Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20073232.tiff
AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into this 15th day of October , 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 J.F. Sato & Associates, whose address is 5898 South Rapp Street, Littleton, CO 80120, 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 13/54A over the Big Thompson River 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 change order to 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 services 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 $279,275.00. 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 to performing the services, a contract change order will be written to include the construction services with a negotiated amount and term . 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 13/54A Page 1 of 3 Lc Ot6 /&/ o 9 00 '. ; 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 13/54A 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 15th day of October 2007. COUNTY DEPARTMENT: ATTEST: q! , COUNTY OF WELD, a political subdivision Weld County I ,- jj / E �t jz,� Cterl�t e Board of the STATE OF COLORADO: By: (ul �,« frByj uty Cle to the Boarcd ®��y \+, id E. Long, Chair oard of County Commission of the County of Weld OCT 15 2007 CONTRACT PROFESSIONAL: By: � Date 09/24/2007 Nam James F. Sato Title: President SUBSCRIBED AND SWORN to before me this 24 day of September , 2007. WITNESS my hand and official seal. i�� Notary Pu c My commission expires: October 31 , 2007 Attachments: Addendum A: Federal Requirements Attachment LO: Certificate for Federal-Aid Contracts Exhibit"A"—Scope of Work Exhibit"B"—Cost Breakdown Exhibit"C"—Project Schedule Weld County Bridge 13/54A Page 3 of 3 07002-3 ?3? ADDENDUM A: FEDERAL REQUIREMENTS Federal laws and regulations that may be applicable to the Work include: A. The "Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments (Common Rule), at 49 Code of Federal Regulations, Part 18, except to the extent that other applicable federal requirements (including the provisions of 23 CFR Parts 172 or 633 or 635) are more specific than provisions of Part 18 and therefore supersede such Part 18 provisions. The requirements of 49 CFR 18 include,without limitation: 1. the Local Agency/Contractor shall follow applicable procurement procedures,as required by section 18.36(d); 2. the Local Agency/Contractor shall request and obtain prior CDOT approval of changes to any subcontracts in the manner,and to the extent required by,applicable provisions of section 18.30; 3. the Local Agency/Contractor shall comply with section 18.37 concerning any subgrants; 4. to expedite any CDOT approval, the Local Agency/Contractor's attorney, or other authorized representative, shall also submit a letter to CDOT certifying Local Agency/Contractor compliance with section 18.30 change order procedures, and with 18.36(d) procurement procedures, and with 18.37 subgrant procedures, as applicable; 5. the Local Agency/Contractor shall incorporate the specific contract provisions described in 18.36(i)(which are also deemed incorporated herein) into any subcontract(s) for such services as terms and conditions of those subcontracts. B. Executive Order 11246 of September 24, 1965 entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967 and as supplemented in Department of Labor regulations (41 CFR Chapter 60) (All construction contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees). C. The Copeland "Anti-Kickback" Act(18 U.S.C. 874)as supplemented in Department of Labor regulations(29 CFR Part 3)(All contracts and subgrants for construction or repair). D. The Davis-Bacon Act(40 U.S.C. 276a to a-7) as supplemented by Department of Labor regulations (29 CFR Part 5)(Construction contracts in excess of$2,000 awarded by grantees and subgrantees when required by Federal grant program legislation. This act requires that all laborers and mechanics employed by contractors or sub-contractors to work on construction projects financed by federal assistance must be paid wages not less than those established for the locality of the project by the Secretary of Labor). E. Sections 103 and 107 of the Contract Work Hours and Safety Standards Act(40 U.S.C. 327-330) as supplemented by Department of Labor regulations(29 CFR Part 5). (Construction contracts awarded by grantees and subgrantees in excess of$2,000, and in excess of$2,500 for other contracts which involve the employment of mechanics or laborers). F. Standards,orders,or requirements issued under section 306 of the Clear Air Act(42 U.S.C. 1857(h), section 508 of the Clean Water Act(33 U.S.C. 1368). Executive Order 11738, and Environmental Protection Agency regulations (40 CFR Part 15)(contracts,subcontracts,and subgrants of amounts in excess of$100,000). G. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(Pub.L.94-163). H. Office of Management and Budget Circulars A-87,A-21 or A-122,and A-102 or A-110,whichever is applicable. I. The Hatch Act (5 USC 1501-1508) and Public Law 95-454 Section 4728. These statutes state that federal funds cannot be used for partisan political purposes of any kind by any person or organization involved in the administration of federally-assisted programs. J. 42 USC 6101 et seq. 42 USC 2000d, 29 USC 794, and implementing regulation, 45 C.F.R. Part 80 et. seq.. These acts require that no person shall, on the grounds of race, color,national origin, age, or handicap,be excluded from participation in or be subjected to discrimination in any program or activity funded, in whole or part, by federal funds; K. The Americans with Disabilities Act (Public Law 101-336; 42 USC 12101, 12102, 12111-12117, 12131-12134, 12141-12150, 12161-12165, 12181-12189, 12201-12213 47 USC 225 and 47 USC 611. L. The Uniform Relocation Assistance and Real Property Acquisition Policies Act, as amended(Public Law 91-646, as amended and Public Law 100-17, 101 Stat.246-256). (If the contractor is acquiring real property and displacing households or businesses in the performance of this contract.) M. The Drug-Free Workplace Act(Public Law 100-690 Title V,subtitle D,41 USC 701 et seq.). N. The Age Discrimination Act of 1975,42 U.S.C. Sections 6101 et. seq. and its implementing regulation,45 C.F.R. Part 91; Section 504 of the Rehabilitation Act of 1973, 29 U.S.C. 794, as amended, and implementing regulation 45 C.F.R. Part 84. O. 23 C.F.R.Part 172,concerning"Administration of Engineering and Design Related Contracts". P. 23 C.F.R Part 633,concerning"Required Contract Provisions for Federal-Aid Construction Contracts". Q. 23 C.F.R.Part 635,concerning"Construction and Maintenance Provisions". R. Title VI of the Civil Rights Act of 1964 and 162(a)of the Federal Aid Highway Act of 1973. The requirements for which are shown in the Nondiscrimination Provisions,which are attached hereto and made a part hereof. APRIL 1980 Nondiscrimination Provisions: In compliance with Title VI of the Civil Rights Act of 1964 and with Section 162(a) of the Federal Aid Highway Act of 1973,the Contractor,for itself, its assignees and successors in interest,agree as follows: A. Compliance with Regulations. The Contractor will comply with the Regulations of the Department of Transportation relative to nondiscrimination in Federally assisted programs of the Department of Transportation (Title 49, Code of Federal Regulations, Part 21, hereinafter referred to as the "Regulations"),which are herein incorporated by reference and made a part of this contract. B. Nondiscrimination. The Contractor, with regard to the work performed by it after award and prior to completion of the contract work, will not discriminate on the ground of race, color, sex, mental or physical handicap or national origin in the selection and retention of Subcontractors, including procurement of materials and leases of equipment. The Contractor will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix C of the Regulations. C. Solicitations for Subcontracts, Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurement of materials or equipment, each potential Subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, color, sex, mental or physical handicap or national origin. D. Information and Reports. The Contractor will provide all information and reports required by the Regulations, or orders and instructions issued pursuant thereto and will permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the State or the FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of the Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the State, or the FHWA as appropriate and shall set forth what efforts have been made to obtain the information. E. Sanctions for Noncompliance. In the event of the Contractor's noncompliance with the nondiscrimination provisions of this contract, the State shall impose such contract sanctions as it or the FHWA may determine to be appropriate, including,but not limited to: 1. Withholding of payments to the Contractor under the contract until the Contractor complies, and/or; 2. Cancellation,termination or suspension of the contract, in whole or in part. F. Incorporation of Provisions. The Contractor will include the provisions of paragraphs A through F in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations,orders,or instructions issued pursuant thereto. The Contractor will take such action with respect to any subcontract or procurement as the State or the FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that, in the event the Contractor becomes involved in, or is threatened with, litigation with a Subcontractor or supplier as a result of such direction,the Contractor may request the State to enter into such litigation to protect the interest of the State and in addition, the Contractor may request the FHWA to enter into such litigation to protect the interests of the United States. ATTACHMENT LO Certification for Federal-Aid Contracts The contractor certifies,by signing this contract,to the best of its knowledge and belief,that: 1. No Federal appropriated funds have been paid or will be paid,by or on behalf or the undersigned,to any person for influencing or attempting to influence an officer or employee of any Federal agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal loan,the entering into of any cooperative agreement, and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant, loan,or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or of Congress, or an employee of a Member of Congress in connection with this Federal contract,grant, loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31,U.S.Code.Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. The prospective participant also agree by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts,which exceed$100,000 and that all such subrecipients shall certify and disclose accordingly. Required by 23 CFR 635.112 JFSS!% - SCOPE OF WORK WELD COUNTY BRIDGE 13/54A OVER THE BIG THOMPSON RIVER September 21,2007 The design work generally consists of bridge and road design, plan preparation, hydrologic and hydraulic evaluations, public process, environmental clearances, geotechnical investigations, utility relocation and coordination, and production of bid documents. All work must conform to CDOT procedures for a Federal-Aid project and with CDOT's Local Agency Manual. The County will provide ROW plan acquisition, oversee the public involvement process, and assist in coordination with Larimer County. It is imperative that the design team work as part of the County's staff and be highly knowledgeable of CDOT and Federal-Aid project requirements. General Project Description -The project will include replacing the existing 23.8-foot wide, 80-foot long bridge with a new bridge approximately 68-feet wide. The bridge and approaches will accommodate four lanes of traffic and fully paved shoulders on both sides of the road. The final lane and shoulder widths will be developed during the design phase, but it is anticipated that there will be at least four-12-foot lanes and two 8-foot shoulders. For estimation purposes, the new bridge is anticipated to be approximately 67-feet out-to-out (Type 10 Bridge Rails) and 120-feet long. The widened roadway section at the bridge will be tapered back to match the existing gravel roadway widths as soon as the design codes allow. The bridge and approaches will be paved. The budget for the total project is $1,622,330. 1.General Requirements J.F. Sato and Associates (JFSA) will complete all work using the latest AASHTO and CDOT design and construction standards or guidelines, practices, and procedures. Live load design for the bridge will be HL-93 using the Load Resistance Factor Design method. Bridge rating will be done using VIRTIS software. a. Coordination with other agencies:JFSA will coordinate with CDOT, Larimer County, and FEMA's representatives. b.Monthly Reporting and Progress Meetings: Throughout the duration of the design, JFSA will provide written monthly progress reports detailing the work completed and the work anticipated for the next month. The monthly reports will be part of the billing submitted monthly. In addition, fourteen (14) monthly progress meetings will be held at 2-3 week intervals. 2.Conceptual Design a. Surveying and Right-of-Way(ROW):JFSA's subconsultant, Harris Kocher Smith, will perform the field portion and part of the office portion of these tasks. The field survey and subsequent survey control and monumentation plan (survey control diagram) will establish, horizontally, the location of existing section corners, property corners, and the local control relative to the Colorado High Accuracy Reference Network (HARN). The County will assist JFSA in identifying existing survey benchmarks. Weld County will provide legal descriptions and a ROW plan that conforms to CDOT requirements(see below). 1) Project Limits - The project limits for the survey are defined as: 100' on each side of the centerline of existing WCR 13, 1,200 linear feet (L.F.) north of the existing bridge and 2,200 L.F. south of the existing bridge. This will include the intersection of WCR 13 and CR54. Approximately 10 total river cross sections (upstream and downstream) will be provided, approximately 200-feet long. Additionally, a single line profile along the centerline of WCR54 will be provided from a point 300 L.F. west of WCR 13 to a point 2,200 L.F. east of WCR 13. 2) Horizontal and Vertical Control - Horizontal and Vertical control points will be established along WCR 13, based upon existing (visible) property and section line monumentation. Benchmarks within the area are to WCR 13/54A Scope of Work Page 1 of 10 4 JFSS% be provided by the County. We anticipate setting 4-5 control points along WCR 13, which may be used during the construction phase of this project. 3) Topographic Survey- Provide topography with a 1-foot contour interval throughout the survey project limits. These contours will be based upon cross sections taken at 50-foot intervals and at all high points and or low points. All other visible surface improvements i.e. fences, signs, will also be surveyed and shown on the design survey. Trees will be located and delineated as to type, either coniferous or deciduous, and caliper measured 4.5-feet above the existing ground. The design survey will be delivered as an AutoCAD drawing file, version 2004. 4) Utility Survey- Utilities will be delineated from existing visible field appurtenances and field markings. Utility Locating and Mapping Consultants has been retained to mark the utilities within the WCR 13 right-of-way, 500-feet north and south of the existing bridge. This is the only area within the survey project limits that will be marked in the field. Other utilities outside this area will be delineated from field appurtenances and as- built maps, if available. We will provide vertical elevations of accessible utilities, i.e. sanitary and storm, should there be those utilities within the area adjacent to the existing bridge. We also have included four potholes for existing utilities adjacent to the bridge. These potholes will be provided by Utility Locating and Mapping Consultants and then surveyed by our field crews. Non-destructive potholing methods will be used. 5) Hydraulic Survey- Provide 8-10 cross sections of the Big Thompson River at various points upstream and downstream of the existing bridge, to be determined by the engineer. Cross sections are anticipated to be 200 L.F. in length. Additionally, the single line centerline profile of CR54 will be surveyed from right-of-way to right-of-way from a point 300 L.F. west of WCR 13 to a point 2,200 L.F. east of WCR 13. Elevations on WCR54 will be determined at 50-foot intervals. Provide an as-built sketch of the existing bridge, delineating low girder elevations and a cross section of the channel adjacent to each side of the existing bridge. 6) Test Bores- Locate horizontally and vertically the test bores provided by the Geotechnical Consultant. This test bore information will be delineated on the design survey. 7) Right-of-way Plans (JFSA & Weld County) - The complete set of right-of-way plans will be prepared in CDOT format by Weld County except for the survey control diagram. JFSA's subconsultant, HKS, will provide a survey control diagram in accordance with CDOT requirements. The survey control diagram will be part of the total ROW plans prepared by Weld County. The rest of the ROW plans including the tabulation sheets and the right-of-way plan exhibits will be prepared and stamped by Weld County. Title work, including the preparation of three informational title binders on the three adjacent property owners, will be provided by Weld County. These title binders will identify any existing encumbrances and/or easements on their property. 8) Legal Descriptions and Exhibits (provided by Weld County) - Based upon a preliminary review of the Weld County and Larimer County assessor's records, three property owners may be involved. There are two owners on the east side of WCR 13 and one owner on the west side. We anticipate the need for a total of six legal descriptions with exhibits, three for right-of-way acquisition and three for temporary construction easements. This service will be provided by Weld County. b. Conceptual Design: JFSA will provide conceptual design alternatives for roadway alignments and bridge concepts (as many as three) and a structure selection report. At the completion of the conceptual design phase, JFSA will prepare a Conceptual Design Report, which will include conceptual drawings and design calculations, identify all land acquisition requirements, and contain a conceptual Opinion of Cost to identify any possible funding shortfalls. c. Public Involvement: No public meetings or graphics are required. However, two on-site meetings with the landowners are anticipated. WCR 13/54A Scope of Work Page 2 of 10 JFSSS'% 3. Preliminary Design a. Preliminary Plans:JFSA will provide detailed design plans for all project components. A status set of plans will be kept available to the owner for review and submittal to the appropriate agencies, utility companies, and affected property owners as needed. b. Utilities: The plans will show all found existing utilities and structures. They will be shown both horizontally and vertically, if possible, and in relation to the proposed improvements. JFSA will identify all utility conflicts and will coordinate relocation/removal through the appropriate utility companies. Four potholes are assumed for this project including potholing and surveying of the pothole locations. c. ROW : JFSA will identify impacts on the existing properties and determine areas of temporary and permanent easements or ROW acquisitions by providing the County with toe of fill or cut slope locations. The following will be provided by Weld County(see 2.a.(7) and (8)): 1) Three right-of-way and three temporary easement acquisitions are assumed for this project. 2) ROW/easement exhibits and plans.. d. Permits: JFSA will prepare the applications for all necessary permits for the design phase. This includes the application for an Army Corps of Engineers Section 404 permit if required. e. NEPA: JFSA will prepare documents in accordance with the requirements of the current federal and state environmental regulations including the NEPA. For NEPA documentation,the intent is to qualify the project as a Categorical Exclusion. f. Section 404 Permit: Obtain a Section 404 Clean Water Act permit for dredge and fill of jurisdictional waters of the US for this project. This work will include related tasks necessary to complete the permit including a wetland mitigation plan, wetland delineation, and compliance with the US Endangered Species Act. g. Environmental: Before evaluating the environmental issues associated with this project, JFSA will gather data and reports that have been previously completed within the project area. The following tasks will be performed: 1) A Phase I Environmental Site Assessment must be completed prior to any property transactions and also to assess potential health and safety issues associated with construction activities. The initial site assessment will be conducted by visiting the site and reviewing available records to determine if any hazardous materials may be present in the project area. JFSA will conduct a Modified Environmental Site Assessment for the proposed Weld County Bridge 13/54A replacement for the Weld County, Colorado. The scope of this investigation is to identify, to the extent feasible pursuant to the processes described herein, recognized environmental conditions in connection with the property. The investigation will follow the guidelines of the ASTM Standards Relating to Environmental Site Characterization, 2nd Edition and the Colorado Department of Transportation (CDOT) guidelines for a Modified Environmental Site Assessment (MESA). In general,the scope of services includes: • Review of readily available historic land use documentation • Review of the current site conditions • Produce a report summarizing our findings a) Records Review- Reasonably ascertainable and publicly available records will be searched within a one- mile radius of the subject property. This will include utilizing a third party to conduct an available environmental records search. Additional records that may be available will be reviewed if practical and within a reasonable time and cost. In addition, past uses of the property will be evaluated with standard historical sources that will include aerial photographs and topographic maps. Records obtained will be reviewed to help identify recognized environmental conditions in connection with the property. b)Site reconnaissance - We will conduct on-site reconnaissance to visually and physically observe the property and all structures associated with it. Our reconnaissance will be conducted to obtain information WCR 13/54A Scope of Work Page 3 of 10 re JFSS. indicating the likelihood of identifying recognized environmental conditions that may exist in connection with the property. This observation will focus on physical structures, land uses and conditions, and geologic, hydrogeologic and topographic conditions. The objective will be to identify, if possible and present, hazardous substances and petroleum products in connection with identified uses. c) Report - The results of our investigation will be summarized in a written report as outlined by ASTM E 1527. This will include documentation of all findings, opinions and conclusions of the Modified Environmental Site Assessment. The final report will be signed by an Environmental Professional. 2) Based on proposed construction activities and depth, a paleontological, archaeological, and historical survey may be required. An initial site review will be needed to determine if additional, in-depth investigations are required. CDOT will provide these services. 3) A historical review of the project area will need to be assessed to evaluate potential historical structures, including the bridge. CDOT will provide this service. 4) Lead-based paint may be present on the bridge structure. Paint chip samples should be submitted for analysis of lead by Flame Atomic Adsorption Spectrometry. If lead is present in the paint chip samples, a second sample will need to be collected from the bridge material and analyzed for TCLP. 5) Wetlands delineation must be conducted for the study area. Wetlands delineation will be in accordance with the 1987 Corps of Engineers Wetland Delineation Manual. A Section 404 permit may be required from the US Army Corps of Engineers if the wetlands are jurisdictional. A Wetland Mitigation Plan report will need to be completed if the wetlands impacts are greater than 500 square feet or temporary impacts of 1,000 square feet. Also, wetland mitigation will need to be completed on a 1:1 mitigation ratio. All mitigation requirements will be coordinated with Jim Eussen, CDOT Region 4 biologist(970) 350-2168). 6) A Noxious Weed Integrated Management Plan will be required for the project area, to evaluate the most practical method of weed control. 7) A threatened and endangered species habitat assessment by a qualified biologist will be required at the beginning of the project. The work will follow all federal and state guidelines and permits. Species of concern include Preble's meadow jumping mouse, Ute ladies'-tresses orchid, and the Colorado Butterfly plant. The orchid survey is performed between July 20 and August 31. A live mouse trapping survey is not included in this work. In conjunction with this work, JF Sato will consult with the local office of the Division of Wildlife to determine jurisdiction of the Senate Bill (SB) 40 regulations. Project disturbance may not exceed the threshold amounts of wetland or riparian areas in the Application Criteria in Section III.A of the DOW/CDOT Guidelines. It is anticipated that a formal SB 40 certification is not required. However, in any case, the project would still be required to submit a Programmatic Certification. 8) A Biological Assessment (BA) is not anticipated for the design at this time. h. Geotechnical Engineering:JFSA and our subconsultant, Yeh,will conduct geotechnical investigation for the project based on the following general scope: 1) Gather geological and geotechnical data to determine the impact of any geologic features. The information to be collected includes geologic maps, aerial photos, and geological hazard information, if any. 2) Conduct field reconnaissance and perform geological evaluation to field verify information collected. Potential problems identified during examination of information gathered will be checked in the field. 3) Conduct a subsurface exploration program by drilling test holes. Groundwater levels will be checked in each borehole several days after the drilling is completed. Samples obtained will be tested in the laboratory to WCR 13/54A Scope of Work Page 4 of 10 0 JFSS!% determine their engineering properties. 4) The results of our field explorations and laboratory tests will be the basis for our conclusions and recommendations from the geotechnical report. Borings will be provided for subsurface information to address the new bridge support and pavement design. Data from these test borings will be needed for the foundation recommendations and the final pavement designs.which will include: a) Drill a total of five (5) borings, two (2) for pavement design, and three (3) for the bridge foundation investigation. The pavement borings will be drilled to depths between 5 and 10 feet and will be located both north and south of the bridge. Based on the County's result from a nearby project, bedrock was located approximately 25-feet down. Therefore, based on this information, the bridge foundation test borings will be drilled up to 60 feet or approximately 10 feet into bedrock. b)The location of the test borings will be selected based on the bridge layout information provided by JFSA. Field location of the test borings both pre and post drilling will be determined by professional survey provided by others. We also assume that drilling through bridge deck is allowed and that Weld County personnel will provide an opening in the existing bridge deck for drilled tools advancement. c) Soil samples will be retrieved from the borings, inspected by the project engineer, and subjected to appropriate laboratory tests. d)Samples from the bottom of the river for channel scour analysis will also be obtained. Gradation of channel samples will be provided. In addition, an estimate of erodibility of the bedrock, if found near the depth of scour, will be provided. However, it is not anticipated that bedrock will be shallow enough to warrant a full analysis of erodibility based on the depth of bedrock in this area. e)Groundwater levels will be checked during drilling and several days after the drilling is completed. f) The results of our field explorations and laboratory testing will be analyzed to obtain parameters for bridge foundation recommendations and pavement design recommendations. g)A geotechnical report will be prepared which summarizes the results of our field and laboratory testing and our foundation design. Specifically the report will include: • Descriptions of the existing subsurface conditions encountered. • Boring logs graphically depicting the subsurface data. • Subsurface profiles showing the geology along the proposed roadway • Recommendations pertaining to special treatment of pavement subgrades due to soft subgrade soils. These could include moisture conditioning, subexcavation, or other state-of-practice improvement methods. • If any pavement requires lime stabilization, an appropriate mix design recommendation will be presented. • Recommendations for bridge foundation types • Pavement thickness alternatives (provided by Weld County) will be based on traffic loading supplied. • Discussion concerning the ramifications of high ground water. • The results of the soil corrosivity testing (soluble sulfates, pH, chlorides, and electrical resistivity) or proposed construction recommendations to help mitigate corrosion concerns or sulfate related concrete problems. • Compaction criteria for pavement subgrade and base course, and shallow embankments that will help the construction of the roadway pavements. • Weld County will provide pavement design recommendations and the asphalt mix and binder recommendations. WCR 13/54A Scope of Work Page 5 of 10 JFS&!il f) Foundation and pavement design recommendations will be prepared in accordance with AASHTO guidelines. Other related recommendations would be prepared in general accordance with the procedures used by Weld County or CDOT. 5) Prepare a report summarizing the geological data, site exploration data obtained during the field investigations, laboratory test results, conclusions and recommendations. The geotechnical work and report preparation will be conducted under the supervision of a registered professional engineer. I. Floodplain Study and Mitigation, and Hydraulic Analysis: JFSA, through our subconsultant Ayres Associates, will provide the floodplain study and mitigation, hydrologic analysis, hydraulic design, and HEC- RAS computer modeling for this project. Our team will determine the impacts of the bridge replacement on the floodplain and mitigate any adverse effects. An application for a CLOMR from FEMA is not required according to the Larimer County Flood Review Board. A LOMR application may be required, as other professional services, after completion of as-constructed drawings. The LOMR submittals will require acknowledgement signatures from the floodplain administrators of all affected communities, including Weld County and Larimer County. 1) Field Reconnaissance and Data Collection Task-This project will begin by reconnoitering the bridge site and associated stream reach to gather data pertinent to the river crossing to support later analysis. This includes initial data collection from the office to obtain historical aerial photographs, a time-series of bridge inspection reports, contacting maintenance staff to ascertain the significance of debris problems, and gathering data from FEMA including the governing Flood Insurance Study (FIS), Flood Insurance Rate Map (FIRM), hydraulic modeling workmaps, hydrology studies, and the governing hydraulic models if available. A recent Conditional Letter of Map Revision Request (CLOMR) package and supporting data for the Loveland Redi- MIX property will be obtained and evaluated for possible application to the project as part of this task. During the site visit, the river's geomorphology will be evaluated. Other observations will be made including an evaluation of the bed material, identification of hydraulic controls in the reach, both vertical and lateral migration controls, evaluation of the debris potential, and observation of high water marks from past floods. 2)Design Criteria Development Task —The team will work together with Weld County and Larimer County to develop the hydraulic design criteria of the bridge in accordance with the CDOT Drainage Criteria Guide, Weld County criteria, and Larimer County criteria. This includes selecting the design flood, debris assumptions for scour and hydraulic analysis, freeboard requirements, roadway overtopping requirements, and bridge foundation design criteria with calculated scour depths. This task will result in a memorandum outlining the hydraulic design criteria for the bridge and will be distributed to all involved parties. 3) Preliminary Hydraulics Analysis and Report Task - Ayres will perform hydraulic analyses for existing conditions and up to three proposed alternatives that will culminate in the preparation of a Preliminary Bridge Hydraulics Report (BHR) to be submitted to CDOT, Weld County, and Larimer County with the FIR plan set. This scope assumes that the FEMA hydrology established for the reach will be utilized and that no new hydrologic calculations will be performed. Hydraulic calculations will be performed with the US Army Corps of Engineers HEC-RAS version 3.1.3 (H EC 2005) program and will incorporate survey in NAD83 coordinates (State Plane Colorado North Zone, Feet) and NAVD88 vertical datum to be provided by JFSA at requested locations. Outside the immediate vicinity (200-300ft) of Weld County Road (WCR) 13, aerial topography performed by Aero-Metric Inc. in 2004 will be utilized to characterize the overbank topography and perform floodplain mapping and supplemented with traditional field survey within the channel limits at requested locations. In addition to the FEMA discharges, Ayres will calculate one additional water surface profile. This profile will estimate the incipient overtopping discharge. This will be performed to determine the worst-case hydraulic conditions at the bridge for performing scour calculations. Scour calculations will be performed in accordance with the Federal Highway Administration's document HEC-18, 4th edition. The scour analysis will incorporate geotechnical information provided by JFSA to include particle size distribution of channel bed material, and boring logs referenced to the NAVD 88 datum illustrating the sub-surface conditions at the WCR 13/54A Scope of Work Page 6 of 10 JFS�"% at proposed bridge foundation locations. The geotechnical information shall include certification by a registered professional geotechnical engineer that foundation materials are "not erodible" if appropriate. This scope of work excludes any analysis by Ayres of the scour resistance or erodibility of bedrock that may be present at the site. This scope includes scour calculations for only one proposed design alternative. The hydraulic models of the reach will be utilized to ensure compliance of the structure with the National Flood Insurance Program. The effective model will be utilized to prepare a Duplicate Effective (DE) model covering at least a 1.5- mile reach of the river, with the WCR 13 crossing at the approximate center of the reach. A recent CLOMR request package for the Loveland Redi-MIX site may be utilized to develop the DE model. The DE model will be examined for any modeling deficiencies that may need correcting (e.g. in the modeling of bridge hydraulics). Any such deficiencies will be corrected with appropriate modifications in a Corrected Effective (CE) model. Recent topographic mapping and cross section surveys will be incorporated to develop cross section data for existing conditions. If the recent mapping or new survey reveals that there have been physical changes to the floodplain reach of interest since the effective model was developed an updated model representing existing conditions (EC) will be created. Finally a model of proposed conditions (PC), representing the proposed bridge replacement design and any changes to the road alignment and embankments will be created. Up to three design alternatives will be analyzed as part of this task. The (PC) models will be compared to the CE or EC model to verify that the project will not cause an objectionable rise to the base flood profile. The preliminary BHR will describe the hydrology at the bridge including a drainage basin delineation and area, historical data including flood history found for the bridge, and the storm frequency selected for the design event at the bridge. The report will also include a description of channel hydraulics, including allowable headwater, sediment and debris problems, the geometric configuration of the proposed alternatives with illustrations, minimum low girder elevation, and the predicted scour prism and high water level for the design event and 500-year discharge in accordance with the CDOT Drainage Design Manual. The report will also include water surface profiles of the Big Thompson River through the study reach. 4) The floodplain and hydraulic submittal for the FIR will include the calculated scour prism, high water elevations, minimum low girder elevations, sketches of channel bank and abutment protection details, and any necessary contour re-grading. This data will be provided to JFSA by Ayres in 'raw' format so that it can be easily incorporated into JFSA drawings. This scope assumes that only one design alternative will be submitted at the FIR stage. j. Erosion Control Features (Scour Countermeasures and Stream Instability Countermeasures): The Big Thompson River is an actively changing waterway that is susceptible to lateral migration, aggradation, degradation, scour, and erosion. The floodplain study shall address and resolve these issues as they are studied and discovered. The construction plans shall incorporate the permanent erosion control features. k. Storm Water Discharge Permit Associated with Construction Activity (CDPS): During construction if 1 acre or more of earth disturbance is anticipated, a CDPS permit will be required. Weld County will provide the Storm Water Discharge Permit. JFSA will complete the Storm Water Management Plan forms provided on CDOT's website as part of the CDPS permit to the construction plans. The SWMP must be approved by Cathy Curtis, CDOT Region 4 landscape architect(303) 757-9174. I. Roadway Design: This task will consist of research, collecting data, coordinating with bridge design team regarding approaches, setting horizontal and vertical alignment, preparing roadway plan and profile sheets, preparing cross sections and typical sections sheet, accommodating roadway drainage, and revising documents based on agency comments. m.Bridge Design: The replacement bridge is expected to be on the order of 80 to 170 feet long with a width that accommodates four 12-foot lanes and two 6 to 8-foot shoulders. The exact lengths and widths will be determined in concert with Weld County. JFSA will study a number of concepts (generally three) and compare the relative benefits of each concept. It is anticipated that the bridge can be closed during construction. WCR 13/54A Scope of Work Page 7 of 10 • 4 JF& !% n. Estimates: JFSA will provide an opinion of probable construction costs based on 50% and 75% complete plans. A 30% complete stage cost estimate (see Field Inspection Review below) will be also be required by CDOT. o.Submittals: At the completion of the Preliminary Design Phase, JFSA will provide the County 25 half-size (11'x17') sets of review plans. The plans will be approximately 30% complete (It is anticipated that CDOT will require a 30%complete FIR.).JFSA will provide these drawings to the County in electronic format. p. Field Inspection Review (FIR): JFSA will attend the FIR conducted by the County, with CDOT in attendance. CDOT requires this at the 30%complete stage. 4. Final Design a. At the final design level, JFSA will provide detailed design plans for all aspects of the project, including roadway, bridge, wetland mitigation, property restoration,drainage, erosion control, and culvert plans.JFSA will provide half-size drawings plotted on high-quality paper to ensure accuracy and scale. One set of final design drawings will be signed and stamped by a Colorado registered professional engineer. b. Final Hydraulic Report - Based upon feedback provided during the FIR meeting, Ayres will revise the hydraulic and scour analysis of the selected alternative. Ayres will also refine the design of channel bank protection and scour countermeasures to reflect the revised hydraulic calculations. The result will be incorporated into the final BHR which will be prepared as a revision to the preliminary BHR. The hydraulics of the selected alternative will be described in a new section of the report to be inserted into the appropriate location of the report. The final BHR will be submitted to Weld County, Larimer County and CDOT for review to ensure compliance with local floodplain regulations. The report will be reviewed and require approval of the Larimer County Flood Review Board (LCFRB). Ayres project manager will be available to attend the LCFRB meeting where the project is discussed. This scope assumes that a "no rise" condition can be met by the proposed structure when compared to either the CE or EC model. If through the course of the project, achieving a "no rise" condition proves infeasible a Conditional Letter of Map Revision (CLOMR) request may need to be submitted to FEMA for approval. Preparation of material to support CLOMR and coordination with FEMA is outside the scope of this project and if a CLOMR is required an addendum to this scope and cost will be prepared. The FOR submittal will also include information to be illustrated on the Bridge Hydraulic Information Sheet (BHIS). This data will be provided by Ayres and will be incorporated into JFSA drawings. b. JFSA will prepare contract documents and specifications. JFSA will develop the technical specification format in CDOT format. The contract documents will contain Weld County's standard contracts and bid forms. c. Near the completion of the Final Design Phase, JFSA will provide the County 25 half-size sets of review plans and the specification package. The plans will be approximately 90% to 95% complete. JFSA will submit final drawings on disc in PDF format. JFSA understands that all material submitted at the completion of the project shall become the property of Weld County. d. Final Office Review (FOR): JFSA will attend the FOR conducted by the County, with CDOT in attendance. CDOT requires this at the 90-95%complete stage. All comments shall be incorporated into the final set of bid documents. 5.Other Professional Services Other professional services (OPS) may be required during the course of the initial investigations as new issues occur. Some of these have been identified and are as follows: WCR 13/54A Scope of Work Page 8 of 10 4 JFSS'% Other Professional Services Estimated Fees a. Biological Assessment (BA). A BA is done for major construction activities affecting the quality of the human environment. A BA is prepared by, or under the direction of, a federal agency to determine whether a proposed project is likely to (1) adversely affect listed species or designated critical habitat; (2) jeopardize the continued existence of $9,500 species that are proposed for listing; or (3) adversely modify proposed critical habitat. The result of a BA is the determination of whether formal section 7 consultation or conference of proposed species is necessary. b. Prebles Mouse Live Trapping. If the initial mouse survey indicates that this may be a likely area for the Prebles mouse habitat, a live mouse trapping by a certified trapper is $5,000 required. c. Senate Bill 40-Division of Wildlife(DOW)certification. If required by the DOW, JFSA will prepare a project description that demonstrates compliance with all the conditions in the Guidelines for SB 40 Certification. The report will include all BMPs and will document the areas of temporary and permanent disturbance to wetlands and riparian areas, as well as construction activities in the area of the bridge replacement over the Big Thompson River. This report and the appropriate application form will $4,558 be submitted to Weld County and CDOT. Application to DOW will then be made by the CDOT Region Planning and Environmental Manager (at least 60 days prior to construction). JF Sato personnel will also accompany DOW and CDOT personnel when the CDOT Region schedules the region erosion control advisory team (RECAT) inspection of the project, at which time SB 40-related issues will be reviewed. d. Others N/A Total $19,058 6.Construction Administration(construction tasks may be added later) If required, JFSA will provide construction administration and project management, including submittal review, materials testing, and continuous full-time field inspection for the project in accordance with CDOT certification requirements. Typical responsibilities will include: — Attend Preconstruction — Maintain daily diaries — Traffic control inspections Conference — Maintain time counts — Contractor pay estimates — Assist with public notices — Receive and monitor schedule — Monitor DBE participation — Shop Drawings (see below) — Conduct progress meetings — Conduct OJT interviews — Supervise construction — Coordinate with utilities — Compile material testing data — Construction inspection — Report discrepancies — As-built Survey(see below) — Document pay quantities — Recommend corrections — LOMR (see below) The following services have been identified as possible construction tasks for JFSA. An estimate of the fee (in current rates) for each is also noted. Due to the time period between the design and construction phase, the actual billing rates will vary. Construction Tasks Estimated Fees a. Shop Drawings: Review construction shop drawings for conformance with the contract documents and compliance with the provisions of the Standard Specifications for Road $3,146 and Bridge Construction. b. As-Constructed Survey — The County may request a survey of as-constructed conditions in NAD83 coordinates(State Plane Colorado North Zone, Feet)and NAVD88 $3,000 vertical datum for the LOMR submittal. JFSA may be requested to provide this work as an option. The following is the estimated scope of this work. WCR 13/54A Scope of Work Page 9 of 10 JFSS% Provide an as-built survey of the new bridge and roadway. This will include cross sections at 50' intervals, only within the area of roadway improvements. We anticipate this would include the new bridge and approximately 300' north and south of the new bridge along WCR 13. c. Preparation of LOMR Package - After the proposed structure is constructed and a survey of as-built conditions performed, material supporting a Letter of Map Revision (LOMR) will be prepared and submitted to FEMA for approval by Ayres Associates. The LOMR will incorporate a survey of as-constructed conditions in NAD83 coordinates $13,029 (State Plane Colorado North Zone, Feet) and NAVD88 vertical datum. The completed LOMR package will include workmaps showing the inundation limits and Larimer County flooding limits superimposed over aerial photography and topographic contours d. Other tasks N/A All work will conform to CDOT requirements for a Federal-Aid project. Also, if required, JFSA will provide a Resident Project Representative, throughout the duration of the construction, who will keep monthly progress reports and daily logs. JFSA's Project Inspector will be CDOT certified. 7. Project Schedule • Notice to Proceed October 15, 2007 • Preliminary Design January OAR -7 r"<m8 • Construction Documents September 15, 2008 • Begin Construction November 2008 • Complete Construction April 2009 (Seeding and paving to occur during the optimal weather conditions) WCR 13/54A Scope of Work Page 10 of 10 g RE Q w g! QE !! - - - „__ ; . } ©gs , _ = `,2“ a! W7il flit- ! r!/ / J . . ! ! O ! !! } Ow i§ 4 \ \ \ Liu- eV ! \ /\ § d d : § ! _ , } , § 1 P } } ° . ' , [ e | » ] \ - ) 2 \ ) } . , . , , , , P4a : )f = . § / }{) / \/ _ 4 4 E - • / , y ! E . jc . , , § » ! ` _ !) \ f § ` 8 & ~ -/ ( / /}\ ` >; : ,0101 ,0101 ..g S \ , ) } § Et al la Sr o Li,- ! ;! P! ,E§ & § \ );K , Jk -,-, °``2 !!§!: §§)!I . <00.z§:l-, f !! >_> !!!;!§!!!!! i\§§ �!1§))§X E,:.m=opO§! � /§§!§ ||EE!!:;lam :sw -r#; , k , ,!ll,,.,|E:l=o.§\)40` . » , ° » - �ge 'ee82/©gg�dp § §_a- to _§a-`` 7 - QGR//y ]| [,.. ; 42:1-8\!:§ wwa E� d.& . � , , ) ` ® K � ��^ ; \ , ; ; ..; . _!, . . an «°§ i ! |! ; __; ; !_ D ; - Co ; ;.. . �{ M _.., , 2,®R . 2__ , al}_ |i !! - \ !! ! : E \ , ! !/ | ; d } Co." . Q g \ ° " # mi• ^ " \ / \ Co, , w \ e\ co co ( § !, :4 = _ . - - \ ° ! _\ ! § ■ \\ }\ \ , P. . ( ; § ° - ) i } , , � 2 \ . . . P-' � § \ ) q ;, ,, ; Co . , mA ! ` [ k \}} kE ^ ^ f � ) ( { Co Co § \ ] 8 . 1t 243 •- r:4 ! . , . k ` & ace.; ^- - \ f! . , . . � , 2 ` !i : / ca §6( P( (§g § 8 67 ) h \ \}\ H §§\ - ]_ . (IP §= § <m2 .:. !;, 0A6,0)§; Ehg8W / 1“;mIn ulec : E|)/ ®,1 :.§ r= !°,l:� !!° !! � r-§,l,:�:._ ! ,`E3§I , Fi � !§;}j\],\:}IZ., 2�;,� °� .,r ! ,§,:,; ;`°,|!!, |<;!|§)§! !l), °! � ; , ! ^ y ^i ° �/!\///\ //1 » //) w < ' aw § w , 1, . a . � 2 � \/>§ A:a W _§���_g!§!; � /\ ~ 2t. Co i 0000=0 } " ®)l §| 2 --- §§\ )/ s |1 : -- -_ ; "{ - a.. e4 --- 44s ■§ } ii � n8 ^! ` / . !/ } , gig g 36 15 !!; , ; ! 1 w a = 1 § `~� - , !! f} ` : ■ § ! ; ; , ; | ` �! - , ( i | !! !! \ , - !, \ ] \ 13S12 . . , m , - - a F 'I' 15 62 ) , . _ . ! !\ ) \ }{) , g . „ a � la § l ; 2t § k / � ` !` !. \ gg ' . , !• 2 - ` ! : ! ° #•( � \ \ . . , . . . . . ' �� _ 0- « : . U !{I / . | ;, ( Z /\ _ 40< Oc 0. \ Lurl ; hantl; :- )[ \ |K ) § % ) ,2|; 8§E § 23 4>!§: ! § ! § §_§l, ,\i :`E!§§g ! )!! \ E °:|. f =!r § | § w» g I eE/ 2§- }g , yak : w �ee /G\ya: /: , On w - _ ^/a! b : Kw E4 ` . \ / : ?) �('se | «»} q } §q| »22} ; 6 . --x“ ....,_. ,.,8 !_.-- .<.! ) | t. | S ... .. .... ... .... !� !! | ! , | . ... .. ....... .... § 4. !, k z ! 2 ! . .�. . ... ... ... . ... f ) 8 $ !! ) k )_ : t0 . !; a|q- ... � E aa , ... .. ... ... - � 2 ; 2 ■ Ili „ , ,8. . ! - lmf “ cs = ° • } } ! Z : -A ! ! ! |i . . : 3izi a ! % $ ... . ... ... ..... § : a e ` , , \ d H ;/ \ ui ] ! w ( wzo - t! ( .0. {)�( Ltrn �(LAis(0 0 0,„ # !;:>! ;4.,. §K(: __.#:,! §§[, �:..,g ' -. \|!';!«0 t)! H§§°x= ,!l°1.2IE:A . o;:_:�! #...,..E. .§ /§§\� )§§(§(/) ((j(E�)(/( § | ))))\ aml=§:B |§/\!/K§(!!!§§ § � 4 §sa .6. „, it ] t^;^ §\. . ,,.. 'oi- ,.. / / 6�/ } ! | Gu } 3 } \ - }§ 8 �> } .. . |I| g _aat . ,,,. , ! - .■ man- I | ...... .. . .... .... ... . » ■ !! , ' F41 ...... ... .... .... ... . . § . !i § k § | . ■ § ] ® / . ... .. . / . .... ... ... ( § § § !! ! , § i ) , ! N ` ® \... .. . ..\ .... ... \ $ 26 $ § a . ... . k • 2 ; 2 ■ !) ` ) \ \}% . ` § f § ` & # \ / ) Ii ! u 2 2 § e ...... ...... ...J... § § ) ` ` “ , ) § ` | o § \ ( § , w ` \ §2 | )\ ( \ i\\ §\ ! 0, !, !!!z, °!: ;!! \§: |!,l== l; 8 | !2 \ g / §|§;§E§\°\!) �fi n fr})WZLO 5 § ,■r:]=,§!u§ .!! m§! G2GD//%, w/0/Di1°. ! >;;,:=l:.Egl .! |.Lig l p \|§!§/ f\ °` `` §(})§(t() §�i}) ; igoo o; },/1t.4 . . !\ ,! )|;«!§!(} ,. . , §ar;§a ;!!|§}§ ocooao. co / a \ liil! )Lis_ § \ § Eli Will. |l a . 2 in ; . I- 0 , , ! ,.. ■.,, ^^E _-- r ■ ! § ; ` | § ! i ! ! | ... ... ...0 " 4 ig )) ° ,o | ! § !!! | ! a | . ...............--- .. _ . !_ , „ § k , 1 $ ! 2 | ` ... .. .......\ ` ... § § k �` ° ` - ■E] U ) ca \ ; r- 0404, 8 I ` _ #� . ! . ` .....!! _ ......... k . 2 ; « ■ !i . . § / \}/ / | ; ;« ! ) k j ( ( ......\\ � o - ; . . .......... . _ { . » |- !] . , ( ) : | E ° = [ | | () , \ § m �/ ] re LL rl a LL , 34 | | ;" § ! \ _ - � . ! !§. : . . , . ) !) ( i �[� �` \ ) 2 ° z43 !| : go §-2:i) } | § /!§} §|) �)e§(B = ! � ! \`lw0-`§g`!E.!§§! \!§ ■ r ) WA!ii§;EVMW J , ! E : !! «,IE§§!l�:O ;�) m■/s aavEri\) }\} !- , | ! ! E. . ~):!S LLE j\ : 1 ` ` , ,\ §\ / \ il ! I _ : / \ ; _ . _ re - k % - \« » ! , . I - ! , E uJ } _} { \ to _ ` \ KS ! — cu - � § } « \ § § ! § G. . . . . . , . . . 8 , . ; : , . 2 . , ; 2 , , , 1 ; ; ! ! ° j : § ) § \ ) ) j \ ( ) § ) t : § ( § § 4t § } ! > tr > ; , , : CO- 9 i'22 2 ) zz ! ! lZ : : Z ! ! z \ z ! ! ! it ! fl t/ ® ; § § § E § § § ! ! , > , ; l ; ! ° ! • ! ! • ! ! ! 7J � , p / ) ; § < ; zl : ; ; ; : l = i ; ; t ; ; ; ; l ; ; ; S4 ! : ! ! ! ! r ! : l : : ` ! ! ! : ) : ; : 1 : : . ; : ! ! -I z ! 1II1iI1r r ; „ „ ° 11I ! ! ! ! ! nh ii ! ! ! LU ) ] ® - _ ; : - _ - , = a = . r , . ; = - ! a � _ © - : , « : § ! , ) ! _ 0- ! i ! -2 LL . . -O \ ( , D \ § � , \ ! \ La — — 0 ( too z j § 0 \ \ ; } § a- ) i ) 0- ° ` ` ' ! ; ( ! § ; : ! r ; : \ ; § ! 7 ; ! � , ! ! § § § ( - = ! ° ! ; ! ! ; l = . ; ; . : § !( Ow0 301Wi ; : , ` ! * . l ; : l : B : ! ! : : az30an ] § § i \ § 0- 0- ! ) 72 § § ! ) j ! ! ) § \ ! f / _ C , \ ! / � : \ t : \ « , » \ ; , : ! » } ; COCO CO (0 / BOARD OF COUNTY COMMISSIONERS REVIEW/WORK SESSION REQUEST RE: Design Contract for Bridge 13/54A Replacement over the Big Thompson River DEPARTMENT: PUBLIC WORKS DATE: 9/26/07 PERSON REQUESTING: Wayne Howard, Engineering Division Brief description of the problem/issue: Weld County received federal funds for the replacement of Bridge 13/54A in 2006. Larimer County has also agreed to participate with the costs. Public Works has advertised the design services request for proposals utilizing the Qualifications Based Selection (QBS) process. Public Works received sixteen (16) proposals from engineering consultants for the design. Three firms were short-listed for interviews. Based on the interviews staff has selected J.F. Sato and Associates 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: The cost for the work was negotiated and the final contract amount is $279,275.00. Weld County's portion of the contract is 10% ($27,927.50), Larimer County's portion is 10%, and the federal funds cover 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 in poor condition and needs to be replaced. 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 Comments David E. Long V William H. Jerke William F. Garcia Robert D. Masden Douglas Rademacher 4: Attachments: Contracts (itMEMORANDUM WIlD TO: Clerk to the Board DATE: October 9, 2007 • FROM: Wayne Howard, Chief Senior Engineer, Public Works COLORADO SUBJECT: Consent Agenda Item Agreement for Professional Services for replacement of Bridge 13/54A with J. F. Sato and Associates for Weld County's portion of the contract at 10% in the amount of$27,927.50. Enclosed are two original Agreements. Please return one signed original Agreement to Public Works as soon as it is signed. M:\Francie\Agenda Wayne Howarddoc ra n o om Cf1 - yea C2 c.n fl1 0 CDo D rnC rn vo N 2007-3232
Hello