Loading...
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