Loading...
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