Loading...
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