Loading...
HomeMy WebLinkAbout20072906 AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into this l day of s{— , 2007, by and between the County of Weld, State of Colorado, by and on behalf of ublic Works Dep whose address is 1111 H St., P.O. Box 758, Greeley, Colorado 80632, hereinafter referred to as "County Department," and Short Elliott Hendrickson Inc., whose address is 2000 South Colorado Boulevard, Suite 6000, Colorado Center Tower One, Denver, CO 80222-7938, hereinafter referred to as"Contract Professional." WITNESSETH: WHEREAS, County Department is in need of hiring an independent contract professional to perform the following "Professional Services:" The professional services for the design of Weld County Bridge 27/66A over the Greeley Canal#2 as detailed 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 date of execution shown above, through and until completion of final design services as defined in the attached Scope of Work and as shown in the attached schedule. The term may be extended by modification of this contract as agreed to by both parties, in writing. 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$170,106.38. This fee is compensation for design services only as described in the attached Scope of Work and Fee Summary. Construction services are shown in the Scope of Work as information only. Upon completion of design services, the shown construction services may be requested by the County Department to the Contract Professional. If the Contract Professional is agreeable in performing the services, a contract change order will be written to include the construction services with a negotiated amount. All compensation amounts payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Any additional services completed beyond those described in the Scope of Work shall be authorized by the County Department at a fee negotiated between the County Department and Contract Professional using the established hourly rates attached to this Agreement. Invoices will be paid within 60 days of being received and accepted by the County Department. 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 and hold harmless County Department and CDOT, its officers and employees, against liability for injury or damage and losses, damages and expenses to the extent caused by any negligent act or omission by Contract Professional or any person or organization for whom Contract Professional is legally liable in the performance of services under 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 negligent errors, omissions, or deficiencies. Contract Professional shall maintain commercial general liability insurance in the amount of $500,000 per occurrence and errors and omissions insurance in the amount of$1,000,000. Weld County Bridge 27/66A Page 1 of 3 Z-4 00510 09-i2-D7 (4 ; 1106 4007-a906 5. NON-ASSIGNMENT: Contract Professional may not assign or transfer this Agreement, any interest therein or claim there under,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. 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. In the event of termination, the Contract Professional shall supply the County Department with copies all work products completed to date, including but not limited to electronic files, reports, computations, etc. All work products completed on this project shall be owned by the County Department. 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. 15. CDOT REQUIREMENTS: The design work under this contract shall be compatible with the requirements of a separate contract between the Local Agency and the State (which is incorporated herein by this reference) for the design/construction of the project. The State is an intended third party beneficiary of this contract for that purpose. Upon advertisement of the project work for construction, the Contract Professional shall make available services as requested by the State to assist the State in the evaluation of construction Weld County Bridge 27/66A Page 2 of 3 and the resolution of construction problems that may arise during the construction of the project. The Contract Professional shall review the construction contractor's shop drawings for conformance with the contract documents and compliance with the provisions of the State's publication, "Standard Specifications for Road and Bridge Construction", in connection with this work. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 12th day of September , 2007. COUNTY DEPARTMENT: 1�� ATTEST: "- E �`� COUNTY OF WELD, a political subdivision Weld County M10(1 �186 ( Clerk to the Board of the STATE OF COLORADO: By: 0212 I1 k1 !►(/ $ t. By: D_ .uty CIeT to the Boar+ `O 4, Robert D. Masden, Acting Chair Pro-Tern N Board of County Commissioners of the County of Weld 09/12/2007 CONTRACT PROFESSIO L: By: Date O Si' 2/.p7 Na e: o L . 5/ ✓rtdaQ n Title: /"l A/O • L /) SUBSCRIBED AND SWORN to before me this ( I �r day of , 2007. WITNESS my hand and official seal. C ;nxires: Public S/am Attachments: Addendum A: Federal Requirements Attachment LO: Certificate for Federal-Aid Contracts Weld County Bridge 27/66A Page 3 of 3 07007-a'2e6 Exhibit A to Agreement for Professional Services Between Weld County (Owner) and Short Elliott Hendrickson Inc. (SEH®) Dated ` IZt 1O—I SEH's Services —Scope of Work The Owner intends to retain SEH to provide professional requirements for the performance of the engineering,architectural,environmental and/or planning Project. services as may be directed by the Owner,and the Owner 6. SEH shall not be liable to Owner or otherwise and SEH deem it mutually advantageous to set forth the responsible for damage or injury to the Project or general details described herein. for additional costs or delays in the performance of the Work arising out of or caused by reason of A. General SEH relying upon or acting upon incorrect or 1. Services performed by SEH will generally consist inaccurate written information furnished by of providing preliminary design,and final design, Owner's Representative. and designated services after design related to the replacement of Weld County Bridge WEL027.0- B. Project Set-Up and Continuing Requirements 066.0A. Upon notice to proceed,SEH will complete the 2. The totality of the obligations imposed upon SEH following: as set forth in this Article along with any 1. SEH will attend an introductory and pre-design attachments shall constitute the Scope of the meeting with the Owner and representatives of Work(Work)covered by and to be performed the Colorado Department of Transportation under this Agreement. (CDOT)to identify the schedule of each task. 3. SEH shall provide,furnish and perform all The meeting will be at the Owner's office. specified engineering and design services and 2. SEH will prepare a project schedule which provide and furnish all necessary supplies, includes critical path items. SEH will track materials and equipment and all necessary labor project progress through design. and services required to fulfill SEH's obligations for the design of the bridge listed in A.l.above, 3. SEH will prepare a project design criteria memorandum,outlining the criteria to which the for the design of the related roadway approaches and for the selection of the preferred alignment project will be designed. and location of the road and bridge, in accordance 4. SEH will attend monthly project progress with the contract documents. meetings with Weld County,at the Weld County 4. The Tasks to be performed by SEH under this offices or other mutually agreeable location. Agreement shall include those Tasks specifically 5. One public meeting will be held. SEH will identified to be performed by SEH as shown in provide materials appropriate to convey planned the attached EXHIBIT B—Work Hour Estimate— improvements to a non-technical audience. SEH,Inc. Tasks to be performed by parties other than SEH are identified as such in that EXHIBIT C. Conceptual Design Phase B. 1. SEH will investigate alternate bridge 5. Tasks are generally described below. configurations to determine the optimum configuration relative to bridge span lengths, (a) Preparation of schematic design studies number of spans,future maintenance,type of consisting of drawings and other documents construction,etc. Up to three alternates will be illustrating the scope and relationship of the investigated,as deemed appropriate by the various components of the Project. Owner. (b) Preparation of design development 2. SEH will provide for a structure at the bridge site documents consisting of drawings and other that incorporates a waterway opening that is at documents which shall fix and describe the least equal to the existing. If the design reduces size and the character of the Project. the existing waterway opening,justification of the (c) Preparation of working drawings and specifications setting forth in detail the Short Elliott Hendrickson Inc. Exhibit A-1 Weld County (Form 06/29/06) reduction and the resultant impacts shall be site. Site mapping of the bridge and roadway will thoroughly researched and documented. be generated from the topographic survey. I Each alternate will be evaluated upon relative 5. SEH will prepare preliminary drawings(FIR cost,constructability, long term benefits, Plans)for the bridge,the roadway,and related maintenance costs,and sustainability. features and structures. Preliminary plans shall include,at a minimum,roadway and bridge plans 4. SEH will evaluate the practicability and cost of a plotted on the base map generated in D.4,the shoofly or other temporary bypass of the project site. roadway and bridge plans in profiles,right-of- way and easement requirements,a typical bridge 5. SEH will prepare 30%plans for each alternative. cross-section and other pertinent details. Items shown shall include,at a minimum, schematic 6. SEH will coordinate the project with,and if roadway and bridge plans,the roadway required,assist Owner in preparing application to, and bridge profiles,estimated right-of-way and the United States Army Corps of Engineers and easement requirements,a typical bridge cross- other jurisdictional agencies for all necessary section and substructure type. permitting. All permits will be in Owner's name 6. SEH will provide to the Owner a written report and all applications for such permits shall be in summarizing findings,and presenting Owner's name and made by Owner. recommendations as to the appropriate design 7. Environmental Clearances—SEH and/or approach for the structure. subconsultants to SEH shall perform the D. Preliminary Design (FIR) Phase following clearance actions: Once an alternate is accepted: (a) If a clearance action is not listed herein, CDOT has determined that it is not required 1. SEH will provide for a geologic investigation at for this project. the proposed bridge site for design of the bridge foundation elements. SEH will subcontract to a (b) Threatened and Endangered Species—The qualified firm the necessary field reconnaissance proposed project area will be assessed for and testing to determine existing bedrock T&E species,including plants and fish species. CDOT requires a determination of characteristics,foundation requirements,lateral effects and where necessary,mitigation earth pressure and other pertinent information. A minimum of two test holes will be required at the measures to avoid adverse effects on T&E proposed bridge abutment locations. A report species. A"may affect"determination outlining the results of the field investigation and requires concurrence from the US Fish and foundation recommendations, including allowable Wildlife Service whereas a"no affect" bearing capacities,will be developed by this firm determination can be cleared by CDOT as part of the contract with SEH. Specialists. The T&E clearance report should provide a list of species considered 2. SEH will perform a hydrologic analysis at the and the basis for affect including bridge site using approved methodology. SEH conservation measures included in the will also discuss requirements with the ditch project scope(e.g. seasonal restrictions, company. The analysis shall cover the 100 year preconstruction surveys,and/or avoidance frequency storm event for the basin. It is measures where appropriate)to reduce anticipated and expected that SEH will make impacts to a"no affect"determination. maximum use of existing flood studies, if any, (c) Wetland Delineation Report—SEH and/or available for the basin. The 100 year flows for subconsultants to SEH will prepare this design will be based upon best available report if required. This report will identify information as supplemented with new work by the physical boundaries of wetlands and SEH as mutually deemed necessary by SEH and Waters of the US. The US Army Corps of the Owner. Engineers Minimum Standards for Wetland 3. Weld County will perform field surveying Delineation will be followed. The wetland sufficient to determine existing channel boundaries will be overlaid on the Project characteristics and flow velocities for the flows Plans to quantify impacts associated with the determined in D.2.above. proposed project. SEH will provide this report to CDOT and the US Army Corps of 4. Weld County will make a detailed topographic Engineers. The US Army Corps of survey of the existing bridge area ant the Engineers will verify wetland boundaries proposed roadway approaches and new bridge and determine jurisdictional status of the wetlands. If wetland impacts exceed 500 Short Elliott Hendrickson Inc. Exhibit A-2 Weld County (Form 06/29/06) square feet,a Wetland Finding Report is 8. SEH will locate and identify all utilities within required by FHWA to address mitigation the project boundary. Each utility will be located requirements. If required,SEH will prepare horizontally and vertically by potholing. These the Wetland Finding Report for CDOT to utilities will be shown on the FIR plans. Owner submit to FHWA. will resolve conflicts with effected utility (d) Cultural Resources(Archaeology,History companies. and Historic Bridge)—CDOT will prepare 9. SEH will use value engineering techniques all needed materials,reports,and permits. throughout the preliminary and final design (e) Paleontology—CDOT will prepare all phases of the project. The roadway and bridge needed materials,reports,and permits improvements chosen will be those which offer required. maximum benefits to the Owner in terms of their (0 Noxious Weeds—SEH will complete a initial costs,maintenance costs and potential noxious weed survey. flood impact comparisons. (g) Hazardous Waste—SEH will perform an 10. SEH will prepare a preliminary design report for Initial Site Assessment for this project. the bridge which outlines the results of the Steel bridge components with painted foundation investigation,surveying,hydrologic surfaces are anticipated to contain lead and and hydraulics investigation,permitting,value possibly other heavy metals that will require engineering,and the preliminary bridge and application of the appropriate Standard roadway designs. This report will also contain Specifications(Section 250 Environmental preliminary construction cost estimates,and Health and Safety Management)to address identified special provisions. worker safety,protection of water quality, 11. SEH will attend an FIR meeting at a location near and final disposition of material containing hazardous materials. Project Specifications the site,agreeable to Weld County. CDOT and shall include a 250 Project Specific other interested parties will also attend. A site visit will be held as part of this meeting. SEH Provision to identify the contractor's work will prepare and distribute meeting minutes including pay items and preconstruction submittals. A MESA Phase 1 is not within 7 days of the meeting. anticipated to be required for this project. If E. Final Design (FOR)Phase a Phase 1 is required, it will be considered additional work. 1. Weld County will perform such field surveys as considered necessary to supplement existing data (h) If the anticipated earth disturbance during for final design of the project. Cross-sections construction is one acre or more,SEH will based on the final roadway alignment will be prepare a Storm Water Management Plan taken. During construction,the Contractor will (SWMP),and the Owner will be required to be responsible to perform construction surveying, obtain a Stormwater Discharge Permit staking,and layout of the Project utilizing control Associated with Construction Activity (CDPS). points established by SEH. (i) SEH will apply to the Cache La Poudre 2. Owner will identify adjacent property owners and Canal and Irrigating Company for final existing right-of-way and easements. SEH shall approval and permitting. identify right-of-way and easement requirements (j) Assumptions that must be made related to based upon the proposed replacement bridge and these environmental issues are: roadway alignment. Owner will negotiate with 1 the property owners and prepare any necessary I.The existing bridge is not historic and has agreements,deeds,etc. in order to secure the no significance(not on or eligible for right-of-way and/or easements. the National Register of Historic Places). 3. SEH will use Owner's Roadway Design 2.Other significant cultural,architectural or Standards(if applicable)and the latest edition of historic resources are not present(not the American Association of State Highway and on or eligible for the Register)with the Transportation Officials(AASHTO)publication exception of the Greeley Canal#2. "A Policy on Geometric Design of Highways and 3.A substantial archaeological site is not Streets"to design roadway approaches. Analysis located in the project vicinity. of the roadway approaches for the design speed shall,at a minimum,extend 300 feet either side of 4.A fossil outcrop is not present in the site the proposed bridge. vicinity or would not be disrupted by the project improvements. Short Elliott Hendrickson Inc. Exhibit A-3 Weld County (Form 06/29/06) 4. SEH will design in accordance with the Standard 10. SEH will conduct a final office review meeting Specifications for Highway Bridges adopted by with the Owner and CDOT at the end of this AASHTO as amended to date. Design loading phase to review completed drawings and will be the HL-93 loading as defined by specifications prior to advertisement of the project AASHTO. SEH assumes that LRFD will be used for construction bids. The meeting will be at the to design the bridge. The bridge width will be 40 Owner's office. SEH will prepare and distribute feet,curb-to-curb,or as otherwise specified by the meeting minutes within 7 days of the meeting. Owner with AASHTO acceptable bridge rail. 11. SEH is responsible for coordinating its Work with The CDOT design and detailing memos will be the Owner. Telephone conferences will be held used in conjunction with the AASHTO to review progress of the project at intervals specifications. Epoxy coated reinforcing steel appropriate to both parties. shall be used in all superstructure elements. When the CDOT design and detailing memos 12. If the Owner decides to attempt to provide differ from AASHTO,AASHTO standards shall materials and/or labor to the Project to offset the govern. Owner's out-of-pocket expenses as force account work, SEH will assist the Owner with making 5. SEH shall design the bridge structure to have a minimum sufficiency rating of 80 as determined application for additional compensation,at the Owners request. This work is not included in this under Section VII,Appendix"A"of the Colorado Agreement,but will be considered extra work that Department of Transportation Structure Inventory will require additional compensation. Coding Guide. 6. SEH will subject all designs to an in-house F. Services After Design independent design review and rating. The 1. SEH will review all shop drawings,samples,and independent design review and rating will other submissions for conformance with the accurately reflect what is shown on the plans. design concept of the Project and for compliance 7. On the basis of accepted preliminary design with the drawings and specifications. documents and the opinion of probable cost, SEH 2. Unless SEH is present at the Project site during will prepare for incorporation in the construction all construction,and pursuant to CDOT contract documents,final drawings and specifications,Contractor will prepare and specifications to show the character and scope of maintain as-built drawings reflecting changes in the work to be performed by the Contractor. SEH the Project. At the conclusion of the project a set will prepare and submit Project Special of reproducibles shall be marked"Drawings of Provisions and Standard Special Provisions to be Record"and turned over to the Owner. included in the bid documents. The scope of final design will incorporate final roadway approach G. Time of Commencement and Completion designs,bridge superstructure and substructure 1. SEH agrees to begin Work upon issuance of designs,quantity tabulations,utility plans, Notice to Proceed,and shall complete the Work hydraulics and engineering geology using in accordance with this Agreement. applicable CDOT standards. Drafting will be performed for the most part in accordance with H. Deliverables normal CDOT procedures,however,SEH will 1. Deliverables under this Agreement shall consist use its own procedures in cases where the CDOT of: guidelines are not necessary or do not apply. Technical specifications will follow CDOT (a) Meeting notes/minutes standards whenever possible. (b) Conceptual Plans 8. SEH will advise the Owner and CDOT of any (c) Conceptual Design Report adjustments to the opinion of probable cost (d) Preliminary and Final Hydrologic and caused by changes in extent or design Hydraulic Reports requirements of the project and furnish a revised (e) Foundation investigation report opinion of probable project cost based on the final (0 Preliminary design(FIR)plans, drawings and specifications. specifications,and estimate 9. SEH will prepare a Constructability Report which (g) Permit applications reviews the constructability of the structure, (h) Constructability Report special equipment that may be required, (i) 95%design(FOR)plans,specifications,and availability of materials,possible construction estimate problems,and other foreseen constructability issues. Short Elliott Hendrickson Inc. Exhibit A-4 Weld County (Form 06/29/06) (j) Final design plans, specifications,and (k) Review and evaluation of any statements or estimate(PS&E) documents prepared by others and their (k) Construction bid documents effect on the requirements of the project. (I) Reviewed shop drawings (1) Additional services due to significant changes in the general scope of the Project (m) Communication records or its design including but not limited to, I. Additional Services changes in size,complexity of character or 1. If authorized by the Owner, SEH shall fumish type of construction. additional services: (m) Preparing Change Orders or other services and supporting data or providing other (a) Performance of a MESA Phase 1 hazardous services in connection with changed project material survey and report. conditions which are inconsistent with the (b) Acting as the Owner's Construction original design intent including,but not Administrator,and as such,will serving as limited to,changes in project size, the job site representative. All decisions complexity,Owner's schedule,character of regarding the project will be made by the construction or method of financing. Owner with input and recommendations (n) Providing professional services made from SEH. necessary by the default of the Contractor or (c) Conducting a pre-construction conference by major defects in the Work of the with the Contractor and Owner to go over Contractor in the performance of the the Project and documentation requirements Construction Contract. and answer any questions regarding the (o) Providing assistance in the start-up,testing, plans and specifications. adjusting g and balancing,preparation of (d) Review and approval Contractor's operating and maintenance manuals, construction schedule and Contractor's list personnel training and consultation during of proposed Subcontractors. operation of equipment or systems. (e) Inspections of the Project to insure that it (p) Providing services after issuance to the reasonably complies with the plans and Owner of the final Certificate for Payment. specifications. (q) Providing services of professional (f) Inspections of Contractor's work prior to consultants for other than the normal recommendation of acceptance of salient services stated in the Agreement. features. (r) Furnishing the Owner,on request,a set of (g) Quality assurance documentation in reproducible record prints of drawings and compliance with CDOT Form 250 addendum drawings showing those changes requirements which SEH shall develop in made during the construction process,based accordance with the latest CDOT Materials on the marked up prints,drawings and other Manual. This documentation shall include data furnished by the Contractor to SEH. CDOT Forms 105,250,266,and 305, (s) Serving as an expert witness for the Owner progress meeting notes,independent testing in any litigation or other proceedings. reports,observation notes,weather logs and photographs. (t) Providing services for preparation of preliminary and final assessment rolls. (h) Review the Contractor's request for progress payments and recommend either revision by (u) Assistance in connection with Bid protests, the Contractor or payment by the Owner and rebidding or renegotiating contracts for provide a determination of project percent construction,materials,equipment,or services,except when such assistance is completion. (i) Review the Contractor's request for change required by the Agreement. orders and recommend either revision by the (v) Providing construction surveys and staking Contractor,denial of the request,or to enable the construction contractor to payment/time extension by the Owner. perform its work and any type of property surveys or related engineering services (j) Inspections for Substantial Completion and needed for the transfer of interests in real final acceptance and prepare either a punch property and providing other special field list of items to be completed by the surveys other than those specified herein. Contractor or a recommendation for acceptance of the Project by the Owner. (w) Review of more than six(6)Requests For Information(RF1's). Short Elliott Hendrickson Inc. Exhibit A-5 Weld County (Form 06/29/06) (x) Additional services not otherwise provided (c) Services resulting from significant delays, for in this Agreement. changes,or price increases occurring as a director indirect result of materials, 2. Required Additional Services: SEH shall perform equipment,or energy shortages. or furnish(without requesting or receiving (d) Additional or extended services during specific advance authorization from Owner) construction made necessary by include the types listed below. SEH shall advise (1)emergencies or acts of God endangering Owner in writing promptly after starting any such the Work,(2)an occurrence of a Hazardous Additional Services. Environmental Condition,(3)Work damaged by fire or other cause during (a) Services in connection with Work Change construction,(4)defective,neglected,or Directives and Change Orders to reflect delayed work by Contractor,(5)acceleration changes requested by Owner so as to make of the progress schedule involving services the compensation commensurate with the extent beyond normal working hours,or(6)default of the Additional Services rendered. by Contractor. (b) Services in making revisions to Drawings (e) Services in connection with any partial and Specifications required by reviewing utilization of any part of the Work by Owner authorities or occasioned by the acceptance prior to Substantial Completion. of substitute materials or equipment other than"or-equal"items;and services after the (f) Evaluating an unreasonable claim or an award of the Construction Agreement in excessive number of claims submitted by evaluating and determining the acceptability Contractor or others in connection with the of a substitution which is found to be Work. inappropriate for the Projector an excessive number of substitutions. Short Elliott Hendrickson Inc. Exhibit A-6 Weld County (Form 06/29/06) Project: Weld County Bridge No.27/86A over the Greeley Canal a2 EXHBIT B Client: Weld County SEH Project Code:BRO C030-030 WOrkhOUr Estimate-SEH Inc. Tank Estimated WOMOours-SEH No. bOnW, Mark MeeMao Dan Ismail Tonal Simmer I HiMa01 Gary Fie LacMan IsmaI Avan Blan Bernet Sunneen John Sabo Holly Piza_Osmanovic ]A Protect Initiation and Continuing Requirements 7A01 Inlal Project Meeting 6 6 7k02 Review Environmental Rgmne 2 2 7 A03 Independent Design Review ncluded in SubeegueM Tasks ]A 04 Project Schedule 4 4 7.A05 Develop Design Crllena 2 2 4 7.A06 Initiate Survey Work by Weld County 7.A07 Right of Entry Permits __ Work by Weld County 7 A,08 Traffic Control ore by Weld County 7,A,09 Initial Submittal Included in Subsequent Tasks ].A.10 Progress Meetings 25 25J5 Anti Progress Mtge 7,A.11 Structure Review Meetings Inducted in Subsequent Tasks 7.A,12 Project Management 10 24 12 46 ]A Subtotal-ProlectInitiation and Continuing Requirements 10 63 2 12 87 7.B Pr olactDevelOoment 7 B01 Comm. Consensus Building a. Contact Let Weld County I. Public Notices and Advertisements Weld County c General Meetings(vol.minutes) (1)Small group 5 5 Meeting with Didh Company (2)General Public Included in Subsequent Tasks (3)Project Review Included in Project Initiation and Continuing Tasks d Communication Aids (1)Graphs Supped 3 3 (2)Newsletter (3)Wag Displays 1 1 3 5 (4)study Model (5)Local Clone ].6.01 SUBTOTAL 5 1 1 6 13 ]8,02 Project Review Team 7.602 SUBTOTAL 7.803 Route Location Surveys Survey work to be done by Weld County a, Presurvey Conference 0. Survey Data Research c Secure Rights of Entry , d. Project Control Survey (1)Locate or establish HARN Stations (2)Monementation (3)Project Control e. PM1Mogmmmelry (1)Camera Calibration Report (2)FI9M Plan (3)Flight (4)Contact Prints (5)Negatives (6)Enlargements (7)Photo Index(8)Supplemental Survey(wing points) L Supplemental Surveying Accuracy Tears M1, Review(by PLS) 7803 SUBTOTAL 7804 Conceptual Design a. Urban planning and aesthetics b. System Feasibility for Imercainges • Aternatrves analysis 5 10 10 10 8 20 10 73 d, Final alernativeerepod 5 14 14 6 16 8 63 e, Interchange Approval Process 7.504 SUBTOTAL 10 24 24 16 6 36 18 136 7B.05. Data Gathering,Analysis and Mitigation Development a, Traffic Related (1)Traffic study Page 1 N9 Project: Weld County Bridge No.27168A over the Greeley Canal 82 EXHBIT B Client: Weld County SEH Project Code:BRO 0030-030 Workhour Estimate-SEH Inc. Task Estimated Wonkbours-SEM No. Joan W. Mark Matt Mac- Dan Ismail Total Simmer HINahl Gary Fi& Lachlan Ismail Ayan Stan Same) Sunieen John Sabo Holly Pus Osmanovic (2)Accident study _4 (3)Noise Study (4)Air Quality (a)Air quality monitoring (b)Air quality analysis(5)Alternative Trans.System b. Archeology Tples (1)Gather data B anarysu (2)MlllgalionlmplementatlOn C. Paleontology glee (1)Gainer data B analysts (2)Mrtgatlon Implementation a. monist Geology lnvecllaation Geccal e. Water ualih (1)Quality Analysis (2)Quality Monitoring I. Ecological Assessment Tglas a. Historical Tplas (1)Historical budge clearance (2)Hint crical study&clearance R Floodplain and Drainage Assessment 1 1 2 Right of Way (1)Early ROW Weld County (2)ROW Review2 1 2 2 ] 1. 4(9/5111 adNiy WA (Q Evaluation (2)clearance/concurrence K Threatened andlor Endangered Species Tg as (1)Determination of Presence (2)MMgation Implementation I. Wetlands rams (1)Wetlands Determination (2)Wetlands Fillings Repoli m. Hazardous Materials Geaal (1)Conduct Field Search (2)Research (3)COMuci Irv5At Teals (4)Analyze and Assess Impacts n. Existing Roadway/Structures , (1)-Accreni History (2)-Roadway/SLutlure Condition 1 1 1 3 (3)-Geometry Ind.in 7.C.6 (4)-119M1tN (5)-TrAft Signal Devices o. Construction Requirements 2 1 2 5 p Aesthetic Considerations WA q. cities 2 2 2 2 S o Economics s. Farmlands t. Energy usage WA u Title coon mkmenta 1 1 iWeld County 751.05 SUBTOTAL 9 5 ] 4 1 26 I ].6.M Environmental Asaeam¢M(EA)Process 2 1 3 Titian ]. 6 SUBTOTAL 2 1 B O - 3 7.5.57 Environmental Impact Study(EIS)Process NIA ].5.0] SUBTOTAL 7.B.08 Design Report Ptaesa a. Initial Public Meeting 6 6 b. Preliminary Design Report nd.in 7.6 4 d. Public Hearing/meetings e Final esign Repo 4 4 4 2 - 14 I. Review Design Report 71300 SUBTOTAL 12 4 4 2 22 22 t. 7.8.09 obtain Perm bs 2 2 2 6 ].6.09 SUBTOTAL 2 2 2 S Page 2 0f 9 Project: Weld County Bridge No.27/66A over the Greeley Canal 62 EXHBIT B Client: Weld County SEX Project Code:BRO CO30-030 Workhour Estimate-SEH Inc. Task Estimated Workboun-SEH No. John W. Mark Matt Mao- Dan Ismail Total Simmer Hilahl Gary Fib Lachlan Ismail Ayan Stan Barnet Sundeen John Sabo Holly Pin OBmanovc ].B Subtotal-Project Devebgnent 40 37 38 16 8 48 18 1 206 7.C preliminary Design ]0,01 Design Field Surveys Survey work by Weld County a. Presurvey Conference b. Survey Data Research c Secure Rights of Entry d. Project Control Survey (1)Locate or establish HARN Station(2)Monumentatlon (3)Local Project Controle. InRoads Survey 2 2 4 Review and coordinaton Terrain Survey g. Uildy Survey 2 2 4 Review and coordination h. Hydraulic Survey 1 1 2 Review and coordination P. Material Survey 1. Supplemental Surveying k. Survey Report I. Accuracy Tents m. Review(By Registered PLS) 7.001 SUBTOTAL 3 3 2 2 10 7.0.02 Traffic Engineering a. Produce Traffic Projediiona b. Revew Accident Data c. Recommend Appropriate Geometry 1 1 1 2 1 6 d. COOT Review e. Develop Demur Alternatives1 1 1 3 2 8 0 Develop Design FSAL s g. submit Recantfor Approval 2 1 3 7002 SUBTOTAL ~-- 4 3 2 5 3 17 7.0.03 Materials Engineering Geocal a Preliminary Soil Investigation b. Pavement Rehabilitation New Pavement Structure or. Pavement ustiioation e. Pavement Design Report Existing Bridge Investigation g. Foundation Investigation ]LO] SUBTOTAL 7.0.04 Hydrology/Hydraulic Engineering a. Hydraopr NIA b. Hydraulic 2 1 12 15 S. Preliminary Hydraulics Report 1 12 15 d. Bridge Hydraulic Sheet - NIA 7.0.04 SUBTOTAL 4 2 24 30 8 7.0.05 (Allay Coordination a. Location Maps 1 1 1 4 7 b. Reviews and investigations (t)Potholing-Excavation 1 l underground Lacarore and mapping Utility Pntholin (2)Potholing-Surveying Uhl.loc. Underground Location°and Mapping UTAM PNnolnn o Relocation recommendations 1 1 2 d. Irrigation Ditch Coordination 4 2 2 6 e. Railroad Coordination N/A 7.0 IL5 SUBTOTAL ] 4 3 4 18 7.0.6 Roadway Design 6 Roadside Development a. Roadway Design (1)Cuord wlh Others Design Act 2 1 6 9 (2)Check and Plot Survey Data 8 12 -Develop Topo 4 -Develop Existing DIM 4 6 (3)Horuonlal 6 Vertical Alignments 6 2 16 (4)Determine ROW Requirements 2 2 2 2 - 14 (5)Pbt/develop Rend Plane 1 10 22 (6)Preliminary Earthwork Quantities (7)RR Intersection Design l WA Page 3 of Project: Weld County Bridge No.27/80A over the Greeley Canal#2 EXHBIT B Client: Weld County SEH Project Code:BRO CO30.030 Workhour Estimate-SEH Inc. Task r Estimated Workhours-SEH No. John W. Mad Matt Mao Dan Ismei Tole Simmer Hiiabl Gary File Lachlan Ismail Ayan Stan Barnet. Surneen John Sabo Hoer Piza Osmadovlc _ (B)Tile Sherd 1 (9)standard Plan List 1 2 (10)Survey Tabulation 1 1 3 (11)Typical sector 1 3 (12)General Notes 1 2 2 2 9 (13)Construction Staging Plan 1 1 6 12 (14)Traffic Control Plan 4 (15)Plan&Profile 4 10 (16)Cross sections 2 8 (17)Review Gearech a Environ Report 1 2 2 5 b. Roadside Development . -Guardrada delineator 2 4 4 10 -Landscaping -Sprinkler systems WA -sound barriers NIA -Bikepaths N/A -Truck escape ramps N/A -Rest areas N/A -Satety analysis 1 1 2 c Preliminary Lighting and Electrical N/A _—.1. _. _ ]Cfifi SUBTOTAL 8 T B 26 76 39 164 7.0.07 Right-of-Way 1 1 4 6 a. Research Weld County 0. ownership map Weld County 7,0.07 SUBTOTAL 1 1 4 6 7.0.06 Major Slrurlure Design a. Structural Data Collection (1)Obtain Structure Ste Data 1 (2)Obtain Data On Existing Structure 1 b. structural Selection a Layout (1)Review Structure she Data 1 (2)Determine Str.Layout Ahem. 1 4 8 (3)Determine Str.Type Ahern. 4 7 (4)Determine Foundation/Vern. 4 7 (5)Determine Rehab Wlernalies N/A (6)Develop Staged Constr.Phasing 4 6 (7)Compute Preliminary Quantities ° 7 (e)Evaluate Structure Alternatives 1 3 (9)Prepare Prelim General Layout 2 6 11 Structure Selection Report 1 6 12 d. Foundation Investigation Request 1 1 ]008 SUBTOTAL 4 0 19 24 10 60 7.0.05 Construction Phasing Plan 7.0.09 SUBTOTAL 7.0.10 Preparation for the FIR , a Coordinate.Compile Plan Inputs 1 1 b. Major Str.Approved Gen.Layout 1 1 4 6 o. Prepare Preliminary Cost Estimate 2 4 6 12 d. ROW Ownership Map e. Reproduce Plans 2 2 t CDGTFnrm1048 1 1 7.0.10 SUBTOTAL 1 3 6 8 6 22 7.0 11 Field Inspection Review(FIR) B 8 16 7.0.12 Post FIR Revisions 2 4 8 6 B 2e 7.0 Subtotal-Preemie Deal-n 42 41 48 36 28 115 42 24 376 7.D final Dealgn 7.D.1 Project Review 1 1 7.D.2 Design Coordination 2 2 Page 4 of 9 Project: Weld County Bridge No.21/66A over the Greeley Canal 112 EXHBIT B jtea Client: Weld County SEM Project Code:BRO C030-030 Workhour Estimate-SEH Inc. Task Estimated Workhours-SEH— — No. John W. Mark Mat Mao Dan Ismail Total Simmer Hildahl Gary Ells Lachlan Ismail Ayan Stan Barnet. Sundeen John Sabo Holy Piza osmanovic ' 7.0.3 Unlit'Coordination n 7.04 Hydraulic Design a. Data Review b. Stormwater Pollution Prevention Plan 4 4 c. Major Structure Channel Design WA d. Final Hydraul/P Report 1 1 1 8 II e. Bridge Hydraulic Sheet NIA ].D.4 SUBTOTAL 5 1 1 4 8 19 7.0.5 Interim Plans a. Initiate ROW Authorization Process b. Final Utility Plans 2 4 2 c. Final Railroad Plana WA 7.05 SUBTOTAL 2 -~ 4 2 7.0.6 Right-of-Way Work by Weld County a. ROW Plans Content b. Title Insurance&closing services c. Authorization Plan d. Appraisal Staking e. ROW Plan revisions(during negotiations) 7.0.6 SUBTOTAL 7.D.7 Materials Engineering Geocal a. Matenab Data b. Stabilization Validity c. Slabnizaeon Plan 70.7 SUBTOTAL 7 0.8 Traffic Engineering a. Permanent Signing/Pavement Marking 4 2. 6 b. Construction Signing1 6 7 signalized Intersections WA d. Traffic Control Plan 1 8 8 17 7.0.0 SUBTOTAL 2 12 16 30 7.0.9 Roadske Planning a. Landscaping b. Other (1)Sprinkler systems - NIA (2)BikeputM NIA (3)Sound Barriers NIA (4)Truck escaperamps N/A (5)Rest Areas N/A (6)Guardrail and Delineator 2 2 4 1]l safety Analysis N/A s Lighting Plans ~ - 7.0.9 SUBTOTAL - _ _. 2 _ 2 4 7.0.10 Roadway Design 16 30 46 Final plan corrections and tabulations ~. 7010 SUBTOTAL _.... 16 30 46 7.0.11 Final Major Structure Design a. Structure Final Design4 8 30 42 b. Prep of Structure Plans and Specs 2 6 12 02 112 Assume 12 Midge sheets al b hit each for Tech 4 10 30 3 independent Design and Detail 47 4 0 '2 d. Sedge Rating and Hem Packages 4 16 4 e. Structure final Review Plans and Specs 24 ].0.11 SUBTOTAL 10 36 42 57 92 23] 10.12 Construction Phasing Plan 1 1 4 2 e 8 7.0.12 SUBTOTAL 1 1 4 2 8 7.0.13 Plan Preparation for Final Office Review, 1 1 2 4 —g__70.13 SUBTOTAL 1 1 2 4 Page 5W9 c19 Project: Weld County Bridge No.27/SPA over the Greeley Canal a2 EXHBIT B Client: Weld County SEX Project Code:BRO CO30-030 Workhour Estimate-SEH Inc. Task _ Estimated WOMboun-SEH —- No. John W. Mark Matt Mac- Dan Ismail Total Simmer Hipahl_ Gary Fik Lachlan Ismail Ayan Stan Barnet Sundeen_John Sabo Hdly Paa OsmamNC 7014 Final Office Review 8 8 16 ].0.14 SUBTOTAL 6 8 16 7.0.15 Construction Plan Package 2 8 12 8 6 36 1015 SUBTOTAL 2 - 8 12 8 6 36 7.0 Subtotal-Final Dahill 29 57 57 85 138 50 8 404 T.E $Fyrddcr ManaWmMt Support 7.5.1 y Design Contrd 7.5.2 Information Services 71.3 Budget Planning Suppan T.E Subtotal-Corridor Mgml Support 7.F fstmatne T.F.1 Quantity Take-off 7.F 2 Constructabliy Review 7.F SubtoM-Estimator ].0 COnaatl ]0.1 Protect Manager ]0.1.a Show Protect 7.0.1.b Precanelruction Conference 7.0.1.c Partnering Workshop ]0.10 Final Notice to Proceed and Contract ]0.1 e Meetings ]G1.e.1 Project Meetings 7.0.1 e 2 HBP Prepaying Conference ]01e.3 Concrete Prepour Conference 7.0.1 1.0.4 Preeurvey Conference 7.0.1.0 Interim Contract Payment LG1_g Contract Modification Orden(CIAO) 7.0.1h Project Correspondence 7.G.t.h.1 Form 105 7.01132 Letters to Contractor 7.0.1.1 Traffic Control 70.1.0 Claims Resolution ]0.1 SUBTOTAL 7.0.2 Inspector TG2a Daily Work lnapedipn ]0.2 SUBTOTAL 7.0.3 Tester 7.0.3 a Project Testing Stack-up before Cond.. 7.0.3.a.1 Development or Check COOT Form 250 ]0.3.a 2 Check COOT Form 379 7.0.3.a.3 Set Up Materials Book 7.0.3.a 4 Obtain a Copy of the Plans and Specs 7.G.3.a.5 Check COOT Form 250 7.0.3.96 Check the IAT Sch dUIe ]0.3.a.] Coordinate Project Testing 7.0.3.a.8 Submit List of Prdnspecved NITS 7.0.3.a.9 Obtain OOndete Mix Design Approval I.G3a.10 Obtain Asphaltaob Mix Appoval Page 6 of Project: Weld County Bridge No.27/80A over the Greeley Canal 02 EXHBIT B Client: Weld County SEH Project Code:BRO 0030430 Workhour Estimate-SEH Inc. Task Estimated Workhoura-SEH No. John W. Mark Matt Mac- Dan Ismail Total Simmer Hlpahl Gary Fit Lachlan Ismail AYan Stan Barnet. Sundeen John Sabo Holly Pia Osmanova ]G.3a SUBTOTAL 7 Bib Project Tenting During Construction 7.0.3 bit Samge/Test Per Random Schedule I G.3.b1 Attend At Project Meetings 7.0.313.3 Daily Sampling and Testing G3.b.4 Submit Required Samples 7.0.3.b.5 Schedule IAT Teat ]0J.0.5 Perform Price Adjustments ]63.07 Approve Interim Estimates 7.0.3D.S Schedule Prelnspectlen Testing 7.0.3.5.9 Make OCIQA Calculations 7.G.3.b SUBTOTAL 7.G,3,c Ayer Construction 7.0.3 al Arrange All Materiat Documentation ]0.3.cz Check All Qua-MSS 7.0.3c3 Check 5embhnal 7.G.3.s4 c4 Letter of Material Certification ZG 3c.5 Check All Price Reductions 7,6.3.0.6 Submit Form 193 ]G3c7 Cheek IAT 7.0.3.c SUBTOTAL 1.0.34 Final Materials Documentaton 70.34 SUBTOTAL ]0,4 Surveyor 7.0.4.a Survey Project for Pay Quantities 7.0.4.5 check Comredor Survey Document. 7.0.4.c Check Project Monumenlalion 7.0.4.E Check Contractor Construction Staking 7045 Check Brdge Layout 7.OA.1 Project As-bait Survey 7.0.4 SUBTOTAL 76.5 Projeru Final Submittal 7.65 SUBTOTAL 7.G Subtotal-Construction SERVICES AFTER DESIGN A. Review of Shop Drawings 4 4 S S 24 B. Construction Services B.1 Coordinate Schedule B 2 Provide Field Observation B2a Pik Driving/Caisson Drilling B2e Major Concrete Foam B.2.c Placement of Girders 8.2.4 Splicing of Girders B.2.e Post-tensioning duct and anchorage B2l Post-tensioning Operations 6.15 Review/Process Pay Requests 8.2.5 Review/Process Change Orders B.3 Technical Assistance 2 2 2 2 S 0.3.a Concrete/Asphalt pre-placement conference 6.4 Submhlals review B.4.a Diary B4D Oocumenttlonnustlncanon Bac Progress Reports Dad Calculations,Drawings and Specs. B4.e Daily Time Sheets BA I Maintain Project Documentation Page 7 019 • Project: Weld County Bridge No.3TIhaA over the Greeley Canal e2 EXHBIT B f Client: Weld County SEX Project Code:BRO O030-030 Workhour Estimate-SEH Inc. Task Estimated Worhhours-SEH No. .bhn W. Mark Matt Meo Van Ismail Total Simmer Hilahi Gary F'S _Lachlan Ismail Ayan Stan Barnet. Sundeen John Salm Pin Osmanovic 849 Final Documentation 9.4.6 Protect Management - C. Post Design Plan Modifications 0. Post Construction Services 0.1 Final EanrmoM Determination 0.2 As-built Plans O.3 Revisions to Right 01 Way Plans O.4 Monument ROW D.5 set Property Corners(Remainders) D.8 Deposit ROW Plans E. Construction Engineering Servkes Ater Design 6 6 10 10 32_ Workhour Summary for Task Order No.3 IA Project Initiation and Continuing Requirements 10 63 2 12 87 TB Project Development 40 37 38 16 _ 8 48 ie 1 206 7.0 Preliminary Design 42 41 48 36 28 115 42 24 3]6 7.0 Final Design 29 57 57 65 138 50 _ 8 404 h. 7.E Corridor Management Support 7.F Estimator T.G Construction A Services Alter Design 6 6 10 10 32 ContingsncYjQj _ _ - _� _... a— __ _._.. 1105 Total Workhours 10 180 141 153 127 36 301 112 33 12 1105 SEH PROJECT TOTAL HOURS 10 180 141 153 127 36 301 112 33 12 1105 SEH CLIENT BILLING RATE' $193 19 5153.82 915589 111]55 571.51 5112.28 59039 515521 5123.44 585.58 TOTAL COST 5193190 52]687.60 521980.49 $11985.15 59081 t7 14,04208 52]207.39 51]38352 54,07352 5102696 SEH SUBTOTAL 5132,400.38 'Note:COOT required Weld County to require SEH to autborae COOT to provide a copy of 6EH's fait COOT-audited indirect overhead rate to Weld County.CDOT provided The most current such informationto Web County.SEH also provided a copy of our July 31.2007 payroll register to Wed County to allow weft county to verify the rates that SEH is payIng to their employees. CDOT disallows many indirect costs that the Federal Government allows under the Federal Acquisition Regulations.The rates reflected herein area result of adding the disallowed indirect costs back to the indirect overhead rate calculation for this region plus negotiated profit of about 10%. Page 8019 .:4,,,T, •. . } \ < . .ri Dag ' To ) � ; ; / \ ) ) ` { § O - - k ` \ CC ) ( it ni la \ § ( � i @ § | 0. T< a 10 Nmt r co 24 6_— Q N N CO r 0) N N N r..O CO rr a aN ♦ E> dr.. C a 0 r M .i co d_ N_ F =O ry CO C c'C' E E Ti 7 N N W N -0 r o W W 0 Cl ' E— N Nr D-r CO -th CD — a r vZt :i* 0 ca D. al Or E 1 E y o A N '-O < ` v E o rn 9 ''_G ai to a` a O1 a . E m r cia NN e N co r r r r r r r r r r r co r r r r r CO CO CO CO 0 CO CO m 0 0 CO 0 0 0 0 0 0 0 0 0 0 0 N 0 0 0 0 0 0 0 N 0 0 0 0 0 0 0 N °3N Y Y V N i0 N N O N N % N N Cr': V m N N C4-3 N M N CO N N 0 N Oi m r r O O o M V M a a" O N N O O O r G � r r r r LL 0 N P I_ m c 1-- to d o a E c m a C o a a o c • a a) v c = n 'a a O V Y m 0 O7 p o. E K a c b C CO C m CO 3 j re o m c .�. w "co y co < c U 0ac d a 8 '� E LL o 0 2 CO c 0 ar of K o r m m .E m �^ a "E CPI L' E m ac O 0 1 y 2 2 .021g0 .20 = To o 'y 0 .. c .a 0) N 0 4-, .c s n c 0 U m o F m , a_ ca.) 'c ¢ ti m a L3 '0 c `3 t m .=_ a c io d o a O o C �, C N J J n r U J N 9 J c a a) c a - a J 2 o Y m E a 8 v 4 « v o o t ti 6 m m m c 3 A £ c E m m u c cC t m U cm m n o y .6 d = o 0 o w i. 'a O = d m w co G LL LL O OW ` W a o 0 Y C Z CI Y U' N W F N N U E O 2 D cC J a d li. tT) m o c 45 13 c 06 N U 0. w LE U a t m.. _ 1 yea O r N M 'd 0 '(o r 40 0 i,- r ,- N N N , :m W N N N N CO N N CO N N a O W Ir r BOARD OF COUNTY COMMISSIONERS REVIEW/WORK SESSION REQUEST RE: Design Contract for Bridge 27/66A Replacement over Greeley Canal No. 2 DEPARTMENT: PUBLIC WORKS DATE: 8/27/07 PERSON REQUESTING: Wayne Howard, Engineering Division Brief description of the problem/issue: Weld County received federal funds for the replacement of Bridge 27/66A in 2006. Public Works has advertised the design services request for proposals utilizing the Qualification Based Selection (QBS) process. PW received twelve (12) proposals from engineering consultants for the design. Four firms were short-listed for interviews. Based upon the interviews staff has selected Short Elliott Hendrickson Inc. as the most qualified firm. A Design Scoping Meeting was held with the consultant and a CDOT representative. The final Scope of Work, Fee Breakdown, and Schedule was negotiated and reviewed by Public Works staff and is attached for Board review. Due to federal regulations, costs were not considered during the QBS process. What options exist for the Board? (Include consequences, impacts, costs, etc. of options): The cost for the work was negotiated and the final contract amount is $170,106.38. Weld County's portion of the contract is 20% ($34,021.34), with the federal funds covering the remaining 80%. The Board could either accept or not accept the Agreement for Professional Services contract. Not accepting this agreement could result in the bridge replacement project not meeting completion deadlines. This bridge is currently posted 10 tons and is the lowest posted bridge on Weld County's system. Recommendation to the Board: I recommend approval for the Agreement for Professional Services contract. This will allow the project to proceed in a timely manner. The proposed cost is reasonable when compared to similar completed projects and industry standards. Approve Schedule Recommendation Work Session Other David E. Long William H. Jerke William F. Garcia Robert D. Masden Douglas Rademacher 'I Attachments: Contracts MEMORANDUM wupe TO: Clerk to the Board DATE: August 31, 2007 r COLORADO FROM: Wayne Howard, Public Works SUBJECT: Agenda Item Please submit these items on the next Board agenda. Agreement for Professional Services with Short Elliott Hendrickson for design of Weld County Bridge 27/66A. Two duplicate,original Agreements are attached. Please send one signed original to Public Works. M:\Francie\Agenda Item.doc AlaOn SE :Z d SE OM LON SISSMWOO X.IN 03 013M COVK.Eyet P(Qy1c(CC 2007-2906 Hello