HomeMy WebLinkAbout20041561.tiff CONTRACT FOR ENGINEERING SERVICES
FOR
WELD COUNTY ROAD 7 and SH 119
TRAFFIC SIGNAL
THIS AGREEMENT, made and entered into this day
of , 2004, 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 consulting firm of Felsburg Holt&Ullevig with an
office at 6300 S. Syracuse Way, Suite 600, Centennial, CO 80111, herein after referred to as
"Engineer".
WITNESSETH:
THAT WHEREAS, the County has established a project for professional construction
engineering services to perform construction inspection, material testing, and construction
management services for the WCR 7 and SH 119, Traffic Signal Project; and
WHEREAS, the County desires to obtain professional engineering services for the
project related to the heretofore-mentioned project; and
WHEREAS, Engineer 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 Engineer:
I. EMPLOYMENT OF ENGINEER
The County hereby agrees to engage Engineer and the Engineer hereby agrees to perform
the services hereinafter set forth.
II. PROJECT DESCRIPTION
Weld County is requiring professional construction engineering services to perform
construction services which include construction inspection, materials testing, and
construction management. These services will be required for the duration of
construction of the traffic signal located at WCR 7 and SH 119.
A. Project Coordination
The Engineer will be required to coordinate his construction engineering services
with Weld County and the following:
Others Agencies: CDOT—Colorado State Parks
Local Landowners, Communities, and Developers
1
2004-1561
a5 ��-e7 /e(: , letzsa lA9c EGooso
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 Wayne Howard, 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;
Contract between Weld County and CDOT.
III. SCOPE OF SERVICES TO BE PROVIDED BY THE ENGINEER
Weld County will be required the services of an engineering firm 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 Consultant 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 Consultant,
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 Consultant, in existing
County files pertinent to the project.
D. Furnish above services at the County's expense, in such a manner that the
Consultant 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
Consultant, and the Consultant agrees to accept payment based on a per hour unit
rate for labor and an actual times 1.10 for expenses and subconsultants for a not to
exceed contract topset. All invoices shall be submitted by the Consultant 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 Consultant
2
within 30 days of receipt of each invoice. Progress payments may be claimed on
a monthly basis based upon work performed and costs incurred by the Engineer.
F. For the required engineering services described herein and attached as "Exhibit
A", the County agrees to pay the Engineer, and the Engineer agrees to accept
compensation according to the attached scope of services, for the maximum fee
of:
TOTAL CONTRACT $ *31,130.00
*Total work hours and cost breakdown is attached and is incorporated as part of
the contract documents. This amount will not be exceeded without prior written
authorization from the County for work assignments recognized by both parties to
be beyond the scope of this agreement.
All invoices shall be submitted by the Engineer 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 Engineer within 30 days of receipt
of each invoice.
V. TIME OF PERFORMANCE
Engineer 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 Engineer shall complete the scope of work as outlined in "Exhibit A" within
100 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 Engineer and submitted to the County for consideration.
VI. TERMINATION OF AGREEMENT
The Agreement may be terminated for cause by the County or Engineer upon
fifteen (15) days written notice. In the event of termination, Engineer shall be
paid for services performed to termination date as mutually determined by County
and Engineer.
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 Engineer's
total fee, the Engineer shall be compensated as mutually agreed upon by and
among the County and Engineer. Any claim by the Engineer for compensation
must be made in writing prior to performance of any changed work or services.
3
VIII. INSURANCE
The Engineer 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
C. Architect's and/or Engineers' Professional Liability Policy for amounts not
less than$600,000 aggregate
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
engineering 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 Engineer 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.
4
XI. BENEFITS
The Engineer, 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.
XII. OWNERSHIP OF ENGINEERING 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 Consultant will retain reproducible
copies.
B. Basic notes, drawings, charges, computations and other data prepared hereunder
shall be made available to the County upon request.
r— 3� Cam. Q EREOF, the parties hereto have executed, or caused to be executed by their
facials, this Agreement, each of which shall be deemed an original on the date
j��
—hD ktt4 - �ELD, STATE OF ENGINEER
COLORAno, oy and through the Board
of County Commissioners of Weld County
By: \t 1 ���- ByT�.
Robert D. asden, Chair o%S'/cf
` Name: —P.4 P.—eAttel
�J Title: ei.e.-ci.rn ve v P
•
I --11.46,0e4
%jST
r. ,
• Fr t COg�y a Address: (03oo S: S< c�sE gA
,�/ wav */oco
� �
__cn:O rii/ I �, CelarEl.1'+� , L. 8D%s
P0+1 Clerk to the Board
(SEAL)
ATTEST:
Name:
Title: S de n✓en_
5
FELSBURG 0q
�, HOLT & APR 22 20 J
ULLEVIG
WELD COUNTY PUBLIC WORKS DEPT
engineering paths to transportation .solutions
April 12, 2004
Mr. Wayne Howard, P.E.
Project Manager
Weld County Public Works Department
1111 H Street
P.O. Box 758
Greeley, CO 80631
RE: Modified Proposal for Construction Management Services
SH 119/WCR 7 Intersection Improvement Project
Dear Mr. Howard:
With the completion of the design of the above referenced project, Felsburg Holt& Ullevig has
reviewed our initial proposal dated June 6, 2003, which was sent to Mr. Scheltinga . In that early
draft, we submitted a proposal with an estimate made of the hours and costs based upon our
understanding of the project at that time. We have modified a few items, including our staffing
and our rates. The result is a slightly reduced estimated cost. Attached to this letter is a copy of
our previous letter for your reference as you read this letter.
1. Firm Capabilities and Key Personnel
As was originally anticipated, Tom Nead, P.E. will serve as FHU's Construction Manager for the
construction phase. His involvement will be reduced from the level of participation that was
originally proposed last June. In essence, Tom will perform fewer of the routine tasks of the
project, but will manage the efforts of a Project Engineer.
With the passage of time since our first letter, we are pleased that Brian Wiltshire has obtained
licensure as a Professional Engineer in Colorado. With this achievement now in hand, it is
proposed that Brian serve as the Project Engineer and assume a higher level of responsibility
than was possible when the first proposal was prepared. He will perform all daily activities on
the project, including: observation, coordinating the materials testing, and administration of the
contract. Brian will review the contractor's pay applications, write contract change orders when
necessary and will be the main contact for the project. Brian will consult with Tom on a regular
basis, and especially if any unique project issues arise. Tom will oversee Brian's work,
especially with regards to adhering to CDOT's Local Agency project procedures. Tom will
prepare invoices for FHU's services, schedule staff as needed and monitor the budget for FHU's
services.
In the event that Brian needs additional help to cover concurrent activities by the contractor,
Marvin Kelley or one of our other experienced construction technicians will be available to assist
Brian.
Felsburg Holt& Ullevig will team with Kumar and Associates, who will perform the materials
sampling and testing for this project on an "On-Call" basis. When a test is needed, Brian will
contact Kumar to perform the tests.
6300 South Syracuse Way, Suite 600 Centennial, CO 80111 tel 303.721.1440 fax 303.721.0832
www.fhueng.com info@fhueng.com
• April 12, 2004
Mr. Wayne Howard, P.E.
Page 2
We anticipate that the signal pole caisson concrete, the curb and gutter concrete and the
widening area subgrade soils will be the materials that will require testing. With the completion
of the design, the CDOT Form 250 will be prepared which identifies all required testing and the
number of tests required. At that time, a more accurate cost can be estimated. For this
proposal, we have estimated the materials testing costs based upon our experience working with
Kumar and Associates in the past.
2. Estimated Scope of Work and Fees
Our estimate of the costs of the observation and administration of this project is based upon the
advertisement set of plans and the quantities represented therein. We have maintained the
format used in our previous proposal, which was to use the CDOT Local Agency Contract
Administration Checklist form that was provided to us by Mr. Scheltinga.
The attached table describes the tasks that FHU will perform and provides the basis for the
estimate provided. Our proposal has been updated to include Felsburg Holt& Ullevig's 2004
rates for the following classifications:
Classification 2004 Hourly Rate
Sr. Engineer(CM) $110.00
Engineer IV $ 95.00
Engineer II $ 80.00
Thank you for this opportunity to revisit our proposal and modify it. If you have any concerns,
please call Tom at (303)472-5843.
Very truly yours,
FELSBURG HOLT & ULLEVIG
Thomas G. Nead, Jr., P.. Dean Bradley, P.E�
Construction Engineering Manager Principal
Attachments
' Felsburg Holt Ullevig Exhibit A SH 119 CR7 Intersection Improvements
CM Services Estimate
Task Engineer IV P.E. Construction Manager,P.E. Engineer II,P.E. Mat'Is Testing
$95.00 $110.00 $80
No. Description hrs. cost hrs. cost hrs. cost eat'd cost
8-1 Issue Notice to Proceed - $ - $ - 1 $ 80.00
8-2 Conduct Conferences
8-2.1 Preconstruction,incl.other conferences'topics
Prepare Agenda - $ - - $ - 2 $ 160.00
Attend and Conduct,at Weld County 5 $ 475.00 5 $ 550.00 5 $ 400.00 $400.00
Prepare,Distribute Minutes - $ - - $ - 3 $ 240.00
84 Construction Observation'and Administration
84.1 Conduit Installation:Bored under pavement - $ - - $ - 8 $ 640.00
80.2 4 Signal Pole Caissons:Drill,Reber,Pour - $ - - $ - 16 $ 1,280.00 $1,250.00
8-4.3 4 Signal Pole and Mast Arms - $ - - $ - 8 $ 640.00
8-4.4 Hang and Connect Signal B Pod Heads - $ - - $ - 4 $ 320.00
84.5 Pull Wring - $ - - $ - 4 $ 320.00
8-4.6 Install ICIP Cabinet Base - $ - - $ - 4 $ 320.00
8-4.7 Pull Boxes - $ - - $ - 8 $ 640.00
8-4.8 Verify Marked Removals:C8G,HBP,etc. - $ - - $ - 8 $ 640,00
84.9 Inspect C B G and Sidewalk Points and Subgrade - $ - - $ - 12 $ 960.00
8-4.10 Pour Concrete:Curb 8 Gutter.Sidewalk,Ramps - $ - - $ - 16 $ 1.280.00 $2,000.00
8-4.11 Widening Areas:Inspect Subgrade Prep,Proafroll - $ - - $ - 12 $ 960.00 $1,500.00
8-4.12 Widening Areas:H.B.P.PatchingPaving - $ - - $ - 24 $ 1,920.00 $2,500.00
8-4.13 Striping and Pavement Markings: Inspect Layout - $ - - $ - 4 $ 320.00
8-4.14 Striping and Markings:Install and Field Measure - $ - - $ - 6 $ 480.00
•The'Supervision-of the construction,including jobsite safety is sMctlyexcluded and shall be the responsibility of the construction contractor selected.
Included in the estimated tours is also the preparation of a daily report(COOT Form 103)and the measurement of actual quantities(COOT 266 and 305)
8-5 Review and Approve Shop Drawings,Submittals
8-5.1 Signal Equipment 4 $ 380.00 - $ -
5-5.2 Methods of Handling Traffic:3 MHTs @ 1 M.each - $ - - $ - 3 $ 240.00
84 Perform Traffic Control Inspections
FHU full time presence during traffic control excluded. - $ - - $ - - $
Inspections of Traffic Control pedomed during visits
for other activities. No separate effort necessary.
8-7 Perform Construction Surveying
Construction Surveying is expected to be a pay item . $ - . $ - - $ _
for the contractor and has been excluded.
8-9 Review and Approve Pay Estimates
FHU will compare Form 266''against the - $ - 2 $ 220.00 8 $ 640.00
contractor-prepared payment application and
provide County with recommendations. County
will"approver contractor payments.
8-12 Prepare Change Orders
Assume No Change Orders will be necessary - $ - 1 $ 110.00 - $ -
8-14 Monitor Project Financial Status
Maintain Budget Status Reports - $ - 3 $ 330.00 - $ -
8.18 Resolve Contractor Claims/Disputes
FHU can assistif this task becomes recessaryaf - $ - - $ - - $ -
the established noway rates.
9-1 Materials Preconstruction Meeting
Indudetl in 8-2.1 • $ - $ - - $ _
9-2 CDOT Form 250
Compute number of tests based upon design gtys. - $ - 1 $ 110.00 - $ -
94 Project Acceptance Samples and Tests
Concrete,Asphalt and Subgrade Soils - $ - - $ - - $ - $1,000.00
94 Perform lab Verification Teats
Concrete,Aspal and Subgrade Soils - $ - - $ - - $ - $1,000.00
94 Accept Manufactured Products
Signal Poles and Mast Ames,Signal Equipment - $ - - $ - 2 $ 160.00
94 Approve Sources of Materials
$ - - $ - 2 $ 160.00
• Felsbore Holt Ullevig Exhibit A SH 119 CR7 Intersection Improvements
CM Services Estimate
Task Engineer IV RE. Construction Manager,P.E. Engineer II,P.E. Marls Testing
$95.00 $11000 $80
No. Descd ion hrs. cost hrs. cost hrs. cost est'd cost
9-7 Independent Assurance Testing
Performed by COOT Region 4 Materials - $ - - $ - - $ -
9-8 Approve Mix Designs
Concrete,Hap. - $ - 2 $ 220.00 - $ - $250.00
9-9 Check and Distribute Final Materials Documentation
$ - 1 $ 110.00 - $ -
9-10 Complete Final Materials Documentation
Prepare Bound Manual of Reports 8 Forms - $ - - $ - - $ - $300.00
10-1 Preconstructlon Package and Forms
Letters,Forms,etc.as per UA Manual - $ - 2 $ 220.00 4 $ 320.00
108 CDOT Form 205 for Each Subcontractor
Review Contractor's Work,Transmit to Region 4 EEO - $ - 1 $ 110.00 2 $ 160.00
103 Interviews
Assume Project Will Not Be Subject To Dawn-Bacon - $ - $ - - $ -
10-4 Monitor DBE Participation
Assume 0%DBE Goals . $ - - $ - - $ -
103 Conduct Trainee Interviews
Assume Contractor Doesn't Utilize OUT . $ - - $ - - $ -
104 Check Certified Payrolls
$ - - $ - 2 $ 160.00
10-7 Annual EEO Report
Assumed Not Necessary - $ - - $ - - $ -
11-1 Final inspection with CDOT RE
Final Walk-Through - $ 3 $ 330.00 3 $ 240.00
11-2 Final Project Acceptance Letter
Prepare and Submit - $ - 0.5 $ 55.00 - $ .
114 Prepare As-Constructed Record Drawings
Red Ink on 11-x17'Paper Bond,Single Set - $ - 0.5 $ 55.00 4 $ 320.00
113 Check Final Plans,Documents with CDOT Finals Engineer
Effort to achieve CDOT Region 4 Finals Approval - $ - $ 8 $ 640.00
114 Check Final Materials Documentation and Forms
Review of Testing Subconsultanl's Work - $ 0.5 $ 55.00 - $ -
11-T Form 17
Prepare and Submit - $ . 1.0 $ 110.00 - $ -
114 Final Payment
Review and Make Recommendation - $ - 0.5 $ 55.00 2 $ 160.00
114 FRWA Form 47
Prepare and Submit - $ - 0.5 $ 55.00 1 $ 80.00
Total Labor Costs $855.00 $2,695.00 $14,880.00 $10,200.00
Other Direct Costs (Mileage,Mobile Phone.Photocopies) $2,500.00
Total FHU Services $20,930.00
Materials Testing SubConsultant $10,200.00
Total Project Cost Estimate $31,130.00
Hello