgeted?Spent to Date Encumbrance Contract Budget Operating Year Project # / Task #Fund Division Account Line Item Descripti Name YES / NO Budget (Outstanding PO)Amount Remaining C 2025 40-30005-003 40 1609 61265 CFS Renewal 22-28, Power Solutions Group, LLC, On Call Electrical Services YES 5,749,752$ 3,016,112$ 4,809,828$ 500,000$ (2,576,188)$ C 2025 40-30005-003 40 1609 61265 CFS Renewal 22-29, M. Gilmore Electric, LLC, On Call Electrical Services YES 5,749,752$ 3,016,112$ 4,809,828$ 500,000$ (2,576,188)$ C 2025 40-30005-003 40 1609 61265 Renewal of CFS 22-30, McDade-Woodcock, Inc., On Call Electrical Services YES 5,749,752$ 3,016,112$ 4,809,828$ 500,000$ (2,576,188)$ C 2025 40-30005-003 40 1609 61265 PSA Renewal 22-93, Huffman Engineering, Inc., for Instrumentation and Control Services YES 5,749,752$ 3,016,112$ 4,809,828$ 250,000$ (2,326,188)$ C 2025 40-30005-003 40 1609 61265 PSA Renewal 22-92, Timber Line Electric and Control Corp. for Instrumentation and Controls YES 5,749,752$ 3,016,112$ 4,809,828$ 250,000$ (2,326,188)$ Total Current Year 5,749,752$ 3,016,112$ 4,809,828$ 2,000,000$ (4,076,188)$ C 2026 40-30005-003 40 1609 61265 CFS Renewal 22-28, Power Solutions Group, LLC, On Call Electrical Services YES 5,937,714$ -$ -$ 500,000$ 5,437,714$ C 2026 40-30005-003 40 1609 61265 CFS Renewal 22-29, M. Gilmore Electric, LLC, On Call Electrical Services YES 5,937,714$ -$ -$ 500,000$ 5,437,714$ C 2026 40-30005-003 40 1609 61265 Renewal of CFS 22-30, McDade-Woodcock, Inc. Electrical Support Services YES 5,937,714$ -$ -$ 500,000$ 5,437,714$ C 2026 40-30005-003 40 1609 61265 PSA Renewal 22-93, Huffman Engineering, Inc., for Instrumentation and Control Services YES 5,937,714$ -$ -$ 250,000$ 5,687,714$ C 2026 40-30005-003 40 1609 61265 PSA Renewal 22-92, Timber Line Electric and Control Corp. for Instrumentation and Controls YES 5,937,714$ -$ -$ 250,000$ 5,687,714$ Total - Year Two 5,937,714$ -$ -$ 2,000,000$ 3,937,714$ GRAND TOTAL 11,687,466$ 3,016,112$ 4,809,828$ $ *2,000,000 1,861,526$ Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment NOTES/COMMENTS (if needed): The full encumbrance amount may not be spent, so an overage is not anticipated. *Maximum purchase amount of $2,000,000 includes: Contract for Services renewal, CFS-22-28, with Power Solutions Group LLC for on-call electrical services in an amount not to exceed $500,000. Contract for Services renewal, CFS-22-29, with M. Gilmore Electric, LLC for on-call electrical services in an amount not to exceed $500,000. Contract for Services renewal, CFS-22-30, with McDade-Woodcock, Inc., for on-call electrical services in an amount not to exceed $500,000. Professional Services Agreement renewal, PSA-22-93, with Huffman Engineering, Inc. for Instrumentation and Controls services in an amount not to exceed $250,000. Professional Services Agreement renewal, PSA-22-92, in substantially the same form, with Timber Line Electric and Control Corp. for Instrumentation and Controls services in an amount not to exceed $250,000. Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Page 530 of 1257 City of Englewood, Colorado CONTRACT APPROVAL SUMMARY Process for Choosing Contractor: Attachment (For Capital Items Only / Expense Line Item Detail is Located in OpenGov): All Other Attachments: PLEASE NOTE: City Council Approval Required for the following: - Budgeted Contracts or Agreements greater than $250,000 - Non-Budgeted Contracts or Agreements greater than $125,000 RFP-21-057Solicitation Name and Number: Solicitation Evaluation Summary/Bid Tabulation Attached Prior Month-End Project Status and Fund Balance Report Evaluation Summary/Bid Tabulation AttachedEvaluation Summary/Bid Tabulation AttachedEvaluation Summary/Bid Tabulation AttachedContract Copy of Original Contract if this is an Amendment Copies of Related Contracts/Conveyances/Documents Addendum(s) Exhibit(s) Certificate of Insurance Page 531 of 1257 ______________________________________________________________________________________ 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodgov.org CFS-22-30 1 _____________________________________________________________________________________________ AMENDMENT NUMBER 3 TO CONTRACT FOR SERVICES Contract Number CFS-22-30 ON-CALL ELECTRICAL SERVICES Not to exceed $500,000.00 THIS AMENDMENT NUMBER 3 to the Contract for Services (CFS-22-30), made and entered into on this __________________________ by and between the City of Englewood hereinafter referred to as “City” and McDade-Woodcock, Inc. hereinafter referred to as “Contractor,” and collectively referred to as the “Parties.” WHEREAS, on March 8, 2022, the Parties entered into the CFS for the provision of On-Call Electrical Services; and WHEREAS, on September 8, 2023, the Parties entered into Renewal Agreement Number 1 extending the term of the CFS; and WHEREAS, on October 4, 2024, the Parties entered into Renewal Agreement Number 2 further extending the term of the CFS; and WHEREAS, pursuant to Section 2 of the CFS, the Parties may renew the Agreement for successive one-year periods; and WHEREAS, the Contractor has satisfactorily provided services during the prior term under the CFS and the City desires to renew the Agreement for continued services. NOW, THEREFORE, in consideration of the mutual promises contained herein, the Parties agree as follows: I. TERM The CFS is hereby renewed for a one-year term commencing on the Effective Date (City’s execution below) and expiring one year thereafter, unless terminated earlier in accordance with the CFS. II. ATTACHMENT A – OUTLINE OF STATEMENT OF WORK The Outline of Statement of Work attached hereto as Attachment A and incorporated herein by reference outlines the understanding and performance that each Party shall provide to the other pursuant to the terms and conditions of the CFS and this Amendment Number 2. The Attachment A attached hereto shall replace the Outline of Statement of Work as contained in the CFS and Renewal Agreement Number 1 and 2. III. ATTACHMENTS B AND C– 2025 RATE SHEET AND WIFA The 2025 Rate Sheet (Attachment B) and WIFIA Wage Determination Requirements (Attachment C) are incorporated herein by reference and replace the prior rate sheet(s). Contractor shall comply with all applicable requirements of the U.S. Environmental Protection Agency WIFIA program, and in the event of conflict between the CFS and WIFIA requirements, WIFIA requirements shall control. Page 532 of 1257 ______________________________________________________________________________________ 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodgov.org CFS-22-30 2 IV. COMPENSATION Compensation and Payment for the services described in the Outline of Statement of Work, attached hereto, shall be per the terms of Sections 5 and 17 of the CFS and Sections 8 and 9 of the attached Statement of Work, in an amount not to exceed $ 500,000.00 for this renewal term. V. PERFORMANCE AND PAYMENT BONDS Pursuant to C.R.S. § 38-26-105, Contractor shall furnish a Performance Bond and a Labor and Material Payment Bond, each in the full amount of any individual Task Order with a value exceeding $50,000. Bonds shall remain in effect for at least one year following final completion of the applicable Task Order. VI. INCORPORATION BY REFERENCE OF CFS Except as specifically modified herein, all other terms and conditions of the CFS are incorporated by reference as if fully set forth herein, and shall continue in full force and effect until the earlier of (a) expiration or termination of this Amendment Number 3, or (b) mutual agreement in writing by the Parties hereto. VII. INCORPORATION BY REFERENCE OF EMC SECTION 4-1-3-4 This Contract is made under and conformable to the provisions of Section 4-1-3-4 of Englewood Municipal Code, which provides standard contract provisions for all contractual agreements with the City. Insofar as applicable, the provisions of EMC Section 4-1-3-4 are incorporated herein and made a part hereof by this reference. IN WITNESS WHEREOF, the City and Contractor do hereby execute this Amendment Number 3 to the Contract for Services. OWNER: CITY OF ENGLEWOOD, COLORADO By: ________________________________ Date: ________________________________ (Department Director) By: ________________________________ Date: _______________________________ (City Manager) By: ________________________________ Date: ________________________________ (Mayor) By: ________________________________ Date: _______________________________ (Attest – City Clerk) Page 533 of 1257 ______________________________________________________________________________________ 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodgov.org CFS-22-30 3 CONTRACTOR: MCDADE-WOODCOCK, INC. By: __________________________________ (Signature) __________________________________ (Print Name) Title: __________________________________ Date: __________________________________ Travis Cox Vice President - Colorado 8/25/25 Page 534 of 1257 ______________________________________________________________________________________ 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodgov.org CFS-22-30 4 ATTACHMENT A STATEMENT OF WORK 1. GENERAL This Statement of Work is attached to and made part of the Contract For Services (CFS) between the City of Englewood (CITY) and McDade-Woodcock, Inc. (CONTRACTOR) for electrical support services for the City of Englewood, Utilities Department. Contract amount of $500,000.00 for the one-year contract term. Per RFP-21-057 2. NAMES, PHONE NUMBERS AND EMAILS OF PROJECT COORDINATORS McDade-Woodcock, Inc. City of Englewood Travis Cox Ben Alexenberg 15335 E Fremont Dr. 1500 W Layton Avenue Centennial, CO 80112 Englewood, CO 80110 O: 303.803.1809 O: 303.783.6853 C: 303.968.9350 C: 720.326.0047 TravisC@mwieic.com balexenberg@englewoodco.gov 3. SUMMARY OF PURPOSE FOR STATEMENT OF WORK The work involves the execution of urgent and as-needed electrical services to support electrical and control system needs at the Allen Water Treatment Plant and remote pumping, conveyance, and storage facilities. Close coordination with City staff will be conducted throughout the execution of the work. There is no guarantee that the Contractor will receive a project, nor is there a guarantee that each division will have a project. The City will evaluate the Contractor’s proposals for each project on a case-by-case basis. The City will consider the workload of the Contractor before awards are made to ensure that the City’s project obtains adequate priority from the selected Contractor. 4. EQUIPMENT AND PROGRAMMING TO BE PROVIDED BY CITY (IF ANY) Supervisory control and data acquisition (SCADA) system programming and security services. 5. OTHER CONTRACTOR RESOURCES N/A 6. DESCRIPTION OF WORK PRODUCT AND DELIVERABLES The Contractor will provide electrical services and obtain the resources to perform the required services in a professional, safe, and timely manner. The work includes, but may not be limited to: • Hardware procurement Page 535 of 1257 ______________________________________________________________________________________ 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodgov.org CFS-22-30 5 • Hardware installation • Troubleshooting • Repairs • Battery replacement and installations • Variable Frequency Drives (VFD), Motor Control Centers (MCC) repair or replacement • Conduit installation • Electric support services consistent with municipal water industrial facilities • Other Services. Any other services will be time and material based on the attached rate sheet. Services required under the CFS will be obtained on an as-needed basis through the issuance of Task Orders. A written notice to proceed will be issued. Due to the urgent nature of some of this work, Task Orders may be offered and accepted verbally with a written notice to proceed while the Contractor is mobilizing to the site. 7. SPECIAL TERMS, IF ANY a. PURCHASE OF OTHER ITEMS NOT LISTED ON THIS SOLICITATION BASED ON PERCENTAGE DISCOUNTS: While the City has listed all major items on the solicitation which are utilized by the City and/or departments in conjunction with their operations, there may be ancillary items that must be purchased by the City during the term of this contract. For this reason, Contractors / Consultants / Vendors are requested to quote a percentage discount from the Contractor's / Consultant's / Vendor's price list that will be offered to the City for items which do not appear on this solicitation. The City reserves the right to award these ancillary items to the successful Contractor / Consultant / Vendor or another Contractor / Consultant / Vendor based on the lowest actual price offered. b. The goods and services under this Contract are being completed with funding made available by the United States Environmental Protection Agency (EPA) WIFIA program. The Contractor is required to comply with all applicable WIFIA regulations and any additional terms and conditions imposed by EPA in connection with WIFIA funding for the Project. See Attachment C – Wage Determination. c. Contractor will not perform work that is outside the scope of work defined in the Task Order unless approved in advance in writing by the City. Failure of Contractor to obtain written authorization for work outside the Scope of Work could result in nonpayment of those services performed. d. Where Contractor is prevented from completing any part of the Work within the completion time due to delay beyond the control of the Contractor, the completion times will be extended in an amount equal to the time lost due to such delay. Delays beyond the control of Contractor shall include but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be the Contractor’s sole and exclusive remedy for the delays. For a delay caused by City, the Contractor is responsible for submitting supporting information. City, at its sole discretion, will determine the validity of the claim. City’s determination is final. e. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. 8. MODE OF PAYMENT Monthly Invoice Submittals – Contractor shall submit monthly invoices detailing costs incurred in conjunction with each awarded Task Order. Each invoice shall cover a period of one calendar month (or Page 536 of 1257 Page 537 of 1257 Page 538 of 1257 CORPORATE OFFICE MCDADE-WOODCOCK, INC. DENVER OFFICE 2404 Claremont Ave. NE Electrical, Instrumentation & Control Contractors 15335 E. Fremont Dr. Albuquerque, NM 87107 www.mwieic.com Centennial, CO 80112 ON-CALL ELECTRICAL SUPPORT SERVICES McDade-Woodcock, Inc. RATE SHEET 1.The following are our hourly rates for Electricians and Office Staff, which include all insurances, payroll taxes and miscellaneous fringe benefits. All rates valid until May 31, 2026. Classification Straight Time Time & ½ Double Time Superintendent $97.75 $133.16 $167.58 Foreman $91.61 $124.08 $156.54 Journeyman $85.48 $114.99 $144.50 Project Manager $148.06 $222.09 $296.12 2. Shift Callouts will be utilized for Scheduled Activities on Non-Standard Hours to facilitate schedule and optimize costs. 3. Large tools, vehicles, and equipment rental (tools costing over $500.00) will be charged by one of two methods. McDade-Woodcock, Inc. owned tools will be charged at NECA Rental Rates. Those that McDade-Woodcock, Inc. does not own and requires, rental from a 3rd party, will be charged by actual invoice cost times 10% overhead & 5% profit. Please Note: An electronic copy of equipment rates will be provided upon request. 4. Material will be charged at either invoice cost or low-end Trade Service times 10% overhead & 5% profit. 5. Specialty Subcontractors will be charged at invoice cost times 10% overhead & 5% profit. 6. Taxes will be added per applicable rates on material only. APPENDIX A Page 539 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] "General Decision Number: CO20250002 08/08/2025 Superseded General Decision Number: CO20240002 State: Colorado Construction Type: Heavy Counties: Adams, Arapahoe, Boulder, Broomfield, Denver, Douglas, El Paso, Jefferson, Larimer, Mesa, Pueblo and Weld Counties in Colorado. HEAVY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(1). ______________________________________________________________ |If the contract is entered |. Executive Order 14026 | |into on or after January 30, | generally applies to the | |2022, or the contract is | contract. | |renewed or extended (e.g., an |. The contractor must pay | |option is exercised) on or | all covered workers at | |after January 30, 2022: | least $17.75 per hour (or | | | the applicable wage rate | | | listed on this wage | | | determination, if it is | | | higher) for all hours | | | spent performing on the | | | contract in 2025. | |______________________________|_____________________________| |If the contract was awarded on|. Executive Order 13658 | |or between January 1, 2015 and| generally applies to the | |January 29, 2022, and the | contract. | |contract is not renewed or |. The contractor must pay all| |extended on or after January | covered workers at least | |30, 2022: | $13.30 per hour (or the | | | applicable wage rate listed| | | on this wage determination,| | | if it is higher) for all | | | hours spent performing on | | | that contract in 2025. | |______________________________|_____________________________| The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Page 540 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2025 1 03/14/2025 2 03/28/2025 3 05/16/2025 4 07/11/2025 5 07/18/2025 6 08/08/2025 ASBE0028-001 07/01/2024 Rates Fringes Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems)....................$ 34.98 16.47 ---------------------------------------------------------------- BRCO0007-004 01/01/2024 ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS, JEFFERSON AND WELD COUNTIES Rates Fringes BRICKLAYER.......................$ 42.37 12.86 ---------------------------------------------------------------- BRCO0007-006 05/01/2024 EL PASO AND PUEBLO COUNTIES Rates Fringes BRICKLAYER.......................$ 32.93 14.29 ---------------------------------------------------------------- ELEC0012-011 09/01/2024 PUEBLO COUNTY Rates Fringes Page 541 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] ELECTRICIAN......................$ 33.55 15.71 ---------------------------------------------------------------- ELEC0068-001 06/01/2025 ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS, JEFFERSON, LARIMER, AND WELD COUNTIES Rates Fringes ELECTRICIAN......................$ 46.80 19.53 ---------------------------------------------------------------- ELEC0111-001 03/01/2025 Rates Fringes Line Construction: Groundman...................$ 25.32 16.75%+$7.80 Line Equipment Operator.....$ 35.96 16.75%+$7.80 Lineman and Welder..........$ 58.53 16.75%+$7.80 ---------------------------------------------------------------- ELEC0111-007 01/01/2025 MESA COUNTY in COLRADO. Rates Fringes ELECTRICIAN......................$ 31.75 13.25 ---------------------------------------------------------------- ELEC0113-002 06/01/2025 EL PASO COUNTY Rates Fringes ELECTRICIAN......................$ 40.70 18.47 ---------------------------------------------------------------- ENGI0009-001 05/01/2024 Rates Fringes Power equipment operators: Blade: Finish...............$ 34.58 15.20 Blade: Rough................$ 34.05 15.20 Bulldozer...................$ 34.05 15.20 Cranes: 50 tons and under..$ 34.77 15.20 Cranes: 51 to 90 tons......$ 35.07 15.20 Cranes: 91 to 140 tons.....$ 36.27 15.20 Cranes: 141 tons and over...$ 38.63 15.20 Forklift....................$ 34.58 15.20 Mechanic....................$ 35.58 15.20 Oiler.......................$ 34.14 15.20 Scraper: Single bowl Page 542 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] under 40 cubic yards........$ 35.20 15.20 Scraper: Single bowl, including pups 40 cubic yards and over and tandem bowls.......................$ 35.41 15.20 Trackhoe....................$ 35.20 15.20 ---------------------------------------------------------------- IRON0024-003 11/01/2024 Rates Fringes IRONWORKER, STRUCTURAL...........$ 39.21 22.84 Structural ---------------------------------------------------------------- LABO0086-001 05/01/2009 Rates Fringes Laborers: Pipelayer...................$ 18.68 6.78 ---------------------------------------------------------------- PLUM0003-005 06/01/2024 ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS, JEFFERSON, LARIMER AND WELD COUNTIES Rates Fringes PLUMBER..........................$ 50.68 20.15 ---------------------------------------------------------------- PLUM0058-002 07/01/2024 EL PASO COUNTY Rates Fringes Plumbers and Pipefitters.........$ 45.90 17.17 ---------------------------------------------------------------- PLUM0058-008 07/01/2024 PUEBLO COUNTY Rates Fringes Plumbers and Pipefitters.........$ 45.90 17.17 ---------------------------------------------------------------- * PLUM0145-002 07/01/2025 MESA COUNTY Rates Fringes Plumbers and Pipefitters.........$ 41.32 16.01 Page 543 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] ---------------------------------------------------------------- PLUM0208-004 06/01/2024 ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS, JEFFERSON, LARIMER AND WELD COUNTIES Rates Fringes PIPEFITTER.......................$ 44.15 22.43 ---------------------------------------------------------------- SHEE0009-002 07/01/2024 Rates Fringes Sheet metal worker...............$ 39.47 21.78 ---------------------------------------------------------------- TEAM0455-002 05/01/2025 Rates Fringes Truck drivers: Pickup......................$ 26.96 4.87 Tandem/Semi and Water.......$ 27.59 4.87 ---------------------------------------------------------------- * SUCO2001-006 12/20/2001 Rates Fringes BOILERMAKER......................$ 17.60 ** Carpenters: Form Building and Setting...$ 16.97 ** 2.74 All Other Work..............$ 15.14 ** 3.37 Cement Mason/Concrete Finisher...$ 17.31 ** 2.85 IRONWORKER, REINFORCING..........$ 18.83 3.90 Laborers: Common......................$ 11.22 ** 2.92 Flagger.....................$ 8.91 ** 3.80 Landscape...................$ 12.56 ** 3.21 Painters: Brush, Roller & Spray.......$ 15.81 ** 3.26 Power equipment operators: Backhoe.....................$ 16.36 ** 2.48 Front End Loader............$ 17.24 ** 3.23 Skid Loader.................$ 15.37 ** 4.41 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing Page 544 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] operation to which welding is incidental. ================================================================ ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($17.75) or 13658 ($13.30). Please see the Note at the top of the wage determination for more information. Please also note that the minimum wage requirements of Executive Order 14026 are not currently being enforced as to any contract or subcontract to which the states of Texas, Louisiana, or Mississippi, including their agencies, are a party. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (iii)). ---------------------------------------------------------------- The body of each wage determination lists the classifications and wage rates that have been found to be prevailing for the type(s) of construction and geographic area covered by the wage determination. The classifications are listed in alphabetical order under rate identifiers indicating whether the particular rate is a union rate (current union negotiated rate), a survey rate, a weighted union average rate, a state adopted rate, or a supplemental classification rate. Union Rate Identifiers A four-letter identifier beginning with characters other than ""SU"", ""UAVG"", ?SA?, or ?SC? denotes that a union rate was prevailing for that classification in the survey. Example: Page 545 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] PLUM0198-005 07/01/2024. PLUM is an identifier of the union whose collectively bargained rate prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2024 in the example, is the effective date of the most current negotiated rate. Union prevailing wage rates are updated to reflect all changes over time that are reported to WHD in the rates in the collective bargaining agreement (CBA) governing the classification. Union Average Rate Identifiers The UAVG identifier indicates that no single rate prevailed for those classifications, but that 100% of the data reported for the classifications reflected union rates. EXAMPLE: UAVG-OH-0010 01/01/2024. UAVG indicates that the rate is a weighted union average rate. OH indicates the State of Ohio. The next number, 0010 in the example, is an internal number used in producing the wage determination. The date, 01/01/2024 in the example, indicates the date the wage determination was updated to reflect the most current union average rate. A UAVG rate will be updated once a year, usually in January, to reflect a weighted average of the current rates in the collective bargaining agreements on which the rate is based. Survey Rate Identifiers The ""SU"" identifier indicates that either a single non-union rate prevailed (as defined in 29 CFR 1.2) for this classification in the survey or that the rate was derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As a weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SUFL2022-007 6/27/2024. SU indicates the rate is a single non-union prevailing rate or a weighted average of survey data for that classification. FL indicates the State of Florida. 2022 is the year of the survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 6/27/2024 in the example, indicates the survey completion date for the classifications and rates under that identifier. ?SU? wage rates typically remain in effect until a new survey is conducted. However, the Wage and Hour Division (WHD) has the discretion to update such rates under 29 CFR 1.6(c)(1). State Adopted Rate Identifiers Page 546 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] The ""SA"" identifier indicates that the classifications and prevailing wage rates set by a state (or local) government were adopted under 29 C.F.R 1.3(g)-(h). Example: SAME2023-007 01/03/2024. SA reflects that the rates are state adopted. ME refers to the State of Maine. 2023 is the year during which the state completed the survey on which the listed classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 01/03/2024 in the example, reflects the date on which the classifications and rates under the ?SA? identifier took effect under state law in the state from which the rates were adopted. ----------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1) Has there been an initial decision in the matter? This can be: a) a survey underlying a wage determination b) an existing published wage determination c) an initial WHD letter setting forth a position on a wage determination matter d) an initial conformance (additional classification and rate) determination On survey related matters, initial contact, including requests for summaries of surveys, should be directed to the WHD Branch of Wage Surveys. Requests can be submitted via email to davisbaconinfo@dol.gov or by mail to: Branch of Wage Surveys Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Regarding any other wage determination matter such as conformance decisions, requests for initial decisions should be directed to the WHD Branch of Construction Wage Determinations. Requests can be submitted via email to BCWD-Office@dol.gov or by mail to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2) If an initial decision has been issued, then any interested party (those affected by the action) that disagrees with the decision can request review and reconsideration from the Wage Page 547 of 1257 file:///S/...nt%20Contracts/Utilities_On-Call%20Electrical%20Services_Gilmore%20Electric_CFS-22-29/wage%20determination_081425.txt[8/22/2025 1:14:55 PM] and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Requests for review and reconsideration can be submitted via email to dba.reconsideration@dol.gov or by mail to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210. ================================================================ END OF GENERAL DECISION" Page 548 of 1257 TO: Mayor and Council FROM: Pieter Van Ry, Englewood Utilities and South Platte Renew Director Josh Roach, Utilities Deputy Director – Operations and Maintenance Ben Alexenberg, Utilities Electrical, Instrumentation & Controls Program Manager DATE: October 6, 2025 SUBJECT: Professional Services Agreement Renewal with Huffman Engineering, Inc. for Field Instrumentation and Controls Support DESCRIPTION Professional Services Agreement (PSA) renewal with Huffman Engineering, Inc. for field Instrumentation and Controls (I&C) support. RECOMMENDATION Utilities staff is seeking City Council approval of a PSA renewal with Huffman Engineering, Inc. for field I&C support in an amount not to exceed $250,000. The Water and Sewer Board recommended Council approve the PSA renewal with Huffman Engineering, Inc. during its September 9, 2025, meeting. SUMMARY In 2020, Utilities completed a comprehensive Master Plan for the water system, which identified several needs to address aging infrastructure, single points of failure, and areas of risk. As identified in the 2020 Master Plan, significant improvements are needed in Electrical, Instrumentation, and Controls (EI&C) at the Allen Water Treatment Plant (WTP) and its remote pump stations. Staff has identified projects for 2025 and 2026 that include improvements to the main and emergency backup power systems, as well as the installation of Instrumentation and Controls (I&C) equipment throughout the Allen WTP and remote sites. This work requires a coordinated effort by electricians, integrators, and programmers. Electricians ensure the power source is sufficient, then run the power and control conduit and wire to the I&C equipment. Integrators procure, start up, configure, and calibrate I&C equipment. Programmers implement the control strategy into the Supervisory Control and Data Acquisition (SCADA) system, writing code to create the Human-Machine Interface (HMI) and communicate with the I&C equipment. ANALYSIS Utilities staff recommends approval of a PSA renewal with Huffman Engineering, Inc. for field I&C support for one (1) year in an amount not to exceed $250,000. Integrators provide value to the City through I&C expertise, factory-certified startups, and the opportunity to obtain extended warranties on equipment. A request for a Statement of Qualifications (SOQ) was developed and advertised on the Rocky Mountain E-Purchasing System (BidNet) in April 2022. The selection committee selected Huffman Engineering, Inc., and Timber Line Electric and Control Corp. to execute on-call I&C contracts based on the evaluation criteria. The selection committee considered these two (2) contractors sufficiently qualified due to their water and wastewater sector experience, certifications with preferred equipment vendors, and reference recommendations. Page 549 of 1257 City procurement policies allow for four (4) one-year renewal terms for new contracts following the initial contract established under SOQ# 22-026. This renewal with Huffman Engineering, Inc. is recommended due to the firm’s strong institutional knowledge, demonstrated successful performance, and technical expertise in the municipal water and wastewater sector. Per City procurement policy, this is the third one-year renewal of four (4) for this contract. Each of the two (2) consultants will have a similar scope of work. While these on-call contracts establish maximum values, they do not guarantee work to any contractor or discipline. Task orders will be issued on a project-by-project basis, with proposals evaluated individually. In awarding task orders, the City will also consider each contractor’s current workload to ensure adequate capacity and priority for City projects. PROPOSED MOTION Motion to approve the Professional Services Agreement renewal PSA-22-93 with Huffman Engineering, Inc., for instrumentation and control services in an amount not to exceed $250,000. FINANCIAL IMPLICATIONS Funding for this purchase is included in the 2025 and proposed 2026 Utilities budgets. Two (2) separate $250,000 contracts are proposed to be renewed with Huffman Engineering, Inc., and Timber Line Electric and Control Corp. Both contracts will be managed within a total budget not to exceed $250,000. Source of Funds Line-Item Description 2025 Line-Item Budget 2025 YTD Line-Item Expensed Proposed 2026 Line-Item Budget Purchase Amount 40– 1609– 61265 Water Fund, Engineering, Water Treatment $5,749,752 $3,016,112 $5,937,714 $250,000* *Maximum purchase amount of $250,000 over a one-year contract term. PROCUREMENT INFORMATION Project: Electrical, Instrumentation, and Controls Improvements Account Number: 40–1609–61265 Project & Task Number: 40 30005 Util AWTP EI&C Improvs., 003: Util. EI&C Constr. CONNECTION TO STRATEGIC PLAN Infrastructure: • Ensure protection of the City's water infrastructure Sustainability: • Maintaining infrastructure Safety: • Ensure safe drinking water is delivered to customers ATTACHMENTS Contract Approval Summary (CAS) Renewal PSA-22-93 / Statement of Work / Huffman Engineering, Inc., PowerPoint Presentation Page 550 of 1257 Contract Number: City Contact Information: Staff Contact Person Phone Title Email Summary of Terms: Original Contract Amount Estimated Start Date 10/13/2025 Amendment Amount Estimated End Date 10/12/2026 Amended Contract Amount Total Term in Years 1.00 Vendor Contact Information: Name Contac Address Phone Email Englewood CO City State Zip Code Contract Type: Please select from the drop down list Descripiton of Contract Work/Services: Procurement Justification of Contract Work/Services: City of Englewood, Colorado CONTRACT APPROVAL SUMMARY Services will include instrumentation and control services across raw water supply, drinking water treatment, and drinking water distribution systems. There is no guarantee that the Consultant will receive a project/task order, nor is there a guarantee that each division will have a project/task order. The City will evaluate the Consultant’s proposals for each project/task order on a case-by-case basis. The City will consider the Consultant's workload before awards are made to ensure that the City’s project/task order obtains adequate priority from the selected consultant. Utilities staff recommends approval of a PSA renewal with Huffman Engineering, Inc. for field I&C support for one (1) year in an amount not to exceed $250,000. Integrators provide value to the city through I&C expertise, factory-certified startups, and the opportunity to obtain extended warranties on equipment. A request for a Statement of Qualifications (SOQ) was developed and advertised on the Rocky Mountain E-Purchasing System (BidNet) in April 2022. The selection committee selected Huffman Engineering, Inc., and Timber Line Electric and Control Corp. to execute on-call I&C contracts based on the evaluation criteria. The selection committee considered these two (2) contractors sufficiently qualified due to their water and wastewater sector experience, certifications with preferred equipment vendors, and reference recommendations. City procurement policies allow for four (4) one-year renewal terms for new contracts following the initial contract established under the SOQ. This renewal with Huffman Engineering, Inc. is recommended due to the firm’s strong institutional knowledge, demonstrated successful performance, and technical expertise in the municipal water and wastewater sector. Per City procurement policy, this is the third one-year renewal of four (4) for this contract. Each of the two (2) consultants will have a similar scope of work. While these on-call contracts establish maximum values, they do not guarantee work to any contractor or discipline. Task orders will be issued on a project-by-project basis, with proposals evaluated individually. In awarding task orders, the City will also consider each contractor’s current workload to ensure adequate capacity and priority for City projects. Renewal options available One renewal option remaining. 80112 Payment terms (please describe terms or attached schedule if based on deliverables) O: (303) 376-6280 C: (616) 558-2628 nhein@huffmaneng.com Nick Hein Monthly Invoice Submittals –Contractor shall submit monthly invoices detailing costs incurred in conjunction with the project. Each invoice shall cover a period of one calendar month (or a four (4) week period) and shall be submitted to the City within six (6) weeks after the end of each billing cycle. Electronic invoices shall be submitted to UtilitiesAP@EnglewoodCO.gov and the Englewood Utilities Project Manager. The following required information will be included: • Project title • Invoice date • Project PO number • Invoice number and billing period • Summary of work performed during invoice period, broken down and detailed by task City’s responsibilities include: • City shall provide payment in the form of Check or EFT • P.O. required upon approval of contract/agreement • 30-day net terms Renewal #3 PSA-22-93, Field Instrumentation & Controls Support $ 250,000.00 $ - $ 250,000.00 Ben Alexenberg O: (303) 783-6853 C: (720) 326-0047 Utilities EI&C Manager BAlexenberg@englewoodco.gov Huffman Engineering, Inc 112 Inverness Circle East, Suite E PSA-Professional Services Agreement Page 551 of 1257 City of Englewood, Colorado CONTRACT APPROVAL SUMMARY Budget Authorization of Contract Work/Services: Source of Funds: CAPITAL ONLY Contract/Item A B C D 1=A-B-C-D Capital Tyler New World Project Budgeted?Spent to Date Encumbrance Contract Budget Operating Year Project # / Task #Fund Division Account Line Item Descripti Name YES / NO Budget (Outstanding PO)Amount Remaining C 2025 40-30005-003 40 1609 61265 CFS Renewal 22-28, Power Solutions Group, LLC, On Call Electrical Services YES 5,749,752$ 3,016,112$ 4,809,828$ 500,000$ (2,576,188)$ C 2025 40-30005-003 40 1609 61265 CFS Renewal 22-29, M. Gilmore Electric, LLC, On Call Electrical Services YES 5,749,752$ 3,016,112$ 4,809,828$ 500,000$ (2,576,188)$ C 2025 40-30005-003 40 1609 61265 Renewal of CFS 22-30, McDade-Woodcock, Inc., On Call Electrical Services YES 5,749,752$ 3,016,112$ 4,809,828$ 500,000$ (2,576,188)$ C 2025 40-30005-003 40 1609 61265 PSA Renewal 22-93, Huffman Engineering, Inc., for Instrumentation and Control Services YES 5,749,752$ 3,016,112$ 4,809,828$ 250,000$ (2,326,188)$ C 2025 40-30005-003 40 1609 61265 PSA Renewal 22-92, Timber Line Electric and Control Corp. for Instrumentation and Controls YES 5,749,752$ 3,016,112$ 4,809,828$ 250,000$ (2,326,188)$ Total Current Year 5,749,752$ 3,016,112$ 4,809,828$ 2,000,000$ (4,076,188)$ C 2026 40-30005-003 40 1609 61265 CFS Renewal 22-28, Power Solutions Group, LLC, On Call Electrical Services YES 5,937,714$ -$ -$ 500,000$ 5,437,714$ C 2026 40-30005-003 40 1609 61265 CFS Renewal 22-29, M. Gilmore Electric, LLC, On Call Electrical Services YES 5,937,714$ -$ -$ 500,000$ 5,437,714$ C 2026 40-30005-003 40 1609 61265 Renewal of CFS 22-30, McDade-Woodcock, Inc. Electrical Support Services YES 5,937,714$ -$ -$ 500,000$ 5,437,714$ C 2026 40-30005-003 40 1609 61265 PSA Renewal 22-93, Huffman Engineering, Inc., for Instrumentation and Control Services YES 5,937,714$ -$ -$ 250,000$ 5,687,714$ C 2026 40-30005-003 40 1609 61265 PSA Renewal 22-92, Timber Line Electric and Control Corp. for Instrumentation and Controls YES 5,937,714$ -$ -$ 250,000$ 5,687,714$ Total - Year Two 5,937,714$ -$ -$ 2,000,000$ 3,937,714$ GRAND TOTAL 11,687,466$ 3,016,112$ 4,809,828$ $ *2,000,000 1,861,526$ Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment NOTES/COMMENTS (if needed): The full encumbrance amount may not be spent, so an overage is not anticipated. *Maximum purchase amount of $2,000,000 includes: Contract for Services renewal, CFS-22-28, with Power Solutions Group LLC for on-call electrical services in an amount not to exceed $500,000. Contract for Services renewal, CFS-22-29, with M. Gilmore Electric, LLC for on-call electrical services in an amount not to exceed $500,000. Contract for Services renewal, CFS-22-30, with McDade-Woodcock, Inc., for on-call electrical services in an amount not to exceed $500,000. Professional Services Agreement renewal, PSA-22-93, with Huffman Engineering, Inc. for Instrumentation and Controls services in an amount not to exceed $250,000. Professional Services Agreement renewal, PSA-22-92, in substantially the same form, with Timber Line Electric and Control Corp. for Instrumentation and Controls services in an amount not to exceed $250,000. Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Water Fund, Engineering, Water Treatment Page 552 of 1257 City of Englewood, Colorado CONTRACT APPROVAL SUMMARY Process for Choosing Contractor: Attachment (For Capital Items Only / Expense Line Item Detail is Located in OpenGov): All Other Attachments: PLEASE NOTE: City Council Approval Required for the following: - Budgeted Contracts or Agreements greater than $250,000 - Non-Budgeted Contracts or Agreements greater than $125,000 SOQ-22-026Solicitation Name and Number: Solicitation Evaluation Summary/Bid Tabulation Attached Prior Month-End Project Status and Fund Balance Report Evaluation Summary/Bid Tabulation AttachedEvaluation Summary/Bid Tabulation AttachedEvaluation Summary/Bid Tabulation AttachedContract Copy of Original Contract if this is an Amendment Copies of Related Contracts/Conveyances/Documents Addendum(s) Exhibit(s) Certificate of Insurance Page 553 of 1257 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodco.gov 1 _____________________________________________________________________________________________ AMENDMENT NUMBER 3 TO PROFESSIONAL SERVICES AGREEMENT Contract Number PSA-22-93 FIELD INSTRUMENTATION & CONTROLS SUPPORT Not to exceed $250,000.00 THIS AMENDMENT NUMBER 3 to the Professional Services Agreement (PSA-22-93) made and entered into on this __________________________ by and between the City of Englewood hereinafter referred to as “City” and Huffman Engineering, Inc. hereinafter referred to as “Consultant” and collectively referred to as the “Parties”. WHEREAS, on 09/12/2022 the Parties entered into a Professional Services Agreement (“PSA”) for the provision of Field Instrumentation & Controls Support; and WHEREAS, on 9/08/2023 the Parties entered into Renewal Agreement Number 1 extending the term of the Agreement; and WHEREAS, on 10/04/2024 the Parties entered into Renewal Agreement Number 2 extending the term of the Agreement; and WHEREAS, pursuant to Section 8 of the PSA, the Parties may enter into a renewal of the Agreement for an additional one-year period; and WHEREAS, during the past year the Consultant has provided services pursuant to the PSA, Outline of Statement of Work, and within the time frames set forth in the Agreement; and WHEREAS, the Parties desire to renew the PSA for continued services to the City; and WHEREAS, the Parties agree to continue to operate and abide by the terms and conditions of PSA. NOW, THEREFORE, City and the Consultant hereby enter into this Amendment Number 3 as follows: I. AMENDMENT TERMS This Amendment is entered into to modify the terms of the PSA to renew the PSA for an additional one-year term. The term for this renewal period is from the City’s execution date below (“Effective Date”) to one year from the Effective Date. II. ATTACHMENT A – OUTLINE OF STATEMENT OF WORK The Outline of Statement of Work attached hereto as Attachment A and incorporated herein by reference outlines the understanding and performance that each Party shall provide to the other pursuant to the terms and conditions of the PSA and this Amendment Number 3. The Attachment A attached hereto shall replace the Attachment A Outline of Statement of Work as contained in the PSA and Renewal Agreement Number 1 and 2. Page 554 of 1257 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodco.gov 2 III. ATTACHMENTS B AND C– 2025 RATE SHEET AND WIFIA The 2025 Rate Sheet attached hereto as Attachment B and Attachment C WIFIA are incorporated herein by reference and shall replace the 2024 Rate Sheet as contained in Renewal Agreement Number 2. IV. COMPENSATION Compensation and Payment for the services described in the Outline of Statement of Work, attached hereto, shall be per the terms of Section 4 of the PSA and Section 8 and 9 of the attached Statement of Work, in an amount not to exceed $250,000.00. V. PERFORMANCE AND PAYMENT BONDS Pursuant to C.R.S. § 38-26-105, Consultant shall furnish a Performance Bond and a Labor and Material Payment Bond in the full amount of any individual Task Order valued over $50,000. Bonds shall remain in effect for a minimum of one (1) year following final completion of the applicable Task Order. INCORPORATION BY REFERENCE OF PSA Except as specifically modified herein, all other terms, attachments, and conditions of the PSA are incorporated by reference as if fully set forth herein, and shall continue in full force and effect until the earlier of (a) expiration or termination of this Amendment Number 3, or (b) mutual agreement in writing by the Parties hereto. VII. INCORPORATION BY REFERENCE OF EMC SECTION 4-1-3-4 This Contract is made under and conformable to the provisions of Section 4-1-3-4 of Englewood Municipal Code, which provides standard contract provisions for all contractual agreements with the City. Insofar as applicable, the provisions of EMC Section 4-1-3-4 are incorporated herein and made a part hereof by this reference. IN WITNESS WHEREOF, the City and Contractor do hereby execute this Amendment Number 3 to the Professional Services Agreement. OWNER: CITY OF ENGLEWOOD, COLORADO By: ________________________________ Date: ________________________________ (Department Director) By: ________________________________ Date: _______________________________ (City Manager) By: ________________________________ Date: ________________________________ (Mayor) By: ________________________________ Date: _______________________________ (Attest - City Clerk) Page 555 of 1257 Page 556 of 1257 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodco.gov 4 ATTACHMENT A OUTLINE OF STATEMENT OF WORK 1. GENERAL This Statement of Work is attached to and made part of the Professional Services Agreement (PSA) dated the same date as the contract between the City of Englewood (CITY) and Huffman Engineering, Inc. (CONSULTANT) for field instrumentation and controls support for the City of Englewood, Utilities Department, and its facilities. Contract amount of $250,000.00 for the one-year contract term Per SOQ-22-026 2. NAMES, PHONE NUMBERS AND EMAILS OF PROJECT COORDINATORS Huffman Engineering, Inc.City of Englewood Nick Hein Ben Alexenberg 112 Inverness Circle East, Suite E 1500 W Layton Avenue Englewood, CO 80112 Englewood, CO 80110 O: 303.376.6280 O: C: 616.558.2628 C: 720.326.0047 NHein@huffmaneng.com balexenberg@englewoodco.gov 3. SUMMARY OF PURPOSE FOR STATEMENT OF WORK Services will include instrumentation and control services across raw water supply, drinking water treatment, and drinking water distribution systems. There is no guarantee that the Consultant will receive a project/task order, nor is there a guarantee that each division will have a project/task order. The City will evaluate the Consultant’s proposals for each project/task order on a case-by-case basis. The City will consider the Consultant's workload before awards are made to ensure that the City’s project/task order obtains adequate priority from the selected Consultant. 4. EQUIPMENT AND PROGRAMMING TO BE PROVIDED BY CITY (IF ANY) Supervisory control and data acquisition (SCADA) system programming and security services. 5. OTHER CONSULTANT RESOURCES N/A 6. DESCRIPTION OF WORK PRODUCT AND DELIVERABLES The scope of work will include the following divisions of work. Page 557 of 1257 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodco.gov 5 A. On-call service As-needed scheduled and emergency on-site maintenance services of all instrumentation, control hardware, and monitoring systems at various Utility locations within and around the City of Englewood. Assistance to restore to operation instrumentation and control systems due to catastrophic or other failures. The Consultant shall be able to provide immediate phone support and respond on site within 4 hours. The City recognizes the Consultant supports multiple clients and has varying resource capacity. In addition, some failures will require a faster response than 4 hours. If the Consultant is not able to respond in an appropriate amount of time another Consultant will be contacted and the process will be repeated until appropriate support is received. The timing of failures cannot be controlled, therefore work includes regular business hours, after hours, and weekend support. Repair, replacement, and/or maintenance of instrumentation and control systems. Back-up of control system programs and documentation. Update, redline, or produce new drawings for panel enclosure, all internal equipment, and all field connected instruments and equipment. On-the-job and classroom training of Allen Water Treatment Plant personnel on troubleshooting and maintenance tasks. Trainings will be scheduled in advance based on Utility needs and Consultant availability. Classes will be documented and will be developed to include specific needs and procedures with the intent that Utilities personnel uses them later. B. Control cabinet replacement, control design, and network design Develop an implementation plan, acceptive testing, installation, and start-up plan. Update, redline, or produce new drawings for panel enclosure, all internal equipment, and all field connected instruments and equipment. Delivery of hardcopy and electric files in Portable Document Format (PDF) and native format to the City. Specify and design all electrical and controls equipment that will be placed in the control cabinet. Procure, furnish, and install all equipment and software specified in the design drawings and specifications. Remove or reconnect existing Input/Output (I/O) points and instruments. Provide spare components. Modernize control techniques. Perform miscellaneous networking upgrades. Provide training sessions on the maintenance of physical assets, and operation of the process. C. Procurement and start-up of instrumentation Purchasing, installing various process monitoring equipment and assisting with the integration of new equipment into the City’s SCADA system and/or control panel. The Consultant may be required to remove and replace obsolete devices including devices that may contain hazardous materials. Assisting other Consultants or City Staff with upgrades. Provide recommendations regarding new equipment that incorporates new technology and/or materials. Page 558 of 1257 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodco.gov 6 D. Calibration and configuration of existing instruments Scheduled calibration services: Work provided by the Consultant to complete required calibration services on equipment. Scheduled services shall be performed Monday through Friday 07:00 AM to 17:00 PM excluding City holidays. The Consultant recognizes that much of the work will be performed during business hours or otherwise approved by the City. As-needed onsite calibration and configuration services: The Consultant shall provide instrumentation and control systems calibration and configuration services on a normal priority, as requested. Such services shall include, but are not limited to: o Pressure gauges/transmitters o Differential pressure gauges/transmitters o Flow transmitters o Chart recording equipment o Motorized actuator settings, calibration, and adjustment o Chlorine residual analyzers o Turbidimeters o Total suspended solids (TSS) analyzers o Dissolved Oxygen (DO) analyzers o Gas detectors o Variable frequency drives o All other ancillary hardware related to all process and instrumentation systems E. Communication and monitoring of remote sites Communications study evaluating the use of cellular, radio, or other telemetry technologies to communicate monitoring and controls to SCADA. Provide recommendations regarding new equipment that incorporates new technology. Develop an implementation plan, acceptive testing, installation, and start-up plan. Procure, furnish, and install all equipment and software specified in the design drawings and specifications. F. Smart/intelligent electrical equipment replacements Provide and furnish all labor, power, materials, tools, and equipment necessary to remove and replace existing or new installation of variable frequency drives (VFD), motor control centers (MCC), switchgear, and other smart/intelligent electrical equipment that requires custom integration. Communicate to equipment via Ethernet/Internet Protocol (IP) G. Other Services Any other services will be time and material based on the attached rate sheet incorporated herein as Attachment B. 7. SPECIAL TERMS, IF ANY a. Purchase Of Other Items Not Listed On This Solicitation Based On Percentage Discounts: While the City has listed all major items on the solicitation which are utilized by the City and/or departments in conjunction with their operations, there may be ancillary items that must be purchased by the City during the term of this contract. For this reason, Contractors / Consultants / Vendors are requested to quote a percentage discount from the Contractor's / Consultant's / Vendor's price list that will be offered to the City for items which do not appear on this solicitation. The City reserves the right to award these ancillary items to the successful Contractor / Consultant / Vendor or another Contractor / Consultant / Vendor based on the lowest actual price offered. Page 559 of 1257 1000 Englewood Parkway, Englewood, Colorado 80110-2373 (303) 762-2300 www.englewoodco.gov 7 b. The goods and services under this Contract are being completed with funding made available by the United States Environmental Protection Agency (EPA) WIFIA program. The Contractor is required to comply with all applicable WIFIA regulations and any additional terms and conditions imposed by EPA in connection with WIFIA funding for the Project. See Attachment C – Wage Determination. c. Consultant will not perform work that is outside the scope of work defined in the Task Order unless approved in advance in writing by the City. Failure of the Consultant to obtain written authorization for work outside the Scope of Work could result in nonpayment of those services performed. d. Where Consultant is prevented from completing any part of the Work within the completion time due to delay beyond the control of the Consultant, the completion times will be extended in an amount equal to the time lost due to such delay. Delays beyond the control of Consultant shall include but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Consultant’s sole and exclusive remedy for the delays. For a delay caused by City, Consultant is responsible for submitting supporting information. City, at its sole discretion, will determine the validity of the claim. City’s determination is final. e. Consultant shall not be entitled to an adjustment in Contract Price or Contract Times for delays within the control of Consultant. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Consultant. 8. MODE OF PAYMENT Monthly Invoice Submittals – Consultant shall submit monthly invoices detailing costs incurred in conjunction with each awarded Task Order. Each invoice shall cover a period of one calendar month (or a four (4) week period) and shall be submitted to the City within six (6) weeks after the end of each billing cycle. Electronic invoices shall be submitted to UtilitiesAP@EnglewoodCO.gov and the Englewood Utilities Project Manager. The following required information will be included: Project title Task Order Invoice date Project Purchase Order (PO) number Invoice number and billing period Summary of work performed during invoice period, broken down and detailed by task City’s responsibilities include: City shall provide payment in the form of Check or Electronic Fund Transfer (EFT) P.O. required upon approval of contract/agreement 30-day net terms 9. PAYMENT SCHEDULE City will pay Consultant for the work in accordance with the following payment schedule and rates. All payments to Consultant are contingent on Consultant’s satisfying the Deliverables / Milestones set forth in each awarded Task Order. Payments shall be made upon City’s written confirmation to Consultant that the Deliverables / Milestones / Task Orders have been satisfied. Page 560 of 1257 Page 561 of 1257 Page 562 of 1257 Making Ideas Work __________________________________________________________________________________________ Omaha HEADQUARTERS – Lincoln Denver 10707 O Street 5301 North 57th Street 112 Inverness Circle, Suite E Omaha, NE 68107 Lincoln, NE 68507 Englewood, CO 80112 info@huffmaneng.com 1.402.464.6823 huffmaneng.com August 12, 2025 Mr. Ben Alexenberg City of Englewood 1500 West Layton Avenue Englewood, CO 80110 Subject: Rates and Terms for Engineering and Technical Services at City of Englewood Huffman Engineering, Inc. Proposal #ENG020 Dear Mr. Alexenberg, Thank you for your inquiry concerning Huffman Engineering, Inc. Services supplied by Huffman Engineering, Inc. on a Time and Materials basis will be invoiced per the following. Rates for services provided by Huffman Engineering, Inc., are: Labor Rates Billing Rate Principal/Manager $195 / Hour Project Manager/Sr. Engineer $170 / Hour Engineer $150 / Hour Automation Specialist/Designer $145 / Hour Automation Technician $105 / Hour Drafting $100 / Hour Clerical $70 / Hour Rates for materials and freight provided by Huffman Engineering, Inc., are: Materials and Other Project Costs Billing Rate Materials Received Cost + 15% Freight Received Cost + 15% Sub-Contractors Received Cost + 15% The rates listed are valid for 1 year from 12 Aug 2025 to 12 Aug 2026. These rates will be increased by 25% for projects requiring startup on short notice, rescheduling of existing commitments, assignments that are characterized by a series of short, intermittent, or unscheduled consultations or other unusual mobilization efforts. Past due accounts are subject to a service charge of 1.5% per month or the maximum permitted by law. Page 563 of 1257 Rate Letter August 12, 2025 Page 2 ______________________________________________________________________________ Copyright © 2025 Huffman Engineering, Inc. All Rights Reserved. A form 13 must be completed and on file with HEI to exempt the purchase from sales tax. Billing for services rendered will be based on the actual hours worked or agreed payment schedule and includes: o All time spent at Huffman Engineering, Inc., offices working directly on the client’s project. o All time spent at the client’s site(s). o Travel time incurred during the normal workday (up to 8 hours per day). o Travel time required on Saturdays, Sundays, and/or Huffman Engineering holidays to meet the client’s requested schedule (up to 8 hours per day) will be billed at overtime rates. o Overtime rates are: Hourly base rate x 1.5 for requested and approved overtime work beyond 8 hours per day, work starting before 7:00 A.M. local time or after 5:00 P.M. local time, and work required on Saturdays. Hourly base rate x 2.0 for requested and approved overtime work beyond 12 hours per day or work on Sundays or Huffman Engineering holidays. o Travel costs (coach class, if available), $75.00 daily expense allowance, and other (IRS allowed) living expenses will be billed as incurred and/or as soon as Huffman Engineering is billed for them. Rental equipment or other costs will be billed at cost plus a 7.5% handling charge. Automobile mileage will be charged at $0.67 (67¢) per mile. The following records will be made available for client audits: o Specific cost details of all charges other than direct labor and equipment costs (vendor invoices, travel and living vouchers, etc). o Actual time sheets and/or labor distribution records of Huffman Engineering staff billed to the client. This will allow an audit and verification of the actual hours worked by each individual in each classification for the services rendered. The billing rates are determined at the beginning of the contract and are not negotiable or subject to audit. Projects taken on a time and materials basis with a fixed ceiling will be done on a best-effort basis. Huffman Engineering will make its best effort to complete the work within the ceiling but will not be obligated to expend a greater level of effort than can be covered by committed funds at the specified rates. Changes to the original scope of work will be billed under a separate Huffman Engineering job number and will be added to the original cost. Page 564 of 1257 Rate Letter August 12, 2025 Page 3 ______________________________________________________________________________ Copyright © 2025 Huffman Engineering, Inc. All Rights Reserved. Invoices will be rendered biweekly (every two weeks) and at the end of the project and shall be payable within 15 calendar days of the billing date. Realizing that the value of the product(s) produced by any proposed system will far exceed the cost of the material and labor, Huffman Engineering, Inc., does not expect any compensation nor assume any liability beyond the labor and materials provided by Huffman Engineering, Inc. Huffman Engineering, Inc., will not be held liable for any consequential damages. We look forward to working together with you on any of your projects. If you have any questions or concerns, please give us a call at (303) 376-6280 Sincerely, Huffman Engineering, Inc. By: Nick Hein Lead Engineer - Colorado Enclosures: Terms and Conditions Page 565 of 1257 file:///S/...lities_Field%20Instrumentation%20and%20Controls%20Support_Timber%20Line_PSA-22-92/wage%20determination_081425.txt[8/26/2025 7:34:46 AM] "General Decision Number: CO20250002 08/08/2025 Superseded General Decision Number: CO20240002 State: Colorado Construction Type: Heavy Counties: Adams, Arapahoe, Boulder, Broomfield, Denver, Douglas, El Paso, Jefferson, Larimer, Mesa, Pueblo and Weld Counties in Colorado. HEAVY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(1). ______________________________________________________________ |If the contract is entered |. Executive Order 14026 | |into on or after January 30, | generally applies to the | |2022, or the contract is | contract. | |renewed or extended (e.g., an |. The contractor must pay | |option is exercised) on or | all covered workers at | |after January 30, 2022: | least $17.75 per hour (or | | | the applicable wage rate | | | listed on this wage | | | determination, if it is | | | higher) for all hours | | | spent performing on the | | | contract in 2025. | |______________________________|_____________________________| |If the contract was awarded on|. Executive Order 13658 | |or between January 1, 2015 and| generally applies to the | |January 29, 2022, and the | contract. | |contract is not renewed or |. The contractor must pay all| |extended on or after January | covered workers at least | |30, 2022: | $13.30 per hour (or the | | | applicable wage rate listed| | | on this wage determination,| | | if it is higher) for all | | | hours spent performing on | | | that contract in 2025. | |______________________________|_____________________________| The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Page 566 of 1257 file:///S/...lities_Field%20Instrumentation%20and%20Controls%20Support_Timber%20Line_PSA-22-92/wage%20determination_081425.txt[8/26/2025 7:34:46 AM] Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2025 1 03/14/2025 2 03/28/2025 3 05/16/2025 4 07/11/2025 5 07/18/2025 6 08/08/2025 ASBE0028-001 07/01/2024 Rates Fringes Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems)....................$ 34.98 16.47 ---------------------------------------------------------------- BRCO0007-004 01/01/2024 ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS, JEFFERSON AND WELD COUNTIES Rates Fringes BRICKLAYER.......................$ 42.37 12.86 ---------------------------------------------------------------- BRCO0007-006 05/01/2024 EL PASO AND PUEBLO COUNTIES Rates Fringes BRICKLAYER.......................$ 32.93 14.29 ---------------------------------------------------------------- ELEC0012-011 09/01/2024 PUEBLO COUNTY Rates Fringes Page 567 of 1257 file:///S/...lities_Field%20Instrumentation%20and%20Controls%20Support_Timber%20Line_PSA-22-92/wage%20determination_081425.txt[8/26/2025 7:34:46 AM] ELECTRICIAN......................$ 33.55 15.71 ---------------------------------------------------------------- ELEC0068-001 06/01/2025 ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS, JEFFERSON, LARIMER, AND WELD COUNTIES Rates Fringes ELECTRICIAN......................$ 46.80 19.53 ---------------------------------------------------------------- ELEC0111-001 03/01/2025 Rates Fringes Line Construction: Groundman...................$ 25.32 16.75%+$7.80 Line Equipment Operator.....$ 35.96 16.75%+$7.80 Lineman and Welder..........$ 58.53 16.75%+$7.80 ---------------------------------------------------------------- ELEC0111-007 01/01/2025 MESA COUNTY in COLRADO. Rates Fringes ELECTRICIAN......................$ 31.75 13.25 ---------------------------------------------------------------- ELEC0113-002 06/01/2025 EL PASO COUNTY Rates Fringes ELECTRICIAN......................$ 40.70 18.47 ---------------------------------------------------------------- ENGI0009-001 05/01/2024 Rates Fringes Power equipment operators: Blade: Finish...............$ 34.58 15.20 Blade: Rough................$ 34.05 15.20 Bulldozer...................$ 34.05 15.20 Cranes: 50 tons and under..$ 34.77 15.20 Cranes: 51 to 90 tons......$ 35.07 15.20 Cranes: 91 to 140 tons.....$ 36.27 15.20 Cranes: 141 tons and over...$ 38.63 15.20 Forklift....................$ 34.58 15.20 Mechanic....................$ 35.58 15.20 Oiler.......................$ 34.14 15.20 Scraper: Single bowl Page 568 of 1257 file:///S/...lities_Field%20Instrumentation%20and%20Controls%20Support_Timber%20Line_PSA-22-92/wage%20determination_081425.txt[8/26/2025 7:34:46 AM] under 40 cubic yards........$ 35.20 15.20 Scraper: Single bowl, including pups 40 cubic yards and over and tandem bowls.......................$ 35.41 15.20 Trackhoe....................$ 35.20 15.20 ---------------------------------------------------------------- IRON0024-003 11/01/2024 Rates Fringes IRONWORKER, STRUCTURAL...........$ 39.21 22.84 Structural ---------------------------------------------------------------- LABO0086-001 05/01/2009 Rates Fringes Laborers: Pipelayer...................$ 18.68 6.78 ---------------------------------------------------------------- PLUM0003-005 06/01/2024 ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS, JEFFERSON, LARIMER AND WELD COUNTIES Rates Fringes PLUMBER..........................$ 50.68 20.15 ---------------------------------------------------------------- PLUM0058-002 07/01/2024 EL PASO COUNTY Rates Fringes Plumbers and Pipefitters.........$ 45.90 17.17 ---------------------------------------------------------------- PLUM0058-008 07/01/2024 PUEBLO COUNTY Rates Fringes Plumbers and Pipefitters.........$ 45.90 17.17 ---------------------------------------------------------------- * PLUM0145-002 07/01/2025 MESA COUNTY Rates Fringes Plumbers and Pipefitters.........$ 41.32 16.01 Page 569 of 1257 file:///S/...lities_Field%20Instrumentation%20and%20Controls%20Support_Timber%20Line_PSA-22-92/wage%20determination_081425.txt[8/26/2025 7:34:46 AM] ---------------------------------------------------------------- PLUM0208-004 06/01/2024 ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS, JEFFERSON, LARIMER AND WELD COUNTIES Rates Fringes PIPEFITTER.......................$ 44.15 22.43 ---------------------------------------------------------------- SHEE0009-002 07/01/2024 Rates Fringes Sheet metal worker...............$ 39.47 21.78 ---------------------------------------------------------------- TEAM0455-002 05/01/2025 Rates Fringes Truck drivers: Pickup......................$ 26.96 4.87 Tandem/Semi and Water.......$ 27.59 4.87 ---------------------------------------------------------------- * SUCO2001-006 12/20/2001 Rates Fringes BOILERMAKER......................$ 17.60 ** Carpenters: Form Building and Setting...$ 16.97 ** 2.74 All Other Work..............$ 15.14 ** 3.37 Cement Mason/Concrete Finisher...$ 17.31 ** 2.85 IRONWORKER, REINFORCING..........$ 18.83 3.90 Laborers: Common......................$ 11.22 ** 2.92 Flagger.....................$ 8.91 ** 3.80 Landscape...................$ 12.56 ** 3.21 Painters: Brush, Roller & Spray.......$ 15.81 ** 3.26 Power equipment operators: Backhoe.....................$ 16.36 ** 2.48 Front End Loader............$ 17.24 ** 3.23 Skid Loader.................$ 15.37 ** 4.41 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing Page 570 of 1257 file:///S/...lities_Field%20Instrumentation%20and%20Controls%20Support_Timber%20Line_PSA-22-92/wage%20determination_081425.txt[8/26/2025 7:34:46 AM] operation to which welding is incidental. ================================================================ ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($17.75) or 13658 ($13.30). Please see the Note at the top of the wage determination for more information. Please also note that the minimum wage requirements of Executive Order 14026 are not currently being enforced as to any contract or subcontract to which the states of Texas, Louisiana, or Mississippi, including their agencies, are a party. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (iii)). ---------------------------------------------------------------- The body of each wage determination lists the classifications and wage rates that have been found to be prevailing for the type(s) of construction and geographic area covered by the wage determination. The classifications are listed in alphabetical order under rate identifiers indicating whether the particular rate is a union rate (current union negotiated rate), a survey rate, a weighted union average rate, a state adopted rate, or a supplemental classification rate. Union Rate Identifiers A four-letter identifier beginning with characters other than ""SU"", ""UAVG"", ?SA?, or ?SC? denotes that a union rate was prevailing for that classification in the survey. Example: Page 571 of 1257 file:///S/...lities_Field%20Instrumentation%20and%20Controls%20Support_Timber%20Line_PSA-22-92/wage%20determination_081425.txt[8/26/2025 7:34:46 AM] PLUM0198-005 07/01/2024. PLUM is an identifier of the union whose collectively bargained rate prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2024 in the example, is the effective date of the most current negotiated rate. Union prevailing wage rates are updated to reflect all changes over time that are reported to WHD in the rates in the collective bargaining agreement (CBA) governing the classification. Union Average Rate Identifiers The UAVG identifier indicates that no single rate prevailed for those classifications, but that 100% of the data reported for the classifications reflected union rates. EXAMPLE: UAVG-OH-0010 01/01/2024. UAVG indicates that the rate is a weighted union average rate. OH indicates the State of Ohio. The next number, 0010 in the example, is an internal number used in producing the wage determination. The date, 01/01/2024 in the example, indicates the date the wage determination was updated to reflect the most current union average rate. A UAVG rate will be updated once a year, usually in January, to reflect a weighted average of the current rates in the collective bargaining agreements on which the rate is based. Survey Rate Identifiers The ""SU"" identifier indicates that either a single non-union rate prevailed (as defined in 29 CFR 1.2) for this classification in the survey or that the rate was derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As a weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SUFL2022-007 6/27/2024. SU indicates the rate is a single non-union prevailing rate or a weighted average of survey data for that classification. FL indicates the State of Florida. 2022 is the year of the survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 6/27/2024 in the example, indicates the survey completion date for the classifications and rates under that identifier. ?SU? wage rates typically remain in effect until a new survey is conducted. However, the Wage and Hour Division (WHD) has the discretion to update such rates under 29 CFR 1.6(c)(1). State Adopted Rate Identifiers Page 572 of 1257 file:///S/...lities_Field%20Instrumentation%20and%20Controls%20Support_Timber%20Line_PSA-22-92/wage%20determination_081425.txt[8/26/2025 7:34:46 AM] The ""SA"" identifier indicates that the classifications and prevailing wage rates set by a state (or local) government were adopted under 29 C.F.R 1.3(g)-(h). Example: SAME2023-007 01/03/2024. SA reflects that the rates are state adopted. ME refers to the State of Maine. 2023 is the year during which the state completed the survey on which the listed classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 01/03/2024 in the example, reflects the date on which the classifications and rates under the ?SA? identifier took effect under state law in the state from which the rates were adopted. ----------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1) Has there been an initial decision in the matter? This can be: a) a survey underlying a wage determination b) an existing published wage determination c) an initial WHD letter setting forth a position on a wage determination matter d) an initial conformance (additional classification and rate) determination On survey related matters, initial contact, including requests for summaries of surveys, should be directed to the WHD Branch of Wage Surveys. Requests can be submitted via email to davisbaconinfo@dol.gov or by mail to: Branch of Wage Surveys Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Regarding any other wage determination matter such as conformance decisions, requests for initial decisions should be directed to the WHD Branch of Construction Wage Determinations. Requests can be submitted via email to BCWD-Office@dol.gov or by mail to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2) If an initial decision has been issued, then any interested party (those affected by the action) that disagrees with the decision can request review and reconsideration from the Wage Page 573 of 1257 file:///S/...lities_Field%20Instrumentation%20and%20Controls%20Support_Timber%20Line_PSA-22-92/wage%20determination_081425.txt[8/26/2025 7:34:46 AM] and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Requests for review and reconsideration can be submitted via email to dba.reconsideration@dol.gov or by mail to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210. ================================================================ END OF GENERAL DECISION" Page 574 of 1257 TO: Mayor and Council FROM: Pieter Van Ry, Englewood Utilities and South Platte Renew Director Josh Roach, Utilities Deputy Director – Operations and Maintenance Ben Alexenberg, Utilities Electrical, Instrumentation & Controls Program Manager DATE: October 6, 2025 SUBJECT: Professional Services Agreement Renewal with Timber Line Electric and Control Corp. for Field Instrumentation and Controls Support DESCRIPTION Professional Services Agreement (PSA) renewal with Timber Line Electric and Control Corp. for Field Instrumentation and Controls (I&C) support. RECOMMENDATION Utilities staff is seeking City Council approval of a Professional Services Agreement (PSA) renewal with Timber Line Electric and Control Corp. for Field Instrumentation and Controls (I&C) support in an amount not to exceed $250,000. The Water and Sewer Board recommended Council approve the PSA renewal with Timber Line Electric and Control Corp. during its September 9, 2025 meeting. SUMMARY In 2020, Utilities completed a comprehensive Master Plan for the water system, which identified several needs to address aging infrastructure, single points of failure, and areas of risk. As identified in the 2020 Master Plan, significant improvements are needed in Electrical, Instrumentation, and Controls (EI&C) at the Allen Water Treatment Plant (WTP) and its remote pump stations. Staff has identified projects for 2025 and 2026 that include improvements to the main and emergency backup power systems, as well as the installation of Instrumentation and Controls (I&C) equipment throughout the Allen WTP and remote sites. This work requires a coordinated effort by electricians, integrators, and programmers. Electricians ensure the power source is sufficient, then run the power and control conduit and wire to the I&C equipment. Integrators procure, start up, configure, and calibrate I&C equipment. Programmers implement the control strategy into the Supervisory Control and Data Acquisition (SCADA) system, writing code to create the Human-Machine Interface (HMI) and communicate with the I&C equipment. ANALYSIS Utilities staff recommends approval of a PSA renewal with Timber Line Electric and Control Corp. for field I&C support for one (1) year in an amount not to exceed $250,000. Integrators provide value to the City through I&C expertise, factory-certified startups, and the opportunity to obtain extended warranties on equipment. A request for a Statement of Qualifications (SOQ) was developed and advertised on the Rocky Mountain E-Purchasing System (BidNet) in April 2022. The selection committee selected Huffman Engineering, Inc., and Timber Line Electric and Control Corp. to execute on-call I&C contracts based on the evaluation criteria. The selection committee considered these two (2) contractors sufficiently qualified due to their water and wastewater sector experience, certifications with preferred equipment vendors, and reference recommendations. Page 575 of 1257 Page 576 of 1257 Contract Number: City Contact Information: Staff Contact Person Phone Title Email Summary of Terms: Original Contract Amount Estimated Start Date 10/13/2025 Amendment Amount Estimated End Date 10/12/2026 Amended Contract Amount Total Term in Years 1.00 Vendor Contact Information: Name Contac Address Phone Email Morrison CO City State Zip Code Contract Type: Please select from the drop down list Descripiton of Contract Work/Services: Procurement Justification of Contract Work/Services: City of Englewood, Colorado CONTRACT APPROVAL SUMMARY Services will include instrumentation and control services across raw water supply, drinking water treatment, and drinking water distribution systems. There is no guarantee that the Consultant will receive a project/task order, nor is there a guarantee that each division will have a project/task order. The City will evaluate the Consultant’s proposals for each project/task order on a case-by-case basis. The City will consider the Consultant's workload before awards are made to ensure that the City’s project/task order obtains adequate priority from the selected consultant. Utilities staff recommends approval of a PSA renewal with Timber Line Electric & Control Corp. for field I&C support for one (1) year in an amount not to exceed $250,000. Integrators provide value to the city through I&C expertise, factory-certified startups, and the opportunity to obtain extended warranties on equipment. A request for a Statement of Qualifications (SOQ) was developed and advertised on the Rocky Mountain E-Purchasing System (BidNet) in April 2022. The selection committee selected Huffman Engineering, Inc., and Timber Line Electric and Control Corp. to execute on-call I&C contracts based on the evaluation criteria. The selection committee considered these two (2) contractors sufficiently qualified due to their water and wastewater sector experience, certifications with preferred equipment vendors, and reference recommendations. City procurement policies allow for four (4) one-year renewal terms for new contracts following the initial contract established under the SOQ. This renewal with Timber Line Electric & Control Corp. is recommended due to the firm’s strong institutional knowledge, demonstrated successful performance, and technical expertise in the municipal water and wastewater sector. Per City procurement policy, this is the third one-year renewal of four (4) for this contract. Each of the two (2) consultants will have a similar scope of work. While these on-call contracts establish maximum values, they do not guarantee work to any contractor or discipline. Task orders will be issued on a project-by-project basis, with proposals evaluated individually. In awarding task orders, the City will also consider each contractor’s current workload to ensure adequate capacity and priority for City projects. Renewal options available One renewal option remaining. Payment terms (please describe terms or attached schedule if based on deliverables) Monthly Invoice Submittals –Contractor shall submit monthly invoices detailing costs incurred in conjunction with the project. Each invoice shall cover a period of one calendar month (or a four (4) week period) and shall be submitted to the City within six (6) weeks after the end of each billing cycle. Electronic invoices shall be submitted to UtilitiesAP@EnglewoodCO.gov and the Englewood Utilities Project Manager. The following required information will be included: • Project title • Invoice date • Project PO number • Invoice number and billing period • Summary of work performed during invoice period, broken down and detailed by task City’s responsibilities include: • City shall provide payment in the form of Check or EFT • P.O. required upon approval of contract/agreement • 30-day net terms Renewal #3 PSA-22-92, Field Instrumentation & Controls Support $ 250,000.00 $ - $ 250,000.00 Ben Alexenberg O: (303) 783-6853 C: (720) 326-0047 Utilities EI&C Manager BAlexenberg@englewoodco.gov Timber Line Electric & Control Corp.Rich Douglas 17591 Hwy 8 80465-0793 O: (303) 697-0440 C: (720) 560-2776 Rich@tlecc.net PSA-Professional Services Agreement Page 577 of 1257 Page 578 of 1257 Page 579 of 1257 Page 580 of 1257 Page 581 of 1257 Page 582 of 1257 Page 583 of 1257 Page 584 of 1257 Page 585 of 1257 Page 586 of 1257 Page 587 of 1257 Page 588 of 1257 Page 589 of 1257 Page 590 of 1257 Page 591 of 1257 Page 592 of 1257 Page 593 of 1257 Page 594 of 1257 Page 595 of 1257 Page 596 of 1257 Page 597 of 1257 Page 598 of 1257 Electrical, Instrumentation and Controls Contract Renewals Presented By Englewood Utilities and South Platte Renew Director, Pieter Van Ry Utilities Deputy Director –Business Solutions and Engineering, Sarah Stone Utilities Electrical, Instrumentation and Controls Program Manager, Ben Alexenberg Pa g e 5 9 9 o f 1 2 5 7 EI&C Contract Approach •Improving electrical and control infrastructure •Remote sites and Allen WTP •Main and emergency backup power •Backbone for processes optimization •Focus on single points of failure and reducing risk Programmer Integrator Electrician Pa g e 6 0 0 o f 1 2 5 7 Contractor Selection: Electrical •Provides wire, conduit, equipment •RFP in December 2021 •Three contractors selected: •M. Gilmore Electric LLC •McDade-Woodcock, Inc •Power Solutions Group, LLC •Recommended contract renewal: not to exceed $500,000 Pa g e 6 0 1 o f 1 2 5 7 Contractor Selection: Instrumentation •Provides equipment for programming, calibrates and configures instrumentation •SOQ released in April 2022 •Two contractors selected: •Huffman Engineering, Inc. •Timber Line Electric and Control Corp. •Recommended contract renewal: not to exceed $250,000 Pa g e 6 0 2 o f 1 2 5 7 Summary and Recommendation •EI&C Improvements •Emergency backup power systems •Installation of uninterruptible power supply batteries at Allen WTP •Variable Frequency Drive (VFD) replacements •Motor Control Center (MCC) replacements Budget Line Item 2025 Approved Budget 2026 Proposed Budget Water Fund, Engineering, Water Treatment $5,749,752 $5,937,714 •Recommend City Council approval five contracts for EI&C Improvements •The Water and Sewer Board recommended City Council approval during its September 9, 2025, meeting Pa g e 6 0 3 o f 1 2 5 7 Questions? Pa g e 6 0 4 o f 1 2 5 7 Thank you Pa g e 6 0 5 o f 1 2 5 7