Loading...
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