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
20062564.tiff
RESOLUTION RE: APPROVE AGREEMENT FOR PROFESSIONALSERVICES FOR IMPROVEMENTS TO WELD COUNTY ROAD 9.5 AND AUTHORIZE CHAIR TO SIGN - CARROLL AND LANGE, INC. WHEREAS,the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS,the Board has been presented with an Agreement for Professional Services for Improvements to Weld County Road 9.5 between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County,on behalf of the Department of Public Works, and Carroll and Lange, Inc., commencing upon full execution, with terms and conditions being as stated in said agreement, and WHEREAS,after review,the Board deems it advisable to approve said agreement, a copy of which is attached hereto and incorporated herein by reference. NOW,THEREFORE,BE IT RESOLVED by the Board of County Commissioners of Weld County,Colorado,that the Agreement for Professional Services for Improvements to Weld County Road 9.5 between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and Carroll and Lange, Inc., be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said agreement. The above and foregoing Resolution was,on motion duly made and seconded,adopted by the following vote on the 13th day,of September, A.D., 2006. L' d , �,f ds," BOARD OF C UNTY COMMISSIONERS 414/1 J _ __{ Y WELD CO Y, COLORADO ATTEST: /' nsau/ ,i� 1 4 '" ,'y 'r M. J. eile, Chair Weld County Clerk to th Ect David E. Long, Pro-Tem 11 BY: ,It-V+. 1 tl o _ De ty C the Board Y/-1-,, Willi . Jerke APP AST \kitA - Robe . Mas en unty Attorney . ix l J , #, 67 irAt Glenn Vaad Date of signature: 2006-2564 \ h O EG0054 / 0 MEMORANDUM TO: Clerk to the Board DATE: 9/11/2006 FROM: Perry Eisenach, Engineering Division Manager j/ COLORADO SUBJECT: Agenda Item Agreement for Professional Services with Carroll & Lange, Inc. for Design of WCR 9.5 Improvements as per Work Session with BOCC approved September 6, 2006. pc: Frank B. Hempen, P.E., Public Works Director/County Engineer M:\FrancieWgenda Item.doc 2006-2564 BOARD OF COUNTY COMMISSIONERS REVIEW/WORK SESSION REQUEST RE: Design of WCR 9.5 between WCR 28 and State Highway 66 DEPARTMENT: PUBLIC WORKS DATE: Aug. 21,2006 PERSON REQUESTING: Perry Eisenach, P.E., Engineering Division Manager Brief description of the problem/issue: Within the Intergovernmental Agreement(that should be finalized and executed soon)between CDOT,Weld County,Mead, and Firestone,Weld County is responsible for coordinating and ensuring that WCR 9.5 between the St.Vrain River and SH 66 is constructed by September 1, 2007. CDOT will be paying Weld County $3.7 million to complete the project in lieu of replacing the Frontage Road on the east side of 1-25 that will be removed to allow for the widening of 1-25. The design of the southern section of WCR 9.5,between the St.Vrain River and WCR 28, is approximately 90%complete. This engineering design is being completed by Carma Bayshore's consultant,Carroll&Lange,Inc.as a requirement for their proposed development at this location. The remainder of WCR 9.5 between WCR 28 and SH 66 needs to be designed so that this section of the project can be advertised for bids this winter and construction initiated in early spring of 2007 to meet the September 1,2007 deadline. Due to the extremely compressed schedule for this project,Public Works is recommending that Weld County hire Carroll&Lange to complete the engineering design for this portion of the project. The primary reasons for this recommendation are: 1. The conventional consultant selection process would take approximately 90 days before the design of the roadway could begin. This would mean that the design would not be completed until approximately April 2007 at the earliest and it would be very unlikely (almost probable)that construction would be completed by September 1, 2007. 2. A significant amount of coordination will be required between the north section of the project and the south section. By having the same engineering firm complete the design for the entire roadway,the coordination issues would be significantly simplified and the probabilities of complications during construction would be greatly reduced. 3. There are many irrigation structures that will need to be relocated during the winter and before the growing season starts next year. The design of these structures needs to begin now so that this work can be accomplished this winter. 4. This section of WCR 9.5 is located entirely within the city limits of Mead. Public Works has consulted with representatives from Mead and has received their verbal affirmation that hiring Carroll & Lange is acceptable and would be in the best interest of the project to help ensure that construction is completed by September 1,2007. 5. Contracting with Carroll&Lange to complete the design would meet with all applicable provisions within the IGA for this project. To expedite this project, Public Works requested a proposed scope of work and fee from Carroll & Lange. The attached Agreement, Scope of Work and Fee in the amount of$188,425 would authorize Carroll &Lange to complete the design of WCR 9.5 between SH 66 and WCR 28. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) There are three (3)primary options: 1. Approve the agreement with Carroll & Lange and proceed with the engineering design. This would allow the construction to be advertised for bids this winter and begin in early spring so that construction could be completed by September 1,2007. 2. Begin an RFP process to select an engineering consultant. This would most likely mean that the roadway would not be completed by September I. The completion date would probably be the end of 2007 or first part of 2008. 3. Request proposals from engineering/contractor teams to complete the project by utilizing a"design-build"process. This method would most likely allow the project to be completed on schedule, but the overall project cost would probably be higher than under Option#1 since contractors would likely include extra contingencies in their cost proposal to cover unknowns since the design is not completed. Recommendation to the Board: Public Works recommends approval of Option#1 and acceptance of the Agreement, Scope of Work,and Fee schedule with Carroll&Lange. Initial: Approve Schedule Recommendation Work Session Other Geile Long Jerke q� Masden V Vaad v o, AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into this 13th day of September , 2006, by and between the County of Weld, State of Colorado, by and on behalf of Weld County Public Works Department, whose address is P.O. Box 758, 1111 H St., Greeley, Colorado 80631, hereinafter referred to as "County Department" and Carroll & Lange, Inc., whose address is 165 South Union Boulevard, Suite 156, Lakewood, CO 80228, 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 listed in the Scope of Services attached hereto as ordered by County Department and WHEREAS, Contract Professional has the time available and is willing to perform the Professional Services, according to the terms of this Agreement. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. TERM: The term of this Agreement shall be from 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 Fee Summary and shall not exceed the maximum compensation of $188,425 . This fee is compensation for design services only as described in the attached Scope of Work and Fee Summary. Services identified as "billed hourly" will be billed in accordance with the attached Hourly Rate Schedule. All compensation amounts payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. County Department shall notify Contract Professional, in writing, in the event that funds will not be appropriated for the project after the current fiscal year. Contract Professional shall be entitled to payment of any project work completed prior to said notice by 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 she entitled to any employee benefits from County Department as a result of the execution of this Agreement. 4. INDEMNIFICATION, DESIGN AND INSURANCE: Contract Professional shall indemnify County Department, its officers and employees, against liability for injury or damage caused by any negligent act or omission by Contract Professional in the performance of this Agreement and shall hold County Department harmless from any loss occasioned as a result of the performance of this Agreement. Contract Professional shall be responsible for the professional quality, technical accuracy, timely completion, and the coordination of all services rendered by Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. HIED Bill 111111111111IIIEIDIIII111EIiii PN 06-0933731 R1 Page 1 of 5 3423045 09/28/2006 01:12P Weld County, CO 1 of 19 R 0.00 D 0.00 Steve Moreno Clerk& Recorder 's' - �4 Contract Professional shall maintain commercial general liability insurance in the amount of $500,000 combined single limits and errors and omissions insurance in the amount of$1,000,000. 5. NON-ASSIGNMENT: Contract Professional may not assign or transfer this Agreement, any interest therein or claim 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. 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: Notwithstanding normal and expected communications between the County Department and the Contract Professional, 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 1DII11111 III 111111 Dliii III 1111111III IDI IIII IIII PN: 06-093 3731 R1 Page 2 of 5 3423045 09/28/2006 01:12P Weld County, CO 2 of 19 R 0.00 0 0.00 Steve Moreno Clerk & Recorder 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. OWNERSHIP OF ORIGINAL PLANS, ELECTRONIC DATA, AND DOCUMENTS: Drawings, specifications, and other documents, including those in electronic form, prepared by Contract Professional are Instruments of Service for use solely with respect to the Project associated with this Agreement. Contract Professional shall be deemed the author and owner of their respective Instruments of Service and shall retain all common law, statutory, and other reserved rights, including copyrights. Upon execution of this Agreement, Contract Professional hereby grants to County Department a perpetual, nonexclusive license to reproduce and use, and permit others to reproduce and use for County Department, Contract Professional's Instruments of Service solely for purposes of constructing, using, and maintaining the Project, or for future alterations or additions to the Project. Contract Professional may terminate this nonexclusive license if at any time County Department is in breach of the associated agreement. If and upon the date Contract Professional is adjudged in default of this Agreement, the foregoing license shall be deemed terminated and replaced by a second, nonexclusive license permitting County Department to authorize other similarly credentialed design professionals to reproduce and, where permitted by law, to make changes, corrections, or additions to the Instruments of Service solely for purposes of completing, using, and maintaining the Project, or for future alterations, or additions to the Project. At the request of County Department, hard copies of plans, reports, documents, and pertinent electronic data will be made available to County Department in accordance with the current "Hourly Rate Schedule," subject to the terms of this Agreement and receipt of payment in full for services rendered. Contract Professional makes no warranty or other representation regarding the accuracy and/or completeness of any information contained in the electronic file(s). The end user shall be responsible for verifying information contained in 0 such file(s) against the hard documents. All electronic drawing media will be an AutoCAD file in the version currently used by Contract Professional at the time mimen c�.,Y the request is made or the version originally used in preparation of the electronic d drawing media, at Contract Professional's option. —_ =ct $ = County Department agrees not to use any Instruments of Service, in whole or in part, for any purpose or project other than the project which is the subject of this Agreement. County Department hereby releases and waives all claims of any kind or nature against Contract Professional arising or resulting in any way from •N y any changes made by persons or parties other than Contract Professional, or oc from reuse of the Instruments of Service for any other project by anyone other than Contract Professional. Any unilateral use by County Department of the roc Instruments of Service for completing, using, maintaining, adding to, or altering the Project or facilities shall be at County Department's sole risk and without -No liability to Contract Professional; provided, however, that if County Department's unilateral use occurs for completing, using, or maintaining the Project as a result 0 of Contract Professional's breach of this Agreement nothing in this Article shall a 0 al be deemed to relieve Contract Professional of liability for its own acts or Etri.-N c omissions or breach of this Agreement. —"� In addition, County Department agrees, to the fullest extent permitted by law, to indemnify and hold Contract Professional harmless of and from demands, claims PN: 06-093 3731 R1 Page 3 of 5 and actions for damages, expenses, losses, costs, and injuries to or by third parties, arising from any changes made by County Department to the Instruments of Service without prior written consent of Contract Professional. Contract Professional agrees, to the fullest extent permitted by law, to indemnify and hold County Department harmless from actual out-of-pocket damages to third parties, arising from Contract Professional using these Instruments of Service, in whole or in part for any purpose or project other than the project, which is the subject of this Agreement. Under no circumstances shall transfer of the Instruments of Service on electronic media or any other media for use by County Department be deemed a sale by Contract Professional. 16. ADDITIONAL SERVICES. The Scope of Work and Fee Summary as defined herein may or may not be all-inclusive, but are to the best knowledge and understanding of the Contract Professional to be the services requested by the County Department. If it becomes necessary to change the Scope of Work or to perform services, which are not specifically defined herein, or to perform services more than once, these services shall be performed as an Additional Service or by a separate contract or by a renegotiated agreement. Prior to proceeding with Additional Services, the Contract Professional shall obtain authorization by the County Department or the County Department's representative. The County Department agrees to pay for authorized Additional Services on a time and materials basis. Invoices shall be billed and payable on a monthly basis or as completed using the Contract Professional's current "Hourly Rate Schedule." The attached "Hourly Rate Schedule" is a copy of the Contract Professional's rate schedule, which is currently in effect at the time this Agreement is executed. Any adjustments in the "Hourly Rate Schedule" shall become effective thirty (30) days from written notice to the County Department. �h ilt 11111 11111 IIIhli 111111 III 1111111 III 1,1110 IIII IIII 3423045 09/28/2006 01:12P Weld County, C PN: 06-093 3731 R1 4 of 19 R 0.00 0 0.00 Steve Moreno Clerk& Recorder Page 4 of 5 IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 13th day of, September . 200 6 COUNTY DEPARTMENT: ATTEST: G :"1? � � „`� COUNTY OF WELD, a political vv ,:t/I''::1; `� 1 t` subdivision Weld County Clerk to the to 4i) Board of the STA E OF COLORADO: By: A . /1 _ L 611 y By: n De tyClerk the Oard © Var M. J. elleh hairman ti 14 Board of County Commissioners of the County of Weld 09/13/2006 CO. 'ACT ' :OFES . •NAL: Y: Date efl g Name: Fet4l el, -rater .za_ Title: /�Lo .a -1ag¢r vv SUBSCRIBED AND SWORN to before me this /7.6 day of Xja,..s./: , xli.C%. WITNESS my hand and official seal. / /J Not Public Uf My commission expires: i"/may/6'co(� USA A. CONNELY NOTARY PUBLIC STATE OF COLORADO 11111111111111111111111111111 III1111111III IIIII1111 HI PN: 06-093 3731 R1 3423045 09/28/2006 01:12P Weld County, CO Page 5 of 5 5 of 19 R 0.00 D 0.00 Steve Moreno Clerk& Recorder SCOPE OF WORK FOR WELD COUNTY ROAD 9 1/2 I. LOCATION The project is generally located within Section 26, Township 3 North, Range 68 West of the Sixth Principal Meridian, in Weld County, Colorado. II. BASIS OF AGREEMENT The County Department intends to prepare construction documents for Weld County Road (WCR) 9'/ improvements between WCR 28 and State Highway 66 (SH 66). This Scope of Work is based on the understanding that the Contract Professional will be receiving or has received the following information. This information will be used in fulfillment of the services provided under this Scope of Work. This understanding was used in determining the "Scope of Work" and "Fee Summary." 1. Mead-Siegrist ALTA/ACSM Land Title Survey, prepared by Carroll & Lange, Inc., dated May 25, 2004. 2. Design survey provided by Carroll & Lange, Inc. under agreement, dated January 22, 2004. 3. Aerial topographic mapping provided by Carroll & Lange, Inc. under agreement, dated May 20, 2004. 4. The County Department will provide any agency processing fees required. 5. The County Department will arrange to have underground utilities located for the Contract Professional's use in providing a design survey. 6. The County Department will make arrangements for the Contract Professional's access to adjacent properties as required to complete the design survey and topographic mapping. 7. The County Department shall identify any required access locations along the alignment. 8. The Contract Professional assumes the respective dry utility companies will design any required relocations of existing dry utilities. 9. Master Drainage Report and Stormwater Management Plan, prepared by Carroll & Lange, Inc., dated July 1, 2005 11011111111111111111111111111 111101 III VIII IIII IIII 3423045 09/28/2006 01:12P Weld County, CO 6 of 19 R 0.00 D 0.00 Steve Moreno Clerk& Recorder SCOPE OF WORK FOR WELD COUNTY ROAD 9 1/2 Page 2 10. The following lengths were assumed in determining the fee schedule. If lengths increase by more than 10%, the fees shall be subject to adjustment: a. WCR 9'/ — WCR 28 to SH 66 ± 5,300 LF b. 18-Inch Potable Water Relocation ± 5,300 LF c. Sanitary Sewer Relocation ± 3,500 LF III. SCOPE The Contract Professional agrees to provide the following Professional Engineering and Surveying services: A. Meetings, Coordination, Research, and Processing. Contract Professional shall prepare for, attend, and follow up all meetings and perform necessary coordination, research, and processing for the preliminary and final design processing. This time shall be billed on an hourly basis with invoices detailing the date and purpose of the item. A budgetary amount has been established for this category based on experience for normal processing and is specified in the Fee Summary. B. Pre-Design Phase 1. Design Survey/Topographic Mapping. The Contract Professional shall prepare a design and topographic survey along the proposed alignment of County Road 9'/z, from County Road 28 to State Highway 66 (one mile). Cross-sections, 300-feet in width, will be surveyed at 50-foot intervals. Additional areas and features including State Highway 66 at the proposed connection to County Road 9'/2, drainage culverts, miscellaneous irrigation facilities, visible surface utilities, fencing, and existing sanitary sewer inverts shall also be surveyed. The Contract Professional shall survey field locates of underground dry utilities as arranged by the County Department. The field data shall be converted into electronic (AutoCAD format) base mapping and merged with aerial mapping previously obtained for areas south of County Road 28. 2. Underground Utility 'As-Builts'. The Contract Professional shall coordinate and obtain 'as-built' top-of-conduit elevations (non- destructive 'pot-holing') and pay for the located underground utilities. The Contract Professional assumes that a maximum of two days will be required to collect the 'pot-holed' data up to a maximum cost of $2,000 per day. 11111111111111111111111111111III1111111 III 11111IIII1111 PN: 06-093 3731 R1 3423045 09/28/2006 01:12P Weld County, CO 7 of 19 R 0.00 D 0.00 Steve Moreno Clerk& Recorder SCOPE OF WORK FOR WELD COUNTY ROAD 9 1/2 Page 3 C. Preliminary Design Phase 1. Preliminary Roadway Design. The Contract Professional shall prepare a preliminary plan and profile street design for Weld County Road 9%. The preliminary design plans will be utilized to evaluate utility relocation requirements. 2. Preliminary Water Relocation Phase. The Contract Professional shall prepare preliminary water relocation plans for the existing Central Weld County Water District main. It is anticipated that the final design of the 18-inch main will be completed by the Water District. D. Final Design Phase 1. Street Improvement Plans. The Contract Professional shall prepare street improvement plans in accordance with the standard requirements of Weld County, unless otherwise specified below. Street Improvement plans will include a cover sheet, notes, typical cross-sections, and necessary details. Detailed cross-sections are not anticipated. The following plans will be prepared: a. Weld County Road 9% — WCR 28 to SH 66. Plans will be prepared for a major arterial in accordance with Weld County and Town of Mead requirements. (1) Ultimate Section Plan and Profile. Plans will be prepared for the ultimate build-out condition of a major arterial road section. The plans will include a full-width design from WCR 28 to SH 66. Grading cut/fill slopes will be identified on the plan. (2) Ultimate Section Signage and Striping Plan. A signage and striping plan for the ultimate build-out condition. Plans will be prepared for the ultimate build-out condition of a major arterial road section. The plans will include a full-width design from WCR 28 to SH 66. (3) Initial Phase Plan View. The initial phase of construction is assumed to be two lanes on the West Half of the ultimate WCR 9% section. It is assumed that the south end of the initial phase will transition to the East Half of the ultimate 11111111111111111111111111111 III 1111111 III 111111111 IIII PN: 06-093 3731 R1 3423045 09/28/2006 01:12P Weld County, CO 8 of 19 R 0.00 D 0.00 Steve Moreno Clerk& Recorder SCOPE OF WORK FOR WELD COUNTY ROAD 9 1/2 Page 4 section (at the WCR 28 intersection). A plan view will be prepared to depict these initial phase improvements. It is assumed that the full width section will be graded with the initial phase of construction. (4) Initial Phase Signaqe and Striping Plan. A signage and striping plan will be prepared for the initial phase two-lane condition. (5) Initial Phase Traffic Control Plan. An initial phase traffic control plan will be prepared for WCR 91/2 construction at the WCR 28 intersection. b. SH 66 — WCR 9% Access Plan. An access permit plan shall be prepared for the WCR 9% access to SH 66. The access plan shall be prepared in accordance with the standard requirements of the Colorado Department of Transportation (CDOT) and Weld County. (1) Street Plan and Profile. The SH 66 access improvements are assumed to consist of additional pavement widening along the north and south side of the highway. The north side widening will be designed to accommodate a southbound left turn lane and the south side widening will be designed to accommodate accel/decel tapers for southbound and eastbound right turn movements. (2) Signaqe and Striping Plan. A signage and striping plan will be prepared for the area identified in Section IV(A)(2)(a) of this Scope of Work. (3) Traffic Control Plan. A traffic control plan will be prepared for the area identified in Section IV(A)(2)(a) of this Scope of Work. 2. Drainage Plans/Report a. Final Drainage Report. A Final Drainage Report shall be prepared in accordance with the standard requirements of Weld County. The final drainage study shall supply final calculations for swales, storm sewer, street capacities, and inlets. Stormwater detention and water quality basins/design is not anticipated. The 3423045 09/28/2006 01:12P Weld County, CO 11111 NE III 1111111 11111111W W IIII 9 of 19 R 0.00 D 0.00 Steve Moreno Clerk& Recorder PN: 06-093 3731 R1 SCOPE OF WORK FOR WELD COUNTY ROAD 9 1/2 Page 5 report shall predict runoff produced from the road improvements and will indicate the method by which the runoff will be routed. b. Storm Sewer Improvement Plans. Storm sewer improvement plan and profiles will be prepared in accordance with the standard requirements of Weld County. The drainage plans will include culverts at the existing irrigation ditch crossings. 3. Sanitary Sewer Improvement Plans. Sanitary sewer improvement plan and profiles will be prepared for the relocation of the existing St. Vrain Sanitation District sewer main. The relocation plans shall be prepared in accordance with the standard requirements of the St. Vrain Sanitation District. 4. Conduit Sleevinq Plan. The Contract Professional shall prepare a dry utility sleeving plan based on information provided by the County Department. The plan shall identify locations and sizes of conduit sleeving. The County Department shall obtain the dry utility design for the Contract Professional's use in preparing the sleeving plan. 5. Stormwater Management Plan. A SWMP (erosion control plan) shall be prepared in accordance with the standard requirements of Weld County and the Colorado Department of Health and Environment (CDOHE). The County Department will prepare a stormwater discharge permit application for submittal to the CDOHE. 6. Right-of-Way Documents a. Right-of-Way Acquisition Legal Descriptions. The Contract Professional shall prepare legal descriptions and exhibits for the required right-of-way acquisition area of each adjacent ownership parcel. It is anticipated that a maximum of seven (7) legal descriptions will be required. b. Temporary Construction Easement Legal Descriptions. The Contract Professional shall prepare legal descriptions and exhibits for temporary construction easements over each adjacent ownership parcel. It is anticipated that a maximum of seven (7) legal descriptions will be required. c. Right-of-Way Plans. The Contract Professional shall prepare Right-of-Way Plans in accordance with the Colorado Department 11111111111113111111111311111111111111111111111111 1111111111111111111111111111III1111111III111111IIIIIII PN: 06.093 3731 R1 3423045 09/28/2006 01:12P Weld County, CO 10 of 19 R 0.00 0 0.00 Steve Moreno Clerk& Recorder SCOPE OF WORK FOR WELD COUNTY ROAD 9 1/2 Page 6 of Transportation standards. These plans shall include Tabulation of Properties, Survey Control Diagram, Monumentation Sheets, Plan Sheets at 50 scale, and Ownership Maps. The Right-of-Way plans shall be limited to County Road 9.5 from Weld County Road 28 to State Highway 66. Monuments shall be set by CDOT forces. d. Title Commitments/Policy. The Contract Professional shall obtain Title Commitments for each of the four adjoining properties prior to preparation of the Right-of-Way Plans. A maximum of two updates shall be obtained from the title company on the original commitments. Title Insurance Policies are included, but they will be provided only if required by CDOT. It is anticipated that a maximum of seven (7) Title Commitments/Policies will be required. e. Map Existing Easements. The Contract Professional shall map existing easements as identified by the Title Commitments that impact the limits of the right-of-way plans. 7. Quantity Estimates. The Contract Professional shall establish the quantity take-offs from the construction plans. These quantity take-offs will include street improvements, water, sanitary sewer, storm sewer, erosion control items, and earthwork volumes. It is anticipated that the County will be responsible for the preparation of any bidding materials. 8. Presentation Materials. The Contract Professional shall prepare presentation materials for submittal to the County Department and/or review agencies, as requested by the County Department. These graphics might include color plots of improvements and enlargement of plans for better illustration. These materials will be prepared on an hourly basis according to the "Hourly Rate Schedule," with a budgetary amount specified in the Fee Summary. E. Traffic Impact Analysis The following items will be provided for the preparation of a Traffic Impact Analysis: 1. Conduct an initial phone conference with Weld County staff to determine specific standards and to come to an agreement on the base assumptions (land use, directional distribution, regional traffic 8423045 1111111111111111 It 1111111 111111 ff of 19 R 0.00 D 0.00 St eye Moreno Clerk& Record PN. 06-093 3731 R1 Weld County CO SCOPE OF WORK FOR WELD COUNTY ROAD 9 1/2 Page 7 growth, etc.) for the traffic study that will accompany the roadway design. 2. Inventory the existing roadway and traffic conditions in the vicinity of the site. 3. Develop projections of trips to be generated by the proposed development in the area and the resultant traffic volumes at the access points and on WCR 9.5 from WCR 28 to SH 66. The vehicle-trips expected to be generated by these developments will be distributed geographically and assigned to the street network. 4. Recommend access control (locations where full movement, right-turn- only and % accesses are allowed) and lane geometry for proposed accesses for both short and long term. These recommendations will be based on projections and analysis of short term and long-term future daily and peak-hour traffic volumes at proposed access points. Analysis would include the determination of Levels of Service at access intersections and recommendations for turn lanes and their dimensions. 5. Determine a trigger point in terms of daily traffic volume on WCR 9.5 where the proposed roadway will need to be widened from half of the roadway section (one lane in each direction with turn lanes where needed) to the full roadway section. 6. Prepare an illustrated report summarizing the results and findings of the above five work tasks for submittal to Weld County. 7. Prepare traffic signal plans using applicable design standards for review by CDOT and Weld County. The plans will incorporate such items as the traffic pole locations, existing and proposed traffic signs and markings, a materials list, and a preliminary cost estimate. A two- phase signal is expected where the signal pole and mast-arm locations can accommodate both the short-term and long-term geometry of the WCR 9.5/SH 66 intersection. F. Geotechnicallnvestigation The purpose of the geotechnical engineering services will be to evaluate the subsurface soil, bedrock, and groundwater conditions and provide geotechnical exploration of the site to determine geotechnical engineering 11111111111111111111111111111 III 1111111 III 111111 III 1111 PN 06-093 3731 R1 3423045 09/28/2006 01:12P Weld County, CO 12 of 19 R 0.00 D 0.00 Steve Moreno Clerk& Recorder SCOPE OF WORK FOR WELD COUNTY ROAD 9 1/2 Page 8 criteria for the design and development of the project. We propose to explore the subsurface conditions on the site with a total of 22 test borings which will be conducted in two phases. The borings will be located within the alignment of the roadway areas. We understand that the 8 borings are to be initially drilled in order to develop preliminary recommendations for the pavements prior to final site grading. The remaining 14 borings will be drilled after grading. We have estimated that 2 trips to the site will be required to clear underground utilities prior to beginning the two drilling phase of our services. Evaluation of the existing pavement section or adequacy of State Highway 66 is not included in this Scope of Work. If these services are needed, they can be provided at your request. Based upon our experience with the general soil and bedrock conditions in the area of the project, we propose to drill test borings to depths of about 5 to 10 feet at approximate 250-foot spacings per Weld County specifications. At a minimum, every fifth boring will be drilled to a depth of 10 feet. However, the 8 initial pavement borings will be drilled to a depth of about 10 feet or 5 feet below final surface elevation prior to site grading. As previously outlined, the remaining 14 pavement borings will be drilled subsequent to final grading in order to perform the final pavement design. The borings will be advanced to the minimum depth outlined unless refusal to drilling is encountered prior to full boring advancement. The depth and location of test borings may be further adjusted depending upon actual subsurface conditions encountered. We assume that the preliminary boring locations will be accessible by ATV mounted drilling equipment. The remaining boring locations will be drilled with truck mounted drilling equipment after final grading. During the drilling operations, a field engineer or geologist will log the borings, record the results of penetration tests, and will obtain representative samples for further laboratory evaluation. Groundwater measurements will be made in each boring during exploration and a minimum of 24-hours after drilling pending safety considerations. Drilling and sampling will be conducted in general accordance with applicable local standards. At the completion of drilling operations, the samples will be returned to a laboratory where they will be examined by the project geotechnical engineer. At that time, the field descriptions will be confirmed or modified, boring logs prepared, and an applicable laboratory testing program will be formulated. 111111111111111111111111111111 1111111 III IU] III IIII PN: 06-093 3731 R1 3423045 09/28/2006 01:12P Weld County, CO 13 of 19 R 0.00 D 0.00 Steve Moreno Clerk& Recorder SCOPE OF WORK FOR WELD COUNTY ROAD 9 1/2 Page 9 Relatively undisturbed samples will be tested for moisture content, dry density, swell and compression characteristics. Representative disturbed samples will be tested for water-soluble sulfates, R-value, moisture-density characteristics, liquid limit, plasticity index and percent fines. Laboratory testing will be conducted in accordance with applicable locally recognized standards. The information obtained from the field exploration and laboratory testing program will be used to evaluate the soil and subsurface conditions at the project site. From these determinations, engineering analyses will be undertaken in order to formulate specific design criteria for the project. Based upon our analyses, a geotechnical engineering report for each phase will be prepared containing recommendations for the project. The following information will be provided in the reports: • A brief review of our field and laboratory procedures, and the results of testing conducted; • A discussion of the general subsurface conditions including soil, bedrock, and/or groundwater conditions; • A review of known structural conditions; • Unsatisfactory soil conditions and recommended remedial measures; • Location and characteristics of groundwater, and recommended dewatering methods including subsurface drainage systems (if applicable); • Recommended construction procedures and quality control measures related to pavements and earthwork; and • Preliminary/Final pavement thickness design recommendations for the planned roadway areas. G. Direct Costs The County Department also agrees to pay the Contract Professional for all direct costs incurred by the Contract Professional, which are directly related to the performance of the Scope of Work. Direct costs shall be billed in accordance with the Contract Professional's current "Hourly Rate Schedule." 1. Reproduction. Reproduction required for the Contract Professional's own office work is included in this Scope of Work. Reproduction 1111111 11111 11111 111111111111 III 1111111 III IIIII1III 1111 3423045 09/28/2006 01:12P Weld County, CO PN 06-093 3731 R1 14 of 19 R 0.00 D 0.00 Steve Moreno Clerk& Recorder SCOPE OF WORK FOR WELD COUNTY ROAD 9 1/2 Page 10 required for submittals to reviewing agencies, contractor, architect/planner, or County Department shall be billed as a Direct Cost. 2. Survey Supplies. Survey supplies required are included in this Scope of Work except for boundary corner monuments. H. Other Professional Services. The Contract Professional shall provide other professional services as requested in writing by the County Department. A budgetary amount (±10% of total contract) has been established for this item and is specified in the fee summary. This item shall be billed on an hourly basis with invoices detailing the description of each authorized item. V. LIMITATIONS A. Outside Services. The Contract Professional anticipates that the County Department will contract directly with a structural consultant, wetlands consultant, and landscape architect for services relating to these specialties. These outside services may include structural analysis, wetlands analysis, and landscape plans/details. B. Gas, Electric, Telephone, and Cable TV. The Contract Professional will provide plat easements as identified by others (if the plat is included in the Scope of Work) for gas, electric, telephone, and cable TV facilities. The Contract Professional anticipates that the County Department will coordinate and contract directly with respective dry utility companies for design of required facilities. C. Earthwork Balance. The Contract Professional shall evaluate earthwork quantities for purposes of estimating import and export quantities. If the construction requires import for embankment or disposal of excess material, design and staking of borrow areas or disposal areas will be performed on an hourly basis. Contract Professional shall not be responsible for variances between earthwork estimates and actual quantities. D. Submittal Items. Submittal items such as fees, title work, existing project documents by others, architectural elevations, landscape plans, etc. shall be provided by the County Department. E. Detached/Meandering Walks. Walk design/construction is intended to be controlled by the street curb and gutter design. Additional design and/or survey stakes needed to control walks such as meandering walks are not 11111111111111111111111111111 III1111111 III 111111III III! PN: 06-0933731 R1 3423045 09/28/2006 01:12P Weld County, CO 15 of 19 R 0.00 D 0.00 Steve Moreno Clerk& Recorder SCOPE OF WORK FOR WELD COUNTY ROAD 9 1/2 Page 11 included in this Scope of Work unless specifically noted within the section titled "Miscellaneous Construction Survey Services," in the Scope of Work. It is anticipated that design and construction of meandering walks will be controlled by the landscape architect and/or landscape contractor. If the Contract Professional is requested to assist with this design and/or control, this service will be performed as an Additional Service. F. Phasing of Plans. The Contract Professional anticipates that this project will not be phased. If the project becomes phased, the phasing of the plans will be considered an Additional Service. G. Construction Surveying. Construction phase staking is not included in this Scope of Work. At the time the Scope of Work is determined for this item, Carroll & Lange, Inc. will gladly provide a proposal. H. Construction Services. Construction phase services are not included in this Scope of Work. At the time the Scope of Work is determined for this item, Carroll & Lange, Inc. will gladly provide a proposal. I. Miscellaneous Exclusions. The following are items that are specifically excluded from this Scope of Work: • Bidding of project work • Environmental work • Structural work • Photo-simulation work • Landscape design J. Plan Revisions. The fees set forth in the Fee Summary include preparation of revisions to associated documents based upon comments issued by the reviewing agencies with regard to plan content, accuracy, and compliance with published design standards effective as of the date of this Scope of Work. All revisions to the associated documents made necessary due to changes in the layout, new or updated design standards, or the introduction of new and/or additional information not previously made available to the Contract Professional, shall be performed as an Additional Service. I 1111111111111111111111111111 III Ent III 111111 III IIII 3423045 09/28/2006 01:12P Weld County, CO PN: 06-093 3731 R1 16 of 19 R 0.00 D 0.00 Steve Moreno Clerk& Recorder FEE SUMMARY FOR WELD COUNTY ROAD 9 1/2 The County Department agrees to pay for the above-named Professional Engineering and Surveying services according to the following schedule. Invoices shall be billed and payable monthly based on the percent completed. The Contract Professional will submit invoices to the County Department monthly. The County Department agrees to pay the Contract Professional within thirty (30) days. Total A. MEETINGS, COORDINATION, RESEARCH, AND PROCESSING (Budgetary, billed hourly) $ 12,000 B. PRE-DESIGN PHASE 1. Design Survey/Topographic Mapping $ 7,000 2. Underground Utility 'As-Builts' 4,000 Subtotal Item B $ 11,000 C. PRELIMINARY DESIGN PHASE 1. Preliminary Roadway Design $ 5,500 2. Preliminary Water Relocation Plan 2,000 Subtotal Item C $ 7,500 D. FINAL DESIGN PHASE 1. Street Improvement Plans a. Weld County Road 9 IA -WCR 28 to SH 66 (1) Ultimate Section Plan and Profile $ 17,500 (2) Ultimate Section Signage and Striping Plan 6,000 (3) Initial Phase Plan View 6,000 (4) Initial Phase Signage and Striping Plan 2,500 (5) Initial Phase Traffic Control Plan 2,500 b. SH 66 —WCR 9 '% Access Plan (1) Street Plan and Profile 4,500 (2) Signage and Striping Plan 1,500 (3) Traffic Control Plan 2,500 2. Drainage Plans/Report a. Final Drainage Report 6,500 b. Storm Sewer Improvement Plans 5,500 3. Sanitary Sewer Improvement Plans 5,000 4. Conduit Sleeving Plan 1,500 11111111111131111111111111111111111111111111111111 3423045 09/28/2006 01:12P Weld County, CO 17 of 19 R 0.00 D 0.00 Steve Moreno Clerk& Recorder FEE SUMMARY FOR WELD COUNTY ROAD 9 1/2 Page 2 Total 5. Stormwater Management Plan $ 3,500 6. Right-of-Way Legal Descriptions and Exhibits a. Right-of-Way Acquisition Legal Descriptions 3,500 (7 max at $500 each) b. Temporary Construction Easements Legal Descriptions 3,500 (7 max at $500 each) c. Right-of-Way Plans 18,000 d. Title Commitments/Policy (1) Commitments (7 max at $450 each) 3,150 (2) Policy (7 max at $325 each) 2,275 e. Map Existing Easements 1,500 7. Quantity Estimates 2,000 8. Presentation Materials (Budgetary, billed hourly) 2,500 Subtotal Item D $ 101,425 E. TRAFFIC IMPACT ANALYSIS $ 26,000 F. GEOTECHNICAL INVESTIGATION 1. Preliminary Investigation $ 3,500 2. Final Report 5,000 Subtotal Item F $ 8,500 G. DIRECT COSTS (Estimated Budget) $ 5,000 H. OTHER PROFESSIONAL SERVICES $ 17,000 (Requires written authorization prior to billing — Budgetary, billed hourly) Total Agreement $ 188,425 1 111111 11111 11111 111111 111111 III 1111111 III 111111 III IIII 3423045 09/28/2006 01:12P Weld County, CO 18 of 19 R 0.00 D 0.00 Steve Moreno Clerk& Recorder PN 06-093 3731 R1 Carroll &. Lange e. ProIcsslonal engineers Land Surveyors HOURLY RATE SCHEDULE Lake,cod • Loveland • Winter Park FOR WELD COUNTY ROAD 9 1/2 Principal $ 130.00/hour Manager $ 110.00/hour Sr. Project Engineer/Sr. Project Surveyor $ 100.00/hour Project Engineer/Project Surveyor $ 96.00/hour Engineer III $ 90.00/hour Engineer II $ 86.00/hour Engineer I $ 78.00/hour Survey Analyst $ 88.00/hour Senior Designer $ 90.00/hour Designer $ 84.00/hour Technician III $ 80.00/hour Technician II $ 74.00/hour Technician I $ 68.00/hour Administrative Assistant $ 64.00/hour Survey Crew $ 130.00/hour Sr. Construction Advisor $ 110.00/hour Construction Advisor $ 98.00/hour Construction Coordinator/Observer II $ 84.00/hour Construction Coordinator/Observer I $ 80.00/hour DIRECT COSTS Prints $ 1.30/sheet Mylar $ 15.00/sheet Photocopies $ 0.20/page Deliveries and Express Shipping Cost + 15% Outside Services by Others Cost + 15% Notes: 1. Reproduction required for Consultant's own office work is included in this Agreement. Reproduction required for submittals to reviewing agencies, contractors, architect, planner, client, etc. shall be billed at the rates listed above. 2. Communication and local transportation expenses are included in the fees associated with project services, unless otherwise noted in the Agreement. 3. Outside services provided by others and charged to Carroll & Lange, Inc. shall be billed at the rate listed above. These services include technical and/or professional work not specifically included in the Scope of Services provided by Carroll & Lange, Inc. 4. Overtime work directed by a Client shall be charged at 1.5 times the standard hourly rates listed above. HRS—August 2005 .. .,_., ..,kou,nn4 calarnao 80228• \I lia c501:0 080-0200 Fax ,n05 080-001 i 11111111111111111111111111111III111111IIII111111IIIIII mf`ir0 g 3423045 09/28/2006 01:12P Weld County, CO 2 H oo•l 6 l on -a 100•Deticr nn ,a05' 080-°e00 19 of 19 R 0.00 0 0.00 Steve Moreno Clerk& Recorder
Hello