HomeMy WebLinkAbout20053204.tiff RESOLUTION
RE: APPROVE CONTRACT FOR POTHOLING SERVICES FOR WELD COUNTY
ROADS 40.5 AND 5, BETWEEN WELD COUNTY ROAD 3 AND STATE
HIGHWAY 56 AND AUTHORIZE CHAIR TO SIGN - CRASCO, LLC
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 a Contract for Potholing Services for Weld
County Roads 40.5 and 5, Between Weld County Road 3 and State Highway 56 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 Crasco, LLC, commencing upon full execution,
and ending, with further terms and conditions being as stated in said contract, and
WHEREAS,after review,the Board deems it advisable to approve said contract, 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 Contract for Potholing Services for Weld County Roads 40.5 and 5,
Between Weld County Road 3 and State Highway 56 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 Crasco, LLC be, and hereby is, approved.
BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to
sign said contract.
The above and foregoing Resolution was,on motion duly made and seconded, adopted by
the following vote on the 31st day of October, A.D., 2005.
I ,/ (Elsa BOAR COUNTY COUNTY
COLORADO
gal/
COMMISSIONERS
ELATTEST: f�/ _ /; d ubt �I r•� 41x9 / 1
/;� r '-Z Iliam H. Jerke, Chair
Weld County Clerk to the B
Th'QJ EXC SED
BY: tit NI Vqt
p ty C rk to the Boar-tl
David Lo g
APP D AS TO F
Robert D. Masden
n y Attorney
I I� Glenn Vaad
Hfi)Date of signature:
2005-3204
EG0052
hn ; /) ) os—
a
(it
ipses
MEMORANDUM
IftDc
COLORADO TO: Clerk to the Board DATE: October 26, 2005
FROM: Frank B. Hempen, Jr., P.E.
Director of Public Works/County Engineer
SUBJECT: Agenda Item
Contract for Potholing Services o WCR 40.5 and WCR5 between WCR 3 and State Highway 56
with Crasco LLC.
Attached are three original Contracts. Upon Chair's signature, please return two original
Contracts to Public Works and the resolution.
pc: Cameron Parrott, Project Manager
Mona Weidenkeller
M:\Francie\Agenda-Bridge 87-42A.doc
2005-3204
CONTRACT FOR POTHOLING SERVICES
FOR
WELD COUNTY ROADS (WCR) 40.5 & WCR 5
BETWEEN WCR 3 & ST. HWY. 56
THIS AGREEMENT, made and entered into this day
of , 2005, by and between the COUNTY OF WELD, of the State of
Colorado, with offices at 1111 H Street, P.O. Box 758, Greeley, Colorado, 80632, hereinafter
referred to as "County", and the professional firm of Crasco, LLC with an office located at 7257
W. 4`h St. Unit#3, Greeley, CO. 80632, herein after referred to as "Contractor".
WITNESSETH:
THAT WHEREAS, the County has established a project to reconstruct and pave WCR
40.5 & WCR 5, between WCR 3 and St. Hwy. 56; and
WHEREAS, the County desires to obtain potholing services for the project related to the
heretofore-mentioned project; and
WHEREAS, Contractor represents that they possess the necessary qualifications to
perform these services.
NOW, THEREFORE, for the consideration herein expressed, it is hereby agreed as
follows by and between the County and Contractor:
I. EMPLOYMENT OF CONTRACTOR
The County hereby agrees to engage Contractor and the Contractor hereby agrees to
perform the services hereinafter set forth.
II. PROJECT DESCRIPTION
Weld County is requiring potholing services to locate utilities in predetermined areas
where conflicts with future construction could occur. These services will be required
prior to construction of the road base and drainage facilities.
A. Project Coordination
The Contractor will be required to coordinate his potholing services with Weld
County and the following:
Others Agencies: None
Local Landowners, Communities, and Developers
1
B. Project Ownership
The Board of Weld County Commissioners shall be the "Owner". The Owner's
Project Director is Frank B. Hempen, Jr., P.E., Director of Public Works/County
Engineer. The Owner's Project Manager is Cameron Parrott, P.E.
C. Construction Services Criteria
All work shall be in compliance with the following:
Construction Manual, CDOT, latest edition;
Field Materials Manual, CDOT, latest edition;
Standard Specifications for Road and Bridge Construction,CDOT, latest edition;
M & S Standards, CDOT, latest edition;
Uniform Manual of Traffic Control Devices, FHWA, latest edition;
Local Agency Manual, CDOT, latest edition;
III. SCOPE OF SERVICES TO BE PROVIDED BY THE CONTRACTOR
Weld County will be required the services of a Contractor to perform tasks consisting of,
but not limited to, the following:
See attached "Exhibit A including fees"
IV. COUNTY'S RESPONSIBILITIES
The County shall:
A. Provide the Contractor full information as to the County's requirements and
existing project related information previously mentioned or described herein.
B. The County shall receive and examine documents submitted by the Contractor,
interpret and define the County's policies, and render decisions and authorizations
in writing promptly to prevent unreasonable delay in the progress of the work.
C. Make available any and all information, requested by the Contractor, in existing
County files pertinent to the project.
D. Furnish above services at the County's expense, in such a manner that the
Contractor may rely upon them in the performance of his services under this
Agreement.
E. For the required work and services described herein, the County agrees to pay the
Contractor, and the Contractor agrees to accept payment based on a per pothole
unit rate. All invoices shall be submitted by the Contractor to the County for
payment pursuant to the terms of the contract. Upon approval thereof, the County
will pay the appropriate amount of each invoice to the Contractor within 30 days
2
of receipt of each invoice. Progress payments may be claimed on a monthly basis
based upon work performed and costs incurred by the Contractor.
F. For the required Contracting services described herein and attached as "Exhibit
A", the County agrees to pay the Contractor, and the Contractor agrees to accept
compensation according to the attached scope of services, for the maximum fee
of:
Total $ 5400
All invoices shall be submitted by the Contractor to the County for payment
pursuant to the terms of the contract. Upon approval thereof, the County will pay
the appropriate amount of each invoice to the Contractor within 30 days of receipt
of each invoice.
V. TIME OF PERFORMANCE
Contractor agrees to begin Work on the date agreed upon during the initial Pre-
Construction Meeting or the date of contract execution and said date shall be the
date upon which all contract time counts for completion of the Work shall be
based.
The Contractor shall complete the scope of work as outlined in "Exhibit A"
within 30 calendar days from the date as indicated above, exclusive of all days
lost for review and approval by the County. All days lost for review shall be
documented by the Contractor and submitted to the County for consideration.
VI. TERMINATION OF AGREEMENT
The Agreement may be terminated for cause by the County or Contractor upon
fifteen (15) days written notice. In the event of termination, Contractor shall be
paid for services performed to termination date as mutually determined by County
and Contractor.
VII. CHANGE OR EXTRA WORK
In the event the County shall require changes in the Scope of Work to be
performed, which said changes cause an increase or decrease in the Contractor's
total fee, the Contractor shall be compensated as mutually agreed upon by and
among the County and Contractor. Any claim by the Contractor for
compensation must be made in writing prior to performance of any changed work
or services.
3
VIII. INSURANCE
The Contractor shall carry the following minimum amounts of insurance:
A. Workmen's Compensation in statutory limits
B. Comprehensive General and Automobile Liability Policy for amounts not
less than:
Bodily Injury
Each person $150,000
Each Accident $600,000
Property Damage
Each Accident $150,000
Aggregate $600,000
Said insurance shall be maintained in full force and effect during the term of this
contract and for two (2) calendar years thereafter. Certificates showing the
Contracting firm is carrying the above described insurance shall be furnished to
the County prior to commencement of the work.
Said insurance in Section VIII, Subsection A and B, shall include as an additional
named insured, Weld County, Colorado, by and through the Board of Weld
County Commissioners, including its agents and employees.
IX. VENUE
This transaction shall be governed by the laws of the State of Colorado.
X. NON-DISCRIMINATION
The Contractor shall not commit any of the following employment practices and
agrees to prohibit the following practices in any subcontracts.
A. To discharge from employment or refuse to hire any individual because of their
race, color, religion, sex, national origin, disability, age, or marital status.
B. To discriminate against any individual in terms, conditions, privileges or employment
because of their race, color, religion, sex, national origin, disability, age, or marital
status.
XI. BENEFITS
The Contractor, as an independent contractor, its agents, or employees, will
receive no benefits directly or indirectly that accrue to County employees, in the
performance of this contract.
4
XII. OWNERSHIP OF CONTRACTING DOCUMENTS
A. All construction plans, inspection and testing records, and miscellaneous items
purported to contribute to the completeness of the work shall be delivered to and
become the property of the County. The Contractor will retain reproducible
copies.
B. Basic notes, drawings, charges, computations and other data prepared hereunder
shall be made available to the County upon request.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their
duly authorized officials, this Agreement, each of which shall be deemed an original on the date
first written above.
COUNTY OF WELD, STATE OF CONTRACTOR
COLORADO, by and through the Board
of County
Commissioners of Weld County By: v ' /7/- \ By: &Cur LL c
William H. Jerke, Chair
0CT 31 2005 Name:
Title: 7-111
1861 /D04
erk to the Board Address: 2.25-7 to V _re-
0 r trk 2 ��. . G�. a 3
D uty Cl rk to the Boar op, s..
(SEAL) % ?o / l
t,tb
ATTEST: i • ••
y ,1S.'4
Name: �_' °°� r ! •
Title: AlyCortmitsionExpires2/iatxoe
5
airs-3076 y
EXHIBIT A o
REQUEST FOR BIDS
WELD COUNTY COLORADO
P.O. BOX 758
GREELEY, COLORADO 80632 '
DESCRIPTION: Utility Location and Potholing Services "lge`
BID REQUEST NO. : B0500279
CLOSING DATE: October 19, 2005 COLORADO
PURPOSE
The Weld County Public Works Department is soliciting fax bids for pothole utility locating services for the
following projects:
The Construction of Weld County Road (WCR) 40.5, between WCR 3 and WCR 5 and the
construction of WCR 5 between WCR 40.5 and St. Hwy. 56 (located approximately I mile west
of Berthoud, CO.)
GENERAL SCOPE OF SERVICES
All work shall be completed in accordance with these specifications, and accepted utility location
practices as defined by the Colorado One-Call service. All permits, licenses, and fees associated with any work
under this Contract are the responsibility of the Contractor unless otherwise noted.
BASIS OF AWARD
This project shall be awarded to the contractor that provides Weld County with the most reasonable cost
as defined herein. The Board of Weld County Commissioners reserves the right to reject any or all bids, to
waive any informality regarding the proposals, and to accept the proposal that, in the opinion of the Board, is to
the best interest of the Board and the County of Weld, State of Colorado.
PROJECT SPECIFICATIONS
Contractor's Site Responsibilities
It shall be the responsibility of the Contractor to locate and protect all existing features on all
work sites. All work sites shall be kept clean and free from all debris. At the conclusion of work at any
site, the Contractor shall remove and haul from the site all excess materials, debris, and equipment. Any
damages to existing features as a result of the Contractor's activities shall be repaired by the Contractor
to the Project Manager's satisfaction at no expense to Weld County.
Existing Utility Locates
The Contractor shall be responsible for locating the existing utilities to be potholed, either
through the use of One-Call or contacting the utility companies directly. The locations of the potholing
activities will be determined by Weld County and supplied to the Contractor for their use.
1
Construction Practice
Potholing activities shall be done in a non-destructive manner (Example — hydrovaccume
excavation).
Traffic Control
The Contractor will be required to provide traffic control when potholing takes place in the
traffic lanes or equipment is impeding traffic flow. Traffic control plans shall be in accordance with the
Manual on Uniform Traffic Control Devices and submitted to the Weld County Public Works
Department for review prior to starting potholing services.
Pothole Information
The Contractor shall measure each pothole from the top of existing ground surface to top of
utility. The measured distance, basic size and utility description shall be clearly defined and recorded on
a wooden lathe or by other means near the pothole. Upon completion of potholing, the County may
elect to survey the pothole information and incorporate that information into the design plans. The
Contractor shall provide a written summary of all potholes (location, depth, and utility found) to Weld
County prior to payment for the services.
Materials
The Contractor shall cover the areas potholed until they can be refilled. Potholes need to be
refilled with either sandy material or flow-fill depending on whether or not they are located on the
driving surface. The Contractor will also be required to replace the asphalt surface if removed as part of
their operations.
CONTRACT EXECUTION
Agreements — The Project Manager shall provide written agreements to the Contractor which shall
include a description of the work to be performed. These agreements will be executed and proof of
adequate insurance shall be provided within 10 days after receipt of the notice of award.
Performance of the Work - All work is to be performed by qualified personnel thoroughly familiar
with proper and accepted methods. All work is to be performed under the direct supervision of the
Contractor's superintendent, who shall be thoroughly familiar with the provisions of this contract.
PAYMENT FOR COMPLETED WORK
When work has been completed on any project, the Contractor and the Project Manager shall inspect the site
together and determine the total amount of the work, and whether or not the work is complete and has been
done in accordance with the work order. If mutual agreement cannot be reached on these issues, the
determinations made by the Project Manager shall be final. Deficiencies in the work, if any, shall be noted and
a checklist of these deficiencies given to the Contractor by the Project Manager. The Contractor shall
immediately correct any deficiencies listed on the checklist.
2
INSURANCE REQUIREMENTS:
Prior to commencement of any work, contractor shall forward Certificates of Insurance to Weld County, c/o
Purchasing, P.O. Box 758, Greeley, Colorado 80632. The insurance required shall be procured and maintained
in full force and effect for the duration of the Contract and shall be written for not less than the following
amounts, or greater if required by law. Certificate Holder should be Weld County at the above address.
I. Workers' Compensation and Employers'Liability
A. State of Colorado: Statutory
B. Applicable Federal: Statutory
C. Employer's Liability: $100,000 Each Accident
$500,000 Disease-Policy Limit
$100,000 Disease-Each Employee
D. Waiver of Subrogation
II. Commercial General Liability on an Occurrence Form including the following coverages: Premises
Operations; Products and Completed Operations; Personal and Advertising Injury; Medical Payments;
Contractual Liability; Independent Contractors; and Broad Form Property Damage. Coverage provided
should be at least as broad as found in Insurance Services Office (ISO) form CG0001. Minimum limits
to be as follows:
A. Bodily Injury& Property Damage General Aggregate Limit $1,000,000
B. Products & Completed Operations Aggregate Limit $1,000,000
C. Personal & Advertising Injury Limit $500,000
D. Each Occurrence Limit $500,000
Other General Liability Conditions:
1. Products and Completed Operations to be maintained for one year after final payment Contractor
shall continue to provide evidence of such coverage to the County on an annual basis during the
aforementioned period (as appropriate).
2. Contractor agrees that the insurance afforded the County is primary.
3. If coverage is to be provided on Claims Made forms, contractor must refer policy to Risk
Management Department for approval and additional requirements.
III. Commercial Automobile Liability coverage to be provided on Business Auto, Garage, or Truckers form.
Coverage provided should be at least as broad as found in ISO form CA0001 (BAP), CA0005 (Garage)
or CA0012 (Trucker) including coverage for owned, non-owned, &hired autos. Limits to be as follows:
A. Bodily Injury&Property Damage Combined Single Limit $1,000,000
B. Medical Payments $5,000 per person
C. Uninsured/Underinsured Motorist $100,000
IV. All Insurance policies (except Workers Compensation and Professional Liability) shall include Weld
County and its elected officials and employees as additional insureds as their interests may
appear. The additional insured endorsement should be at least as broad as ISO form CG2010 for
General Liability coverage and similar forms for Commercial Auto and Umbrella Liability.
3
V. The County reserves the right to reject any insurer it deems not financially acceptable by insurance
industry standards. Property and Liability Insurance Companies shall be licensed to do business in
Colorado and shall have an AM Best rating of not less than B+ and/or VII.
VI. Certificates of insurance on all policies shall give the County written notice of not less than thirty (30)
days prior to cancellation or change in coverage.
VII. Contractor shall furnish Weld County separate certificates of insurance for all contractors and sub-
contractors. Such certificate must meet all requirements listed above.
ANY DEVIATIONS FROM THE STANDARDS GIVEN ABOVE MUST BE SUPPLIED AND
APPROVED PRIOR TO THE AWARD RECOMMENDATION BY THE PROJECT MANAGER.
CONTACTS:
Questions related to this request for services should be directed to the project manager:
Cameron Parrott, P.E. —Engineer II
Weld County Public Works
(970) 356-4000, ext. 3762
cparrott@co.weld.co.us
4
Oct 17 05 08: 42a Calhoon 970-356-1663 p. 1
OCT-13-2005 THU 04:18 P11 WELD COUNTY PUBLIC WORKS FAX N0. 970 304 6497 P. 06
Bid Request No.: 80500279
Project Description: Utility Location and Potholing Services
Project Location: WCR 403 and WCR 5,between WCR 3 and St.Hwy.56
Closing Date: October 19,2005
BID INSTRUCTIONS_
Bid Item Description
Utility Pothole: This item shall be shown as both a unit price per pothole and the total bid amount. Unit price
shall include all work necessary to complete the item,per pothole,including but not limited to
mobilization,excavation,traffic control,and any other items all inclusive.
PROPOSED ITEMS
All spaces must contain a price in the units indicated.
Bid Item Unit Quantity Unit Price Total Bid
no
LUtility Pothole ' Each 60 $ 9(� $ r5eac7C
5
Oct 17 05 O8:42a Calhoon 970-356-1663 p.e
OCT-13-2005 THU 04:18 P11 WELD COUNTY PUBLIC WORKS FAX NO. 970 304 6497 P. 07
ADDENDA:
Add._ndumNtunbec
Date of Addendum Date Received
The undersigned certifies that he has examined the specifications and instructions to bidders and has submitted
a bid in full compliance and without collusion with any other person,individual or corporation.
PLEASE READ THIS PARAGRAPH AND CHECK THE BOX BELOW
0 I understand that I must provide proof of insurance if awarded this bid. I also understand that the award
may go to the next lowest bidder if I do not provide proof of insurance within the required 10 days after
Notice of Award.SIGNED: --- ,,7 I
PRINTED NAME:
`j j��, /�•"••
FIRM: (Ira re 24,
ADORES S: G X.,-.2e S e"e2
CITY: �•�� � STATE: C ZIP: .PilaS-3
r TELEPHONE NUMBER: 9 7e.' Jam'^ 20.7 7
DATE: ���—/7— �
FAX NUMBER: 9Z° JXC /l. 4 3
For further information regarding this bid,please contact Cameron Parrott,Public Works Department,at
(970)356-4000,Ext.3750.
Please return bid by either.
Fax: (970)304-6497
or
Mail to: Weld County Public Works Department
Attn: Cameron Parrott,P.E.
P.O.Box 758
Greeley,CO 80632
6
Hello