HomeMy WebLinkAbout20043622.tiff MEMORANDUM
Date: Nov 23, 2004
Viii
TO: Don Warden
C
FROM: Leon Sievers
COLORADO SUBJECT: Survey Work Order form
As part of our overall Qualification Based Selection process, attached are three copies of the work
order form for preparation of legal descriptions,exhibit maps and overall project map for our WCR
74 @ WCR 19 project,per our standard agreement for surveying services. Please review the form,
sign where indicated and have the chair sign. Please return a copy so I can forward to Farnsworth
Group.
As usual, if you have any questions on comments,please call.
Leon
,xse_ L i 2�4_Ai 2004-3622
(� q -c I (2O', ac)
AGREEMENT FOR PROFESSIONAL SERVICES
THIS AGREEMENT is made and entered into this 7th day of July , 2004,by
and between the County of Weld, State of Colorado, by and on behalf of Weld County Public
Works Department, whose address is 915 Tenth Street, Greeley, Colorado 80631,hereinafter
referred to as "County Department," and Farnsworth Group, whose address is 2696 South
Colorado Boulevard, Suite 250, Denver, Colorado 80222, 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 and referred to herein as"Exhibit B,"as ordered by County Department
in accordance with the terms set forth in a"Work Order," in substantially the form shown on the
attached "Exhibit A," 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 July 1, 2004,through and until
July 1, 2005. This Agreement may be extended for additional one-year periods,
not to exceed four(4) additional one-year periods, upon mutual written agreement
of the parties. Changes in compensation for extension terms shall be negotiated
by and agreed to by both parties; however, in no event shall such change exceed
the Denver- Boulder CPI-U as published by the Colorado State Planning and
Budget Office.
2. SERVICES PROVIDED BY CONTRACT PROFESSIONAL: Contract
Professional agrees to perform the Professional Services for the compensation
provided below. Contract Professional agrees to provide Professional Services in
accordance with the terms of Work Orders issued pursuant to this Agreement by
County Department. County Department reserves the right to independently bid
any project rather than issuing a Work Order to the Contract Professional for the
same, pursuant to this Agreement.
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 Exhibit B, as may be modified or limited by
Work Order. All compensation amounts payable after the current fiscal year are
contingent upon funds for that purpose being appropriated, budgeted, and
otherwise made available. No individual Work Order shall exceed$50,000 in
total compensation.
Page 1 of 4
3. INDEPENDENT CONTRACTOR: Contract Professional agrees that he or she is
an independent contractor and will not become an employee of County
Department, nor is he or she entitled to any employee benefits from County
Department as a result of the execution of this Agreement.
4. INDEMNIFICATION, DESIGN AND INSURANCE: Contract Professional shall
indemnify 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.
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 thereunder, 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.
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.
Page 2 of 4
11. WAIVER OF IMMUNITIES/THIRD PARTY LIABILITY: No portion of this
Agreement shall be deemed to constitute a waiver of any immunities of County
Department or its officers or employees may possess, nor shall any portion of this
Agreement be deemed to have created a duty of care with respect to any persons
other than County Department and not a party to this Agreement.
12. COUNTY REPRESENTATIVE: County Department will designate,prior to
commencement of work, its project representative ("County Representative") who
shall make, within the scope of his or her authority, all necessary and proper
decisions with reference to the project. All requests for contract interpretations,
change orders, and other clarification or instruction shall be directed to County
Representative.
13. MONTHLY REPORT: Commencing thirty (30) days after the date of execution
of this Agreement and every thirty (30) days thereafter, Contract Professional is
required to provide County Representative with a written report of the status of
the work with respect to the Scope of Services, Work Schedule, and other
material information. Failure to provide any required monthly report may, at the
option of the County, suspend the processing of any partial payment request.
14. ACCEPTANCE NOT WAIVER: County Department's approval of drawings,
designs, plans, specifications, reports, and incidental work or materials furnished
hereunder shall not in any way relieve Contract Professional of responsibility for
the quality or technical accuracy of the work. County Department's approval or
acceptance of, or payment for, any of the services shall not be construed to
operate as a waiver of any rights or benefits provided to County Department
under this Agreement.
IN WITNESS WHEREOF,the parties hereto have signed this Agreement this 7th day of
July , 2004.
COUNTY DEPARTMENT:
,
� I1
,�� •I`' !- ;1�\ COUNTY OF WELD, a political
it ,gw ; s• subdivision Weld County Clerk to the Board
f >g`"'`%%vat of the STATE OF COLORADO:
,r. fir- #
By: R.,c--Z3
R
b'-puty Clerk to the Board _c__1 Chairman, Robert D. Masden
Board of County Commissioners of the
County of Weld (07/07/2004)
Page 3 of 4
CONTRACT PROFESSIONAL:
By: a- Date a_ z3 - ° 7'
Name: DhCz re
Title: P.e,.c..3je
SUBSCRIBED AND SWORN to before me this. 3"day of cc, t , cc
WITNESS my hand and official seal.
a ,cf _ M 2�E~7,
Notary Public
My commission expires: el 477/117/ O°
Pt
``
i • i
IP 90 O let:
1916• . ..• APP
My Connission Expires 041171200e
Page 4 of 4
EXHIBIT "A"
WORK ORDER FORM
PURSUANT TO AN AGREEMENT BETWEEN
WELD COUNTY
AND
FARNSWORTH GROUP INC.
DATED: November 18, 2004
Work Order Number: Survey 030.01
Purchase Order Number:
Project Title: WCR 74 @ WCR 19
Commencement Date: November 23, 2004
Completion Date: January 25, 2004
Limitations on compensation: (time and reimbursable direct costs): $39,000
Project Description: Topographic design surveys and right of way surveys
Scope of Services: SEE ATTACHED EXHIBIT"B"
Professional agrees to perform the services The attached forms consisting of_ (6) pages
identified above and on the attached forms in are hereby accepted and incorporated herein, by
accordance with the terms and conditions this reference, and Notice to Proceed is hereby
contained herein and in the Professional given.
Services Agreement between the parties. In the
event of a conflict between or ambiguity in the Weld County
terms of the Professional Services Agreement By: G ��
and this work order (including the attached Project Manager
forms) the Professional Services Agreement Date: «-23-0 4,/
shall control. By: i
Professional �f: Departm nt Head
By: i Date: /� Si
David C. DiFulvio, Principal t/ � � /
Date: //-0Z—a91 By: /Mgt
Direct of Finance and Administration
Date: /2- — Z — U �l
By:
Chairman, Weld ounty Commissioners
Date: /1-— L t
•
Exhibit B
WCR 74 @ WCR 19
Surveying Scope of Work and Fee Estimate
Right of Way and Topographic Design Surveys
November 18, 2004
The project limits of this survey are per the attached map.
• Farnsworth Group will perform research typically required for determination of properties
and existing rights of way for WCR 74, WCR 19 and SH 257 within the limits of the project.
For purposes of this proposal, it is assumed that the additional right of way acquisition and
or vacation of any portion of WCR 74 will be handled under a separate contract after the
new alignment has been configured and the proper steps to be taken for the existing WCR
74 right of way.
• We will perform field surveys to locate aliquot land corners and other major boundary
corners required to establish the existing rights of way and properties in the project area.
The establishment of rights of ways will be sufficient to provide a seal and signature by the
licensed land surveyor in charge of this project.
• Establish horizontal and vertical project control based upon the CDOT HARN 83/92
Network. The control information will be noted on the survey drawings with their description,
coordinated and elevations. We will also coordinate with the sub-consultants performing the
work at WCR 74 & SH 257 to see if we can be on the same project datum.
• Aerial Mapping —We propose to use the photogrammetric mapping firm of Kucera
International as our sub consultant for this project. The aerial mapping will output at scale of
1" = 40 ft. with one foot contour intervals. The limits of the mapping will be as noted above
for the project limits. A digital ortho photo will also be provided, with a pixel resolution of
approximately 0.2 - 0.3 ft. that will cover the entire mapping area.
• Set approximately 6 aerial photo control points and tie into the control network.
• Perform supplemental design surveys as necessary to supplement the aerial mapping,
along with related office support for obtaining miscellaneous data needed for completing the
design services. This data will be merged into the overall drawing.
• Traffic control on WCR 74 & SH 257 for surveying operations will be provided, if it's deemed
necessary for the safety of survey crews. We have included an estimated budget for this
effort.
• Provide coordination with Client. Our proposed fees include 6 hours of meeting time.
WCR 74 @ WCR 19 Page 2 of 3
November 18, 2004
• Utility information will be researched at the respective public utility agencies, and field
verified where possible, within the limits of the survey. Rim elevations on all exposed
manholes and valves will be obtained in addition to invert and pipe sizes confirmed to the
best of our ability for culvert, irrigation, storm and sanitary lines, if any, without entry into
manholes. Underground utility lines for which no surface evidence exists and for which
reliable map information is unavailable will not be shown, if not marked by utility agencies.
• This scope of work does not include the coordination with the Utility Notification Center to
have underground utilities marked. It is our understanding that Weld County shall coordinate
and arrange to have these utility lines marked. This scope of work includes locating any
utility markings at the time of field surveys.
• Prepare overall base map drawing at a scale of 1" = 40'. The Survey Control Diagram/Map
drawing will be set up similar to the Colorado Department of Transportation right of way plan
requirements but will not be completely in compliance with all their requirements. The plans
will consist of Survey Control Diagram, Tabulation of Properties and Ownership Map at a
scale of 1" = 200' and output on 11" x 17" sheet size.
• Prepare permission to enter forms, and process to obtain access permission on private
property. This effort will be coordinated closely with Weld County. It is our understanding
that the County will provide an independent mailing introducing the project to landowners
prior to this second mailing to obtain written access permission.
Deliverables:
• The deliverable for this project will be one set of paper plots and a diskette with the
electronic copy of the survey information, in AutoCAD format based upon the Farnsworth
Group Layering System. In addition, we will provide a file with Farnsworth's CAD standards
for surveying that will have the layers, line types, symbols, etc. that are used by our
surveying sections. The surface model will also be provided in Eagle Point format.
Schedule:
The final drawings will be completed by January 24, 2005. We will submit preliminary drawings
of the survey on an ongoing basis so that design services may proceed as soon as possible if
requested. This schedule assumes that access permission can be obtained within one week for
those properties requiring access for setting photo control panel points.
Proposed Fee:
Farnsworth Group will perform the above-noted Services on an hourly basis not to exceed
$39,000, to be billed in accordance with our Weld County Approved Rate Schedule. Please note
if traffic control is not necessary this amount will be deleted from the contract amount.
A more detailed breakdown of estimated maximum fees is provided on the Project Budget
Worksheet, attached hereto for reference.
WCR 74 @ WCR 19 Page 3 of 3
November 18, 2004
Note: The proposed scope of work does not include re-setting section corners, one-quarter
corners and one-sixteenth corners or replacing those corners, if necessary to comply
with State Board of Registration monumentation rules. If those services are required,
you will be notified immediately and the fee estimate revised accordingly. This proposal
assumes that average survey/boundary conditions exist in the area to be surveyed. It is
not uncommon to have conflicting monumentation and/or lines of title. These are
normally "worked out" during the process of the survey if not excessive. Occasionally
major conflicts and/or discrepancies exist that require time and effort beyond "average
survey/boundary conditions". If this occurs, you will be immediately notified, the
problems discussed, and an appropriate course of action determined (with the owner's
input) to complete the survey.
Farnsworth Group
PROJECT BUDGET WORKSHEET-2004 WELD COUNTY Rate Schedule
•
Project Name:. Weld County-WCR 74®WCR 19
Project Number:.J04g78. l
! �_-_
Project Mana er: Steve Dynes 1,
u 44 o f lit ATPg.StOM u& i i k _..—- _....-.
':ia;`�.kr1r. �....:Ru.i+..Al4`FE�1k. m .�J. i 'i=...lb-�Pa;6,:.!..
_ _ c — i � ,C 'tr.
C
WORK TASK Task Start Task End Total Task _ IT-2 `e a 5_ A S o 9.a
E 5. 2 t_ ...inn` = Tots TOTAL COST TASK GROUP
Date Date Duration a S w + _ F« - y i 5 .9 -, u o Hours SUMMARY SUMMARY TOTALS
i
i• HOURLY RATES $125 $107 $92 $97 $92 $86 $90 $76 $67 $45 $90 St2t
Project Initiation $0 $1,005
Scope of wk&contract admin. 2 2 9464
Work plan&tteam tick-off slogistics I E1W
Project team kick-off mtg I 1 I I 1 $434
SO
Ongoing Project Coordination SO 51995
Project meetings-Client team 6 6 1 $1.392
Project meetings-inside team 3 I I I $603
50
Research 50 $4.511
Ownership,ROW,Survey data,BLM data 2 24 2 $2,134
Utilities.Irrigation.Ditch 1 12 1 $1,067 _ _
Honzontal&Vertical Control Data 1 a $843
Permission to Enter Forms I 6 5467
Control Surveys $0 $3718
Primary GPS Network I 2 16 I 91.731
Aenal Mapping Control(6 pis) 4 2 10 1 $1,512
data proccessingicalcs/checks/planning 1 4 5475
Property&ROW Surveys 50 $3,094
Section Breakdowns&ROW bndy.Evidence 2 32 3 $3094
$0
SO
50_
50
Supplemental Surveys $0 53,312
culverts,surface evidence of utilities 1 8 $1,075
Imgation ditch suppl elev's&detail 1 1 8 1 $1,151 _
Review field notes&data reduction 2 2 5386
spot elevations on hard surfaces 6 5720
$O
Base Map Preparation $0 510,210
Bndy&ROW Gales&Sheet Setup a 44 16 6 $5,592
Merge aenal with supp I survey.mg ditch,
bridge,etc. 1 12 I 51,019
Base Map Preparation-merge DTM's,add
misc detail,finalize drawings 1 24 2 51,931
GA/OC field inspection - 6 $642
OA/OC drawing review 4 $425
Dwg.Edits per DC review 1 4 $411 _
Process final dwg&transmit to client etc 1 2 $197
$0
SO
50
50
50
50
Legal Descriptions it Exhibit Maps 50 SD
$0
$0
. $0
�_ ._ _. .
$0
50
50
50
SUB TOTAL HOURS a FEES 0 52 0 0 10 1 80 61 0 11 66 18 314 $2)855 $2]855
Reimbursable Expenses,Outside Svcs,etc. "POW
research costs(Co_records at no cost) 3':p¢2= $200
mileage 400 x 0.35 t ti $140
GPS '79.273 $1200 -- - _--
plots 550 -- --
-
messenger services i $100
Subconsultant-aerial mapping&ortho's Kucera International $7,500
Subcansultant-Traffic Control United Rentals,Inc. $2,000
SUB TOTAL REIMBURSABLE EXPS. 511,190
TOTAL PROJECT FEES(without contingency) $39,045
Professional Services Fee Estimate ywCR 74®WCR 19•Is Completed.11/19/04
x
P .4,:-. *,:-e-----,,
a
} "'rit F -FF S• S
mad *-44w s' ` ` "x
ar
v .�,
t
A
ILI
AU ..r t. d,
' 61 _-.:<
C3 w
_
.r
�;
— z . . C
ime
it
ce
-'' ;
.� ; �I
Ce IC, .3y !i Cam:
CO ' :41, x.i i s # S
hzt ^
4. HM" �k „ .::::"I.,,,,-,;y1
F \ A ,..1,,,,c,--,-, �' .emu:€: �:
ttt arta'•,`i„,i eV s E : E, its k
/�n F - i ix
it—
a
re
. '
z ('
:
V
tt
t
d :
" ' . ,. G ass °�S s. 114 g.
a
'L:J f7
Hello