HomeMy WebLinkAbout20081401.tiff a
Kit ;.),
MEMORANDUM
1111 D TO: Clerk to the Board DATE: June 5, 2008
C.
COLORADO FROM: Dean Dreher, Public Works
SUBJECT: Consent Agenda Item
Agreement for Pavement Testing and Design Services with Ground Engineering, Request for
Professional Services.
M.AFrancieAAgenda Item.doc
--1 / 1
E co58
AGREEMENT FOR PROFESSIONAL SERVICES
Pavement Testing and Design Services
THIS AGREEMENT is made and entered into this c/7'r day of Tune , 2043, by and
between the County of Weld, State of Colorado, by and on behalf of , whose address is
915 Tenth Street, Greeley, Colorado 80631, hereinafter referred to as"County Department," and Groonc(
Cu4 , whose address is z.veg E.?' sr co , hereinafter referred to as "Contract
Professional." 8053 7
WITNESSETH:
WHEREAS, County Department is in need of hiring an independent contract professional to perform
the following "Professional Services:" the professional services listed in the Scope of Services attached hereto
as ordered by County Department and
WHEREAS, Contract Professional has the time available and is willing to perform the Professional
Services, according to the terms of this Agreement.
NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the
parties hereto agree as follows:
1. TERM: The term of this Agreement shall be from , through and until
2. SERVICES PROVIDED BY CONTRACT PROFESSIONAL: Contract Professional agrees to
perform the Professional Services for the compensation provided below and as attached in
the Scope of Work.
COMPENSATION: County Department agrees to pay Contract Professional for all service
performed hereunder as follows: the Professional Services shall be provided at the rates set
forth in the Scope of Work and shall not exceed the maximum compensation of
. All compensation amounts payable after the current fiscal year are
contingent upon funds for that purpose being appropriated, budgeted, and otherwise made
available.
3. INDEPENDENT CONTRACTOR: Contract Professional agrees that he or she is an
independent contractor and will not become an employee of County Department, nor is he or
she entitled to any employee benefits from County Department as a result of the execution of
this Agreement.
4. INDEMNIFICATION, DESIGN AND INSURANCE: Contract Professional shall indemnify
County Department, its officers and employees, against liability for injury or damage caused
by any negligent act or omission by Contract Professional in the performance of this
Agreement and shall hold County Department harmless from any loss occasioned as a result
of the performance of this Agreement. Contract Professional shall be responsible for the
professional quality, technical accuracy, timely completion, and the coordination of all
services rendered by Contract Professional and shall, without additional compensation,
promptly remedy and correct any errors, omissions, or other deficiencies. Contract
Professional shall maintain commercial general liability insurance in the amount of $500,000
combined single limits and errors and omissions insurance in the amount of$1,000,000.
5. NON-ASSIGNMENT: Contract Professional may not assign or transfer this Agreement, any
interest therein or claim thereunder, without the prior written approval of County Department.
6. ACCESS TO RECORDS: County Department shall have access to Contract Professional's
financial records for the purposes of audit. Such records shall be complete and available for
audit 90 days after final payment hereunder and shall be retained and available for audit
purposes for at least five years after final payment hereunder.
Pavement
Testing 2008
Page 21 of 23
•
p ,l
7. TERMINATION: Either party may terminate this Agreement at any time by providing the other
party with a 10-day written notice thereof. Furthermore, this Agreement may be terminated at
any time without notice upon a material breach of the terms of the Agreement.
8. TIME OF THE ESSENCE: Time is of the essence in each and all of the provisions of this
Agreement.
9. ENTIRE AGREEMENT/MODIFICATIONS: This Agreement constitutes the entire
understanding between the parties with respect to the promises and covenants made therein.
No modification of the terms of this Agreement shall be valid unless made in writing and
agreed to by both parties.
10. NON-APPROPRIATION: No portion of this Agreement shall be deemed to create an obligation
on the part of County Department to expend funds not otherwise appropriated in each
succeeding year.
11. WAIVER OF IMMUNITIES/THIRD PARTY LIABILITY: No portion of this Agreement shall be
deemed to constitute a waiver of any immunities of County Department or its officers or
employees may possess, nor shall any portion of this Agreement be deemed to have created
a duty of care with respect to any persons other than County Department and not a party to
this Agreement.
12. COUNTY REPRESENTATIVE: County Department will designate, prior to commencement of
work, its project representative ("County Representative") who shall make, within the scope of
his or her authority, all necessary and proper decisions with reference to the project. All
requests for contract interpretations, change orders, and other clarification or instruction shall
be directed to County Representative.
13. MONTHLY REPORT: Commencing thirty (30) days after the date of execution of this
Agreement and every thirty (30) days thereafter, Contract Professional is required to provide
County Representative with a written report of the status of the work with respect to the Scope
of Services, Work Schedule, and other material information. Failure to provide any required
monthly report may, at the option of the County, suspend the processing of any partial
payment request.
14. ACCEPTANCE NOT WAIVER: County Department's approval of drawings, designs, plans,
specifications, reports, and incidental work or materials furnished hereunder shall not in any
way relieve Contract Professional of responsibility for the quality or technical accuracy of the
work. County Department's approval or acceptance of, or payment for, any of the services
shall not be construed to operate as a waiver of any rights or benefits provided to County
Department under this Agreement.
Pavement
Testing 2008
Page 22 of 23
IN WITNESS WHEREOF, the parties hereto have signed this Agreement this MI day of o Jli ha.
, 2008.
ATTEST: `'" �` BOARD OF COUNTY COMMISSIONERRS
f: i r limp�1 WELD COUNTY, COLORADO
By: L :•i c .4 I' By: &,> PA.-,PA
Deputy CI- tot e Boatd,,,4.,/ k - �, William H. Jerke, Chairman
JUN 0 9 2008
CONTRACT PROFESSIONAL:
By: ec9(2lr,a Ac IPDate Yo/ 9t
Name: ,9nn4r Ix./ JArd 4,, r- r
Title: ear S2o/c n/ G
SUBSCRIBED AND SWORN to before me this 3o day of /1 , G0(/p
WITNESS my hand and official seal. v� "`---
L GN
I Nota, Public
My commission expires: 4 /1. t
[[[ JASON GOODMAN
NOTARY PUBLIC •
STATE OF COLORADO ,
My Commission Expires April 6,2012
M'.NAaintenance Contracts\Pavement Testingt2008\Pavement Testing Contract.doc
Pavement
Testing 2008
Page 23 of 23
NOTICE OF AWARD
Weld County is soliciting proposals from qualified consultants for Non Destructive pavement testing and
associative core sampling along with analysis and reporting.
To: Ground Engineering
2468 East 9`h Street
Loveland, CO 80537
Project Description:
The services will primarily consist of pavement testing and pavement overlay recommendations.
The Owner has considered the Bid submitted by you for the above described Work in response to its
Invitation for Bids and Instructions to Bidders.
You are hereby notified that your Bid has been accepted in the amount of $ 33,724.00 or as shown in the
Bid Schedule.
You are required by the Instructions to Bidders to execute the Agreement and furnish the required
Performance Bond, Payment Bond and Certificates of Insurance within ten (10) calendar days from the date
of this Notice to you.
If you fail to execute said Agreement and to furnish said Bonds within ten (10) days from the date of this
Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your bid
as abandoned. The Owner will be entitled to such other rights as may be granted by law.
You are required to return an acknowledged copy of this Notice of Award to the Owner.
Dated this 28 day of May , 2008
Weld County, Colorado, Owner
ByOeovm .7)me{sm
Pavement Management Supervisor
ACCEPTANCE OF NOTICE
Receipt of the above Notice of Award is hereby acknowledged by
(Contractor)
Dated this 3o day of Mdo , 20 01.7
By: gin tan) c9irr- n Title: p/rT/&it)/
Pavement
Testing 2008
Page 10 of 23
WELD COUNTY PURCHASING
915 10Th Street Greeley CO 80631
E-Mail:mwalterseco.weld.co.us
E-mail: reverett(Wco.weld.co.us
Phone: (970)356-4000, Ext. 4222 or 4223
Fax: (970)336-7226
DATE OF BID: May 8'", 2008
REQUEST FOR: Pavement Testing
DEPARTMENT: Public Works Department
BID NO: #B0800092
PRESENT DATE: May 12'", 2008
APPROVAL DATE: May 28th,2008
VENDORS TOTAL BID AMOUNT
Ground Engineering Consultants $33,724.00
2468 East 9th Street
Loveland CO 80537
IMS Infrastructure Management ServiceS $125,620.00
116 N.Roosevelt Avenue, Ste 131
Chandler AZ 85226
Dynatest Consulting Inc $128,565.00
165 South Chestnut Street
Ventura CA 93001
Fugro Consultants Inc. $182,504.00
8613 Cross Park Drive
Austin TX 78754
OO58
2008-1401
b,d o5/'f/CcP
MEMORANDUM
TO: Pat Persichino DATE May 8,2008
Director of Public Works
FROM: Dean Dreher,Pavement Management Supervisor
SUBJECT: 2008 Pavement Testing Contract
On May 8, 2008,the bids were opened for the 2008 Pavement Testing Program. The low bids submitted
do not exceed the adopted 2008 budget of$65,000 for pavement testing. Below are the respective bids:
Gound Engineering Infrastructure Management
Consultantas Inc, Services
Item Unit Quantity Urit Pdce Sub Total Unit Price Sub Total
PROJECT SETUP LUMP SUM 1.00 $1,000.00 $1,000.00 $6,000.000 $6,000.00
DYNAFLECT TESTING/GPS EACH 2,268.00 $8.00 $18,144.00 $15.000 $34,020.00
(190 MI(o?18 PER MI)
CORING/GPS EACH 252.00 $40.00 $10,080.00 $300,000 $75,600.00
(190 MIA 2 PER MII
REPORTING LUMP SUM 1.00 $4,500.00 $4,500.00 $10,000.000 $10,000.00
Total $33,724.00 $125,620.00
Dynatest Fugro Consultants Inc.
Item Unit Quantity Unit Price SubTotal Unit Price Sub Total
PROJECT SETUP LUMP SUM 1.00 $2,400.00 $2,400.00 $13,909.00 $13,909.00
OYNAFLECT TESTING/GPS EACH 2,268.00 $14.84 $33,665.00 $32.50 $74,375.00
(190 MI @ 18 PER MI)
CORING/GPS EACH 252.00 $244.05 $81,500.00 $263.89 $66,500.00
(190 MI 02 PER MI)
REPORTING LUMP SUM 1.00 331,000.00 $31,000.00 $27,720.00 $27,720.00
Total $128,565.00 $182,504.00
Ground Engineering Consultants Inc. submitted the lowest bid for the 2008 Pavement Testing Program
The Public Works Department worked with the low bidder in 2007 with satisfactory results.
It is the recommendation of the Weld County Public Works Department that we accept the Ground
Engineering Consultants Inc proposal for(BID REQUEST NO.B0800092)for the sum of$33,724.00.
Mot*Ii . MEMORANDUM
win ce
COLORADO
TO: Clerk to the Board DATE: March 24, 2009
FROM: Dean Dreher, Public Works
SUBJECT: Agenda Item
Change Order 41 with Ground Engineering Consultants, Inc. for the 2009 Pavement Testing and
Design Services in the amount of$40,110.
Enclosed is one original agreement.
M:APmncic'Agenda Itnn.doc
i
1
of �1
1----I
._J
1
(''itl tL ' Atn-) i V 9U� — Ho !
�c
C.
-z ��� kit(
� ) ' Cyc{(t3r( 09 (I '%
CHANCE ORDER NO. I
Weld County Pavement Testing Service
Date:
Project: Weld County pavement testing generally consists of nondestructive testing along with core sampling and reporting on
approximately one hundred and fifty miles annually. This program supports the pavement management system and the overlay
program.
Owner: Weld County Public Works Department, PO Box 758,Greeley, Colorado 80632
Consultant: Ground Engineering, Consultants Inc. 2468 East 9th Street Loveland,Colorado 80537
The following change is hereby made to the Contract Documents:
Contract Time Extension: The original Agreement for Professional Services is extended from 2008 to 2009 as
permitted by the contract. This extension is the second year of the four year term limit.
Change to 2009 Rate Schedule: The 2008 Rate Schedule of the original contract shall be replaced with the attached
Exhibit A, 2009 Rate Schedule. The increase for 2009 services submitted by
Ground Engineering is far below the second low bid received in 2008 (See
Attached Bid Tab). The new total price of $40,110.00 submitted for testing
services by Ground Engineering is below the 2009 budget of$65,000.
CHANGE TO CONTRACT PRICE:
See attached Exhibit A,2009 Rate Schedule
CHANGE TO CONTRACT TIME:
The Contract time will be increased by 365 calendar days.
RECOMMENDED:
MAR 3 0 2009
Owner Representative: Date:
William F. Garcia, Chair
Engineer: Date:
APPROVALS:
Consultant: Ground Engineering Consultants, Inc.
By: 20-4,4,.
lt Date: 3- 0)27/-Title: quit
1t -r
3 . 30-ao$9 EGc`C_NS
BOARD OF COUNTY COMMISSIONERS
REVIEW/WORK SESSION REQUEST
RE: Ground Engineering Consultants Inc., Bid #B0800092, Change Order 1 for Pavement Testing and Design
Services 2009.
DEPARTMENT: Public Works DATE: March 17, 2009
PERSON REQUESTING: Dean Dreher, Pavement Management Supervisor.
Brief description of the problem/issue: The original agreement for Professional Services could be extended
from 2008 to 2009 as permitted by the contract. This extension would be in the second year of the four-year
term limit. The 2009 Rate Schedule of the original contract would be replaced with the attached Exhibit A,
2009 Rate Schedule.
Change Order 1 -- Public Works is proceeding with non-destructive pavement testing. We have used Ground
Engineering's services for pavement analysis for the last two years with satisfactory results. These services are
required to produce the maintenance overlay program. Attached is Change Order 1 outlining the scope of
services and the cost to complete the project. Ground Engineering estimates the cost for 2009 testing program
to be $40,110.00, which is the low bid. Refer to the Exhibit A attached as the proposal for professional
services.
What options exist for the Board? (Include consequences, impacts, costs, etc. of options)
BOCC can either approve Change Order No. 1 or rebid the entire project.
Recommendation to the Board: I recommend approval of Change Order No. 1 for Ground Engineering
Pavement Testing and Design Services.
Approve Schedule
Recommendation Work Session Comments
William F. Garcia, Chair
Douglas Rademacher
Sean Conway
Barbara Kirkmeyer
David E. Long
Attachments: Change Order No. 1, Exhibit A, Bid Tabulation
pc: Mona Weidenkeller, Public Works
M\Maintenance Contracts VPavement resting\2009AWork Session Request Change Order No- I_doc
Exhibit A
March 9, 2009
Subject. Proposal for Professional Services, 2009
Pavement Overlay Recommendations, Non-
Destructive Testing and Core Sampling, Weld
County Colorado
GROUND Proposal Number 0903-0303
Weld County Purchasing Dept.
P.O Box 758
915 t0'"Street. 31 Floor
Greeey, Colorado 80632
C:e-ot.:nd Engineering Consultants, Inc. (GROUND) is pleased to submit a proposal to conduct
eon-destruct:ve pavement testing and associated core sampling for approximately 100 miles of
mainline county roadway and approximately 50 miles of subdivision roads. This in turn will be
utilized to evaluate and provide recommendations for a 2009 pavement overlay program..
Scope of Work
Elased on provided information and our experience with similar protects, we propose the
tollowmgg:
Core 224 holes. approximately 2 cores per mile or 2 cores per subdivision, Cored holes
will be used to evaluate the existing pavement section thickness, base thickness,
shallow subsurface soil type, and estimated moisture conditions directly below the
existing pavement section_ The core holes will be patched with concrete and sample
locaticns will be plotted with GPS information. Each core hole will be performed on an
area previously tested with the falling weight deflection apparatus for comparison.
Perform falling-weight deflectometer testing (non destructive). We understand that the
roadway section to be evaluated will be tested at a frequency of 1 per 300 feet,
aiternat.ng lanes. Sample locations will be plotted with GPS information.
Analyze the results of the 'falling weight deflectometer testing and coring data to perform
a pavernent section evaluation including remaining service life and pavement overlay
recommendations, Overlay recommendations should be evaluated at 10 and 20 year
design life scenarios.
Prepare a report summarizing the data obtained and present our coneiuSions and
recommendations. A full copy of the report will be provided ,n a 3-ring binder format with
AMU
cr ^ 'r fi`es provided on a USB memory flash card
ENGINEERING CONSULTPNTS. INC. ..
2468 East 9th Street, Loveland, CO 80537 Phone(970)622.0800 Fax (970)622-0801 www.groundeng.com
Office Locations: Englewood Commerce City Loveland Granby Gypsum
Exhibit A
Wetd County Pavement Overlay Recommendations
Our services wilt be conducted under the supervision cf a registered professional
engineer,
Please note that the Client must provide legal access for GROUND's equipment.
Additionally, GROUND requests that the Client locate any of the private, or-site utilities,
as we do not have a feasible method to complete this task. GROUND will notify public
uti'ities through the Utility Notification Center of Co:orado ;UNCC).
Fees
Ground Engineering Co,,suttants
Proposed 2009 BID SCHEDULE
NUMBER UNIT PRICE TOTAL
ITEM OF UNITS I UNIT
•
Prajeci setup 1 LUMP SUM $1,000,00 $1 300
- Fain Lre Dynaflect Testing 1791 EACH $10.00 $17,910
1 GPS
(99.5 MI t718 PER Ml)
Subdivisions Dynaflect 450 EACH $10.00 $4,500
Testing;GPS
(5D M! 2 9 PER Mir
Main t-v'.e Caring GPS 199 EACH $50.00 £9,950
• (99.5 rd': 4,2 PER Mt) _
SuJdivision Coring I GPS 25 EACH $50.00 $1,250
r11 Subdivis cns/2 PER
......... ....._.
Subdiv
Reportng 1 Lump Sum $5,500 00 $5,500
Totals - _ S40,110.0C
Based on the proposed scope of work outlined above, we estimate a lump sum fee of
$40,110.00 (outlined above). Tne estimated cost includes traffic control services provided
during our fieldwork.
In the event that access permits are not granted in a timely fashion or should the field work be
postponed or terrr:hated for any reason after notice to proceed has been provided, cost incurred
will be charged n accordance with our hourly and unit rates as indicated on the attached
Engineering Fee Schedule.
If additional services are required above and beyond the scope of work outlined above, we
propose that our fees for the additional services be in accordance with the hourly and unit costs
presented in the Fee Schedule. As times for meetings or post-report consultation are difficult to
oreC ct. we propose that fees for such meetings aso be oased on the hourly rates shown on our
Proposal No.0903-0303 Page 2 of 5
Welo County 2009 Pavement Overlay Recommendations
Fee Schedule. GROUND will not proceed with any additional services or out-of-scope activities;
however, without your orior approval and authorization.
Please review the General Conditions, which contain a limitation of GROUND's liability. It
should be noted that GROUND understands that the Weld County contract will supersede
any of the items in conflict with our General Conditions. Also note that GROUND
reserves the right to withhold data and reports until we have received a signed contract.
Schedule
We propose lc initiate the investigation wiNr, 2 week of being given notice to proceed. Upon
given access 2errnission, we anticipate 2 to 4 weeks of fieldwork followed by 2 to 3 weeks for
r( o:1 preparatior.. We will notify you of our progress and pertinent information, as it oecornes
available.
If you rave any questions, concerns or comments regarding this proposal, please contact this
office. If this proposal meets your approval, please return one signed original copy to this office
or •1,x it to us for immediate consideration. We appreciate this opportunity to work with you on
t s project
Ssrcere,y,
GROUND Engineering Consultants, Inc.
Za-=c P.E. Andrew Suedkamp, F.E.
Acreed to this day of 2009.
by
Pease print name
BID TABULATION
PAVEMENT TESTING FOR 2008
BID REQUEST NO. B0800092
2008 bid prices using 2009 unit quantities.
2008 Gound Engineering j 2009 Gound Engineering
2009 Consultantas Inc. Consultantas Inc.
Item Unit Quantity Unit Price Sub Total I Unit Price Sub Total
PROJECT SETUP LUMP SUM 1.00 $1,000.00 $1,000.00 $1,000.000 $1,000.00
DYNAFLECT TESTING/GPS EACH 2,241.00 $8.00 $17,928.00 $10.000 $22,410.00
(190 MI a 18 PER MI)
CORING/GPS EACH 224.00 $40.00 $8,960.00 $50.000 $11,200.00
(190 MI@2PER MI)
REPORTING LUMP SUM 1.00 $4,500.00 $4,500.00 $5,500.000 $5,500.00
Total $32,388.00 $40,110.00
2008 bid prices using 2009 unit Quantities.
Infrastructure Management
Dynatest Fugro Consultants Inc.
2009 Services
Item Unit Quantity, Unit Price_ Sub Total Unit Price Sub Total Unit Price Sub Total
PROJECT SETUP LUMP SUM 1.00 $2,400.00 $2,400.00 $13,909.00 $13,909.00 $6,000.000 $6,000.00
DYNAFLECT TESTING/GPS EACH 2,241.00 $14.84 $33,256.44 $32.80 $73,504.80 $15.000 $33,615.00
(190 MI[0118 PER MI)
CORING/GPS EACH 224.00 $244.05 $54,667.20 $263.89 $59,111.36 $300.000 $67,200.00
(190 MIA 2 PER MI)
REPORTING LUMP SUM 1.00 $31,000.00 $31,000.00 $27,720.00 $27,720.00 $10,000.000 $10,000.00
Total $121,323.64 $174,245.16 $116,815.00
Hello