Loading...
HomeMy WebLinkAbout20072192.tiff AGREEMENT FOR PROFESSIONAL SERVICES St THIS AGREEMENT is made and entered into this / day of /4/9/1-51 , 2007, by and between the County of Weld, State of Colorado, by and on behalf of Public Works Department, whose address is 1111 H St., P.O. Box 758, Greeley, Colorado 80632, hereinafter referred to as "County Department," and PBS&J, whose address is 4601 DTC Boulevard, Suite 700, Denver, CO 80237, 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 Road 2 (1-76 to WCR 45)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$238,810.00. This fee is compensation for design services only as described in the attached Scope of Work and Fee Summary. 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, 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. 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. WCR 2 (1-76 to WCR 45) Page 1 of 3 o a/ 1 /d ; ( fit �15� 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. OTHER REQUIREMENTS: The design work under this contract shall be compatible with the requirements of a separate contract between Weld County and Adams County (which is incorporated herein by this reference)for the design/construction of the project. WCR 2 (1-76 to WCR 45) Page 2 of 3 IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 1st day of August 2007 , . COUNTY DEPARTMENT: ,,' .cs ATTEST: allid) At L 6 COUNTY OF WELD, a political subdivision Weld County „��11 !/� r #: .. N. Jerk to the Board of the STATE OF COLORADO: 1r.v? Y1) : By: C meth ,Deputy erk to the Board %/ W avid E. Long, Chair Nie mat ' Board of County Commissioners oft County of Weld CONTRACT PROFESSIONAL: a� AUG 0 1 2007 By: • yy i Date 007 Name:lag f/'r?nS 7 Title: i/4:j Ada SUBSCRIBED AND SWORN to before me this £93�Ydday of Jut LI. , Pool WITNESS my hand and official seal. Notary ublic My commission expires: 3/q/0 p woo\‘' 1 I i i I Attachments: 1 N Exhibit"A"-Scope of Work 1111 4Sc./B ye Exhibit"B"—Cost Breakdown 11\ Op Exhibit"C"— Project Schedule `‘. 48 My Co11 nisi Wet .dfl WCR 2 (1-76 to WCR 45) Page 3 of 3 02002-o?/94 EXHIBIT"A" SCOPE OF WORK FOR THE WELD COUNTY ROAD 2(1.76 to WCR 45) East of Lochbuie,Colorado PRELIMINARY AND FINAL DESIGN I. GENERAL Description of the project The scope of services will include the items necessary to develop preliminary and final engineering design for a two lane cross-section(anticipated existing sixty foot wide right-of-way). The limits of the project are Weld County Road (WCR)2/Adams County Road 168th Avenue from east of Beebe Draw Bridge to WCR 45(3.1 miles). The project is located east of Lochbuie, Colorado in southeastern Weld County. Assignments of responsibilities of the parties involved Weld County Project Manager: Michael Bedell, P.E. Weld County Public Works P.O. Box 758 1111 H Street Greeley,CO 80632 (970)356-4000,ext. 3706 Names of Key Personnel Responsible for Work: The Consultant Project Manager: Dan Liddle, P.E. 4601 DTC Boulevard, Suite 700 Denver,CO 80237 (303)221-7275 phone (303)903-2474 cell (303)221-7276 fax dliddle(a.pbstcom Ken Burns, P.E., Principal-in-charge Adria Lucerna, P.E., Design Engineer Jon Gellner, Sr. Designer I Roadway Matt Tenney,Aztec, Surveying and Right-of-Way Personnel responsible for the performance of the work are available and shall remain intact throughout the duration of the contract. Any changes required will be submitted to Weld County for review and approval. I. SCOPE OF SERVICES AND COST ESTIMATE The scope of services for the project includes topographic surveying and mapping, roadway design, storm drainage design, environmental studies and permitting, right-of-way ownership and plan mapping, utility and irrigation ditch coordination/design,traffic engineering, public involvement,and structural engineering.Weld County will provide the geotechnical investigation and pavement design. The following work tasks will be completed for the preparation of a complete final construction plans, specifications, and estimate(PS&E)bid package for the two-lane roadway typical section. A. PRELIMINARY PLANNING AND ENGINEERING DESIGN The preliminary engineering design submittal shall include all work necessary for the preparation of a plan package (approximately 75%complete). The consultant shall perform and/or furnish the following engineering design services: Scope of Services Exhibit A Weld County Roads 2 East of Lochbuie,Colorado 1. Project Management—This includes monthly billings and invoices as well as detailed progress reports including milestones and issues or concerns. PBS&J will coordinate and manage the subconsultants work. a. Attend a pre-design kick-off meeting and on-site field review with Weld County staff. b. Attend progress meetings to discuss the conceptual design layouts and alternatives developed. Prepare meeting minutes and responses to comments. Fourteen progress meetings (approximately 2 per month) are anticipated. c. Prepare and maintain a detailed Microsoft Project schedule of the design work. d. Communicate regularly with Weld County project manager throughout the project duration. 2. Public Involvement and Meetings —Weld County will prepare a mailing to all nearby residents to introduce the project. a. Two public open house—One meeting will be conducted during preliminary design and one will be held during final design. Weld County will prepare and distribute (mail out) newsletters / postcards; notification to local newspapers. The Consultant shall organize and facilitate the public meeting(s) (brief presentation &open house format).All the necessary arrangements for the public meetings to be held at a location near the project site(Lochbuie). In addition to providing strip map plan / profile sheets, and boards illustrating the existing and proposed roadway sections, the Consultant will bring graphics and photographs taken along the alignment to the public meetings; and provide a sign up sheet, refreshments,graphics, comment cards, and information sheets with a mail back comment section attachment or separate insert page. b. One-on-one meetings with affected property owners—It is anticipated that these meetings will be completed in groups of three or more. The County and Consultant will coordinate the scheduling of these meetings at the appropriate times. c. Provide support graphics for a project web page updates on the Weld County web site.This involves electronic files in the appropriate format(i.e. PDF)of available information such as the public open house boards. 3. Surveying and Mapping—The Consultant will complete the required base topography (Weld County datum) and survey information necessary for the project area. Specifically this includes digital aerial photograph, planimetrics, and 0.5-foot interval contours of a 100'-wide strip centered on the existing WCR 2 centerline between east of 1-76 to WCR 45. Field Surveying will be performed to locate the following: a. Prepare and obtain right to enter forms from adjacent property owners. b. Existing utilities,drainage structures,and miscellaneous facilities,which include the coordination and field location of underground utility markings by relevant utility companies. c. Existing utilities will be field located (potholed at the location of potential conflict)and the location and depth of the potholes will be surveyed. d. Additional field surveying to verify edge and crown of road elevations,trees of significant size. e. Verify existing survey horizontal and vertical control. f. Establish horizontal and vertical control. g. Establish right-of-way along WCR 2 and adjacent roads. h. All existing culvert inverts and information regarding size,type and condition shall be obtained and noted on the plans. i. Additional field surveying at storm drainage crossing locations as needed for the hydrology/hydraulics task. j. Tie all property corners and land monuments to the control points and to the existing fence. k. Survey geotechnical drill holes upon completion of the field investigations performed by others(30 each). The Consultant will take the survey information and reduce into AutoCAD format including the creation of a digital terrain model (dtm). Base maps created by the Consultant shall clearly show the following: limits of the existing vegetation, individual trees and diameter of trees that are within the mapping limits discussed previously,fence and fence type, driveways and driveway type (including shots that will indicate the widths), mail boxes, all structures, gates and all types of retention and detention ponds and dams, culverts,ditches and all other pertinent features. The Consultant will replace monuments and section corners that are damaged as a result of the construction. The work will include completion of monument records(thirteen total are assumed). 2 of 6 Scope of Services Exhibit A Weld County Roads 2 East of Lochbuie,Colorado 4. Preliminary Roadway Design Studies-The Consultant shall prepare the following information(as a minimum): a. Check/verify survey data and plot data for conformity and accuracy. b. Prepare all necessary roadway, intersection and driveway sections. c. Design and plot horizontal and vertical alignments(and show existing conditions). d. Determine preliminary earthwork data. e. Plot catch points and determine preliminary right-of-way and easement requirements. f. Plot current ownership information on plan/profile sheets. g. Plot all right-of-way and all easements limits on plan/profile sheets. h. Plot the cross sections at 50'intervals and identify all proposed slopes. Prepare several conceptual horizontal and vertical roadway design layout options for deficient areas. The entire project corridor will be evaluated for geometric adequacy and deficient areas and proposed improvements will be identified and discussed with Weld County. Specific areas of concern include vertical sight distance and intersection sight distance locations. A brief Conceptual Design Memo will be prepared and submitted that includes the project design data, conceptual plan drawings (50%design level), right-of-way information, storm drainage, and cost estimate. Any other pertinent design information will be included in this report. 5. Environmental Studies and Permitting - An environmental resource overview will be completed confirming the environmental determination for the project. Environmental resources will be field surveyed and mapped with Global Positioning System (GPS) to determine important resources. The review will include wetland/404 studies, migratory birds(raptor sites),threatened and endangered species. Develop preliminary wetland mitigation plans including grading, water, and species requirements. Identify potential temporary easement locations for the wetland mitigations and incorporate into the ROW plans. Consult with USACE to get their concurrence on the wetland delineation, avoidance, and mitigation strategies. The design will also include coordination with individual property owners as needed to develop mitigation/revegetation plans for any impacts to private properties. 6. Preliminary Storm Drainage Design and Drainage Report—The Consultant will complete the hydraulics design of the proposed facilities that will include hydrologic analysis, storm drain hydraulics and miscellaneous hydraulic calculations. The work will include proposed sizing for roadside ditches and any cross structures. The following presents the work items that will be completed under the drainage study, including specific assumptions required to prepare the described work products. a. Design Criteria—The Consultant will review the County's criteria as well as any related agency criteria.A summary criteria memorandum will be completed discussing the criteria that will be followed for the design process.This will include rainfall,design frequency information, pipe sizing and materials and all other pertinent criteria. b. Hydrology—Provide a detailed hydrologic analysis of the drainage basins within the project area.This will include basin delineation and peak runoff determination. Future and/or current development will also be evaluated for potential impacts to hydrology. Hydrologic methodology will consist of the Rational Method for basins less than 90 acres and CUHP/SWMM for larger basins. c. Beebe Draw Floodplain—Analyze the existing flood plain to demonstrate that the proposed improvements will or will not negatively affect existing conditions. d. Alternative analysis—Analyze storm crossings for proposed sizing including recommendation from master plans, proposed development submittals,and compliance with Weld/Adams County design standards. This work will include an analysis of existing conditions(storm flow onto existing properties)and documentation that future as-constructed conditions will be equal to or better than the before construction condition. The work will be coordinated with Weld/Adams Counties and adjacent property owners where required. e. Data Collection—Collect and review all relevant studies and master plans. Meet with County Engineering and Maintenance staff to discuss existing flooding problems and history and will visit project site to better understand flow paths and existing infrastructure. f. Ditches and cross-culverts—The required ditch and cross-culvert sizes will be determined. The consultant shall contact ditch/canal owners for their requirements and the times they will allow construction to take place. 3 of 6 Scope of Services Exhibit A Weld County Roads 2 East of Lochbuie,Colorado g. Plan Sheets—Incorporate the proposed drainage facilities improvements on the preliminary plan and profile sheets. Storm drainage culvert plans shall show the minor and major HGL(hydraulic grade line)on the profile. 7. Preliminary Utility and Irrigation Ditch Coordination&Design—The Consultant will contact each utility company with facilities within the project limits.Coordination and review will be completed for the required utility relocations.This project will include but is not limited to overhead power poles, buried gas,water,sanitary sewer, cable television,electric and telephone services(including fiber optic). The Consultant shall conduct potholing to verify utility locations and vertical data, at potential conflict areas for shallow utilities,services and other field obstructions, and provide utility modification or relocation recommendations where there are conflicts. The Consultant will help develop the necessary schedule for the utilities to be adjusted in order to complete the roadway improvements in the 2008 construction season. The Consultant shall notify and mail to the utility companies the plan, profile and cross-sections of the preliminary engineering submittal (and provide them with electronic files if requested). The Consultant will follow up with the utility companies on a regular basis to ensure the designs and relocations are on schedule. 8. Ownership Mapping and Right-of-way Plans—The Consultant shall obtain title commitments(35 each), prepare the existing right-of-way ownership plans @ 1"=50' scale, and right-of-way plans and legal descriptions associated with obtaining the necessary permanent ROW, and permanent/temporary easements for the roadway widening and any drainage improvements. Individual maps will be prepared for each parcel (16 each) to display the proposed taking and separate legal descriptions will be prepared for each acquisition and easement(total of 35 anticipated). The Consultant shall also provide the County with an electronic file of the required right-of-way for the project. Appraisals and the acquisition of all such properties will be prepared and performed by the County and are not part of the scope of work. The proposed acquisitions will be field staked by the consultant for the proposed appraisal work by others. 9. Preliminary Engineering Design Plans and Review Meeting- Preparation and submittal of the completed plans for review will include preliminary quantities and construction cost estimate. The following will be completed: a. Prepare plans for review. b. Prepare preliminary cost estimate. c. Prepare and distribute plans prior to the scheduled review date. d. The Consultant shall send plans to the affected utility companies for their review and shall follow up with telephone calls and letters as needed. e. The Consultant's Project Manager shall conduct the meeting, prepare and distribute minutes from the meeting. f. The design plan submittal shall include as a minimum the following sheets: • Title Sheet • Typical Sections • General Notes and Legend • Special Details(guardrail,etc.) • Plan and Profile Sheets—including drainage improvements • Phasing Plan • Storm Water Management Plan • Roadway Cross Sections • ROW Plans Attend a preliminary design review meeting to discuss comments to the report and plan submittal. Prepare meeting minutes and responses to comments. 4 of 6 Scope of Services Exhibit A Weld County Roads 2 East of Lochbuie,Colorado B. FINAL DESIGN The final design including construction bid plans, cost estimates, and contract documents will be completed based on comments received at the preliminary design review meeting. 1. Final Design Plans and Review Meeting—Prepare a 95%complete construction plan set and include revisions per comments made during the preliminary plan review meeting.The scope of work for the final design shall include as a minimum the sheets included in the preliminary submitted plus the following: • Tabulation of Approximate Quantities • Survey Control Sheet • Geometry Layout • Plan Sheets/Signing and Striping Sheets • Erosion Control/Grading Plans • Construction Phasing Plan • Cross-sections 2. Public Open House#2—Conduct a public open house during final design to show the proposed design and obtain public input/feedback for consideration in the final design plans. Weld County will prepare and distribute (mail out) newsletters / postcards; notification to local newspapers. The Consultant shall organize and facilitate the public meeting (brief presentation & open house format). All the necessary arrangements for the public meetings to be held at a location near the project site(Lochbuie). In addition to providing strip map plan /profile sheets, and boards illustrating the existing and proposed roadway sections, the Consultant will bring graphics and photographs taken along the alignment to the public meetings; and provide a sign up sheet, refreshments, graphics, comment cards, and information sheets with a mail back comment section attachment or separate insert page. 3. Preparation of construction permits - Complete the permitting necessary for construction of the project. This anticipates the preparation of a Section 404/401 wetland permit application to USACE for impacts to Waters of U.S. and/or wetlands. A wetland functional assessment and wetland mitigation plans will be included with the permit application. Project assumes that this will be an "Individual" Permit Section 404 permit. Coordinate as needed with USACE for permit application submittal. 4. Preparation of Contract Documents and Specifications — Prepare project contract documents and specifications using the CDOT standards and specifications. The County will provide a boiler plate that includes the General Conditions. 5. Project Advertisement Package Preparation — Make corrections to plans and contract documents after the final design review meeting and prepare the project advertisement package. 6. Assistance with Project Bidding - The consultant shall attend the pre-bid meeting and answer questions during bidding. 7. Preparation of revised "For Construction° Plan Set—Prepare a final plan set and contract document package that incorporates any revisions required during the bid process. Plans shall be marked "FOR CONSTRUCTION, (DATE)"with each sheet stamped by the consultants Professional Engineer of Record for the project. 5 of 6 Scope of Services Exhibit A Weld County Roads 2 East of Lochbuie,Colorado II. DELIVERABLES The following is an estimate of the deliverables required for this project. Preliminary Engineering Design • Right of entry forms • Topographic survey(0.5-foot contours) • Digital aerial photography • Conceptual Design Memo • Storm Drainage Study(included in conceptual design report) • Preliminary Plan Package(plans and cost estimate)(10 half-size copies) • Cross-section sheets at 50'stations along the roadway • Title Commitments(35 each) • Right-of-way Ownership Map • Right-of-way plans and legal descriptions Final Design • Final Plan Package(plans, specifications,and cost estimate)(10 half-size copies) • Final Storm Drainage Report • "Individual" Permit Section 404 permit • Initial SWMP Notebook(per CDOT Design Bulletin) • Construction Plan Package (plans, specifications, and cost estimate) (1 cost estimate, 2 half-size plans, and 2 specification copies) • For Construction Plans and specification(1 Mylar and 1 specification book stamped/signed) Assumptions Major assumptions or clarifications of tasks not included in this scope of services include: • Irrigation ditch crossings will be replaced using CDOT Standard Details • Permanent water quality features are not required • Utility companies will design any required relocations • Wetland Mitigation Plans will be required and will be located on-site III. SCHEDULE The Scope of work described herein shall be completed in accordance with the following anticipated schedule. It is anticipated that reviews will occur at the end of each design submittal phase and will take 4 weeks for each submittal. TASK REQUIRED COMPLETION Notice to Proceed August 1, 2007 Complete topographic survey/Deliver Mapping September 7, 2007 Ownership map and existing Right-of-way plans October 5,2007 Preliminary Plan Submittal November 8,2007 Preliminary Plan Review Meeting December 6,2007 Final Right-of-way plans January 25, 2008 Final Design Submittal March 6, 2008 Final Plan Review Meeting April 3,2008 Construction Plan Package As directed by the County(possible construction 2008) The goal is to complete the design and clearances so that the construction can be completed in 2008. This will be dependent upon the ability to obtain right-of-way in a timely manner. 6 of 6 m 'o' O ON M o b P W O Vl •'A VI n M b V W O a OJ OJ ;+ a r O a y N b b .� — VI d 00 M N N t1 N N ci M M vt M M v1 Vl N N N -� 4 '9 + L cc X W N c a 2 8 1 '49 1 9 N .-' N1 N .N+ N a •Qa Q a u Y d9 e a Y N a A U t▪ o U E 8 00 w 'o Q » a Ea 8 N -0 •d `'s a cX w F "q • 3y CC8Y > •S co 0 O O N V b ors, c W W M •'a ,si N V N N M in c 3 W q m w 0 E o v d m 0 co E E 0 o - Ira E O to Y " E to e; W^ g 7• N Net I0 g '° mm (0 (0 con. N a = ti cs 4Q � «, 3 0 0 cc 1 C ¢ 0 0 m >,..„I w (0 C co n J .. cn0 0 E 8 m! 8. W O 'E Q p N '0 �O N 4 is I. - = €�E8 & C y u • T in $ r N N 00 b 00 a N W 0 a 6, a: cc 00 '_ = 8 yy p O O '_ N N a N N N N b g m b N N 00 M • 0 T. ua9 M Y I) -pp 0 ,8 g F. 7 M h $ N N m N N N N N N M N N a 00 a s `�, N CC W -. • ga. h C •'a m J 2 ''tl S E y O_Y u > r > O 2 gci ta N d Co z 'a o Co' ffi v y y u v�7 a o F q > a c u `�' to fi 'a ry a-. 'G 0) 0 0 c 0. = U 0 T a r'7 7f 9 Co2 > v c •2 '� 'g a 10 ? 'E 0 O U M ;e 2 a y .; c E m 3 '� �' u m 'c_ E u a 3 g Y. o c rx E O 5 g u. i o 'S , v E 9 , Q c c 8 - . c m L u y a z ° � °° B o � � � 2 C --a E = aa12 i � = d0 es c0 Y C� v m 4 09 Fyu6 ! O E o .� E A g _ '= a 8 a a s $E. .E = 0g0 '° ao u ° 3 2 .01 -272.. .. o 83 ,i c 3 y°-- u S', 'E E 'a o 0 C o 9 00 � 3 A = c ei u = y "" v Ago s 1 a 5 o f Cj a n `E' E 74 E E r .° a U -b - 0 � ° z a, v z = c g �, o .c y .. II Co Co ?' 8 .. S u t m e m -Igo r°c c eo m T 3 x c o m"' m u 1 of 9 a - c ° $ 3 Y t o r t ° o a c o 4 . c = a Q m ',x qm 3 W o u o I1 U m n >. 83 E '3 'o o E t y a o c c 'g = E .. D y u d .7 y .: a s 8 ai z q a. '� `° T c •> z u �' •o ir' % c a o o u •o E vi 'm` ≥ ._ m > Co c a i;' s v 3 a a a. v e a .y g v •o w u _o Q c c a d o o rn m 3, ;3 N Q ,, w z h °. u r v 5 , o o a e a r� `g m t u , a 0 V : .a a 'e _ u u u c .4 € c E u a, 0T N a t;. Q E .- .C co a � .. p. 0 NN c G a u m \ a ' to L Q 'C L E a N N �j O ` .� u T 9 T ... 9 09 09 Y d O. O Q O a 3a`' 1 4.2 E. .° d40. 0 T uz > nmuL3i3Qaxa asa � a LE EA '. F [- c; � ac� hx oat Ua — w 04 .+ N M a Vi .o n oo a 8 0 8 8 m r 00 a . . - x " a W Y y 8 8 - , U 8 6 a a 7 00 N — 00 P M ^ r "•4 a V; W c� e 8 6 00 •9 8 O 8• O O O « w a Vi 8 8 a 0 • m o g « .9 It a_ Ei O 8 X08 d e q0, 3 • w n $ Tai W W M w 3 E7 •• e8• 8 ti W xoo a 8 . v 8 8 8 8 2 8 a S o g m � 8 88 8 , . b cmn b N 4 P 0 O H W W K el 69 0 E -a =- m co co E E o O W .. 0 EVv> S 8 8 8 O N = .S .� �. N .r CO N N .� .-i H a 00 T '=O ca 13 V ' W CC M U w r9 w m C �J r O0. O n o o N 8 metOE } wao 8 8 0 888888 0) W LL G 13 t O a 3I `^ `^ w V, 49 �p (A 888 88 L. W 8 8 8 r 8 ppNpg -.. 25S a ED E W N N vt .N. b COC N a 000 N C0 II O � •' 8 ‘t. M Vi (9 H° A ; O N 00 U N C) C C o0 V01 O W W r N W Vf !9 „is Y M 69 In 11 en N O� 'O 00 4 N N 00 N S 8 N S gI i f 1 . W O 4 c g oO 5 E �: w w a- tp N Y y p 8p gpp di 8 .t• O W 'a 2 N 2 00 a C O 39 ut ^ — .0 < 0o Vi 00 N I N n O .r 8 Y `r N dam' ~ 00 N O N cn 49 6Y 4, 0 o _ .. r a wU ry " W y m e y. 8 g N .a 3 O Z C � � z � REag go k u a g m m y o o z F O 0 C N. G .n y ° u ° g 4 0 U a .a 'a O C F P. A — . m a Ty a o g c d a `" e• 0 a°°. 0. $ M v y a ,� OF (" �` 6, N N 9 _ .7 E E W p� = .a° °' °' '� u a a a E F �C O O W `_' .. Yl F U ' c 5 .a gt7i .e 2 s g 0 - y F F CO) X < o a -a y �8 a 3 a . 0i0, t G D C o 0 .� G .v = pW, m H' m y �0 g d a ° g. c � x 33x ma . � O �' � m a 9a u eu 'd E $ ° '° W 4( 4i as 03 u '� F m W u a-rd -c Q �'o. 0, .a 8 7. 1y v 5 9. fG ° o o a c m 00 rn WQ _ caii up a ww u a a a w a a a Q. a a ¢ ¢� w g 00 0 Z-, ! ; ` g —;r / i ` i E. f ._ , : / ° \ CIA ' , ! i / -_ i { $ 43 _ k ! k I; _ , t - , A � 41 IE! ; @ »�! / ) |f& !- $ . |!$ -- ; scot _--ca ce ka - ; f� » : -0 / ! ; ! ! . / 0 • ! ! & , . , ilk. \ ! f ) } ! } f } f f | i } § } f | | $ _ , f } - _ f f ) i f ! * } ! I m \ ; — _ U ■ ! IV . f ! ! ! : 4- | ! 7 ! ! \ i _ \ ) ! ! ` / 2 ! - * ! i | - CO | ] ! ( , , ! | k / k { \_ ! # \ _ . k ! | ) ) / ! ! _ ( { { \ k - co ® ` _ - % - - ! ! f ) - - - e.- LIJ { \ / ! $ 2 , ! 2 ) ) k k \ \ _ _ ( o CC a. \ \ / / \ k } \ \ ] + ) OI 40C• - - 3. f \ ! \ \ z ! } § \ / / | } { .. { | | § L f f ( f | ) / k 3 \ / / ! t \ \ ) § E / | ( / \ : - ) \ \ k { F. ! ! ) k • ! § O ! 0- CZ t - a cu 5 ! ! ! ! T2 z | ! 0 e ! ! ! ! ! ! ! ! ! a ! | � 0. ! _ ! 2 [ . . / / . [ h . . . , E , . , , gig . { 9 . . R K R , , : Iv ; } { / \ / at MEMORANDUM rst ‘H--• TO: Clerk to the Board DATE: July 26, 2007 Ik FROM: Wayne Howard, Chief Senior Engineer SUBJECT: Agenda Item COLORADO 7cC/C,e) Professional Services Agreement with PBS&J • Weld County Public Works and Adams County Public Works have completed the Qualification Based Selection (QBS) process for selecting an engineering consultant firm to provide Profession Services for the design of WCR 2/WCR 39 to WCR 45. This project consists of three miles of road improvements for an existing gravel roadway. • Sixteen (16) proposals were received on June 19, 2007. The selection committee included Wayne Howard and Michael Bedell from Weld County Public Works, and Anthony Tebsherani from Adams County Public Works. The committee evaluated the proposals based upon the Scope of Proposal, Assigned Personnel, Availability, Motivation, Cost and Work Hours, and Firm Capability. Four firms were short-listed and interviews were held on July 13, 2007. • PBS&J were determined to be the most qualified firm to design this project. The final scope of work, costs, and schedule have been negotiated, and Public Works is recommending approval of the resulting contract. Attached are two signed original Professional Services Contracts from PBS&J. Enclosures (2) ti Cl r l _:zrn I— C. i_U, '' co cr.n d Hi Li C.: `13 ln M:\--Active Projects\WCR 2, WCR 39 to WCR 45\Design\Contracts\QBS Process\WCR 2 memo to board.doc E5 CC 5 6 2007-2192 Hello