Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20042626.tiff
6 ØIkSESSIOla ey CI CA- i rTuesday, August 03, 2004 c, Requesting Department: Weld County Public Works LI u RE: Consultant Contract-WCR 13, from WCR 8 to 5th St. (Frederick) Project o Weld County Public Works has completed the Qualification Based Selection Process for selection of a qualified consultant firm to design the referenced project. (Attached is a list of all consultants whom were sent a notice of the Request for Proposal.) o Fourteen proposals were received on May 25, 2004. The selection committee included Wayne Howard and Keith Meyer from Public Works, Dave Moores, CDOT, Dick Leffler, Town of Frederick, and Larry Lackey, RG Consulting representing City of Dacono. The committee evaluated the proposals based upon the Scope of the Proposal, Assigned Personnel, Availability, Cost and Work Hours, and Firm Capability. o Three firms were short listed from the original fourteen. They consisted of FHU, Washington Group, and CH2MHill. Interviews were held on June 24th, 2004. o FHU was the preferred consultant selected for the project. Several scoping meetings were held to refine and finalize the scope of work and associated costs. Contract Fees: The final Scope of Work for the design portion of the project is $459,928.05. Next Steps: The design contract is ready for signature and execution by FHU and the BOCC. Upon execution, we will begin the design of the project. Final design is scheduled to be complete by August of 2005,barring any ROW complications. 1✓ 0OC-O 2004-2626 _ 0)- 0(l'Oil CI",?1,J U. ROADWAY DESIGN Professional Engineering Services Last Updated 42&2001 'twat.0.Nwat em..pa*IEM4Wnrrle COMPANY NAME ADDRESS Applegate Group 1499 West 120th Ave.,Suite 200,Denver,CO 80234 Ayres Associates 3665 JFK Pkwy,Building 2,Suite 200,PO Box 270460,Ft Collins 80527 Burnett Consulting Engineers,LTD 652 IC Rd 4,P.O.Box 121,Cowdrey,CO 80434 Burlstone 165 S.Union Blvd.,Suite 1030,Lakewood,CO 80228 Carter Burgess 70717th Street,Denver,CO 80202 CIP Information Services 1625 Lorimer St.Suite 3003,Denver,Co 80202 CH2M Hill-Ann:George Garcia 9193 S.Jamaica St.,Englewood,CO 80112-5946 DMJM+Hams 717 17th St.,Suite 500,Denver,CO 80202 DMW Civil Engineers 1435 W.29th St.,Loveland,CO 80538 Drexel Barrell&Co 4840 Pearl E.Circle,Suite 114,Boulder,CO 80301 Felsburg Holt&Ullevig 6300 S.Syracuse Way,Suite 600 Centennial,CO 80111 Flatirons Surveying,Inc. 655 Fourth Ave.,Longmont,CO 80501 Foothills Engineering 420 21st.Ave.,No 113,Longmont,CO 80501 HNTB 1600 Broadway,Suite 1300,Denver,CO 80202 HDR 303 E.17th Ave.,Suite 700,Denver,CO 80203 Jehn&Associates,Inc. 4112 Kodiak Court,Frederick,CO 80504 JR Engineering 6020 Gux,.wood Plaza Blvd.,Greenwood Village,CO 80111 Kirkham Michael Consulting Engineers 5600 S.Quebec St,Suite 200 D,Englewood,CO 80111-2523 KBN Engineers 820 8th St,Greeley,CO 80632 Kumar&Associates 1708 E.Lincoln Ave.,Suite 3,Ft.Collins,CO 80524 LSC Transportation Consultants,Inc. 1889 York St.,Denver,CO 80206-1213 Lonco,Inc. 1700 Broadway,Suite 800,Denver,CO 80290 Loris&Associates 2585 Trail Ridge Drive East,Lafayette,CO 80026 • Love&Associates,Inc. 841 Front Street,Louisville,CO 80027-1849 Martin/Martin 4251 Kipling,P.O.Box 4001,Wheat Ridge,CO 80034 Merrick&CO 2450 S.Peroria St.,Aurora,CO 80014 Muller Engineering CO Irongate 4,Suite 100,777 S.Wadsworth Blvd,Lakewood,CO 80226 Nolte Associates 1901 Sharp Point Dr.,Suite A,Ft.Collins,CO 80525 Northern Engineering 420 S.Howes,Suite 202,Ft.Collins,CO 80521 PBS&J 5500 Greenwood Plaza Blvd,Suite 150,Greenwood Villiage,CO 80111 Parsons Hrinckerhoff Quade&Douglas, 1660 Lincoln St.,Suite 2100,Denver,CO 80264 Inc. eddpe Pickett Engineering,Inc. 808 8th St.,Greeley,CO 80631 RG Consulting Engineers,Inc. 1331 17th St.Suite 710,Denver,CO 80202 Shannon&Wilson Inc. 1440 Blake St.Suite 150,Denver,CO 80202 Geotech4cel Sear-Brown 209 S.Meldrum,Ft.Collins,CO 80521 Short Elliott Hendrickson,Inc. 2101 S.Clermont St.,Denver,CO 80222 TCB,Inc. 717 17th St.,5th Floor,Denver,CO 80202 TranSystems Corporation Consultants 4949 S.Syracuse,Suite 620,Denver,CO 80237 Wilson&Co. 999 18th St.,Suite 2600,Denver,CO 80202 Maralyn Moore 303-534-0700 CIP Information Service mmoore@cip-info.com IMS 915 Lbmtte,d Street Suite G Laura Seery San Diego CA 02109-w®Imalnro cam (858)490 8818 Evaluations (2)Chart 2 WCR 13 50 $700,000 45 __ $600,000 40 35 $500,000 30 $400,000 m . •0• 25 w o o O 20 $300,000 a -3c—Design Fees 15 $200,000 10 $100,000 5 0 $0 CH2M Hill Washington Group Int. FHU Consultant Page 1 PROPOSAL NO. B0400118 RE: WCR 13 FROM WCR 8 TO 5TH STREET/Public Works Department The following proposals are to be presented to the Weld Board of County Commissioners on Wednesday, May 26th, 2004: VENDORS FLATIRONS SURVEYING INC DMW CIVIL ENGINEERS INC 655 Fourth Avenue 1435 West 29th Street Longmont CO 80501 Loveland CO 80538-2403 JEHN ENGINEERING STANETC CONSULTING INC. 4112 Kodiak Court 209 S. Meldrum Frederick CO 80504 Ft.Collins CO 80521 WASHINGTON GROUP INTERNATIONAL PICKETT ENGINEERING INC. 7800 East Union Avenue 808 8TH Street Suite 100 Greeley CO 80631 Denver CO 80237 FELSBURG HOLT &ULLEVIG CH2M HILL 6300 South Syracuse Way 9193 South Jamaica Street Suite 600 Englewood CO 80112-5946 Centennial CO 80111 PBS &J TRANSYSTEMS CORPORATION 5500 Greenwood Plaza Blvd 4949 S. Syracuse Street Suite 150 Suite 620 Greenwood Village, CO 80111 Denver CO 80237 SHORT ELLIOTT HENDRICKSON INC. JR ENGINEERING 2101 South Clermont Street 2620 East Prospect Road Denver CO 80222-5006 Suite 190 Ft.Collins CO 80525 KIRKHAM MICHAEL CONSULTING ENGINEERS 5600 South Quebec Street DREXEL, BARRELL & CO Suite 200 D 910 54TH Avenue Greenwood Village CO 80111 Greeley CO 80634 **Proposals are being reviewed at this time.. ,. MEMORANDUM 1 � CTO: Clerk to the Board DATE: August 3, 2004 • COLORADO FROM: Frank B. Hempen, Jr., P.E. Director of Public Works/County Engineer SUBJECT: Agenda Item Agreement for Professional Services with Felsburg Holt&Ullevig for the WCR 13 from WCR 7 to 5th Street(Frederick) Project. Please put this item on the August 9,2004, agenda. Three original agreements are enclosed. Please send two original agreements to Public Works as soon as they are signed. Enclosures pc: Wayne Howard, Design Project Manager M:AFranticVAgenda-I doc SCOPE OF WORK FOR PROFESSIONAL SERVICES FOR THE DESIGN OF WELD COUNTY ROAD 13 The Consultant shall perform, furnish and/or complete the following professional services: CONCEPTUAL DESIGN A. Topographic Design Survey (Conducted by King Surveyors, Inc.) 1. Perform a topographic design survey of the project area using a combination of digital aerial mapping and supplemental field surveys. The limits of the topographic design survey are highlighted in orange as shown on the map on the next page. The width of the topographic mapping will be as follows: ✓ WCR 8 to WCR 12 400 feet ✓ WCR 12 to 5'" Street 1,000 feet 2. The intersection of WCR 13 and SH 52 will be covered for 1,000 feet east and west of the mapping limits on WCR 13 as shown on the next page. 3. Generate one-foot contours from a digital terrain model comprised of both aerial mapping and field surveyed topography data. 4. Provide color aerial mapping and ortho-photography of the project through a subconsultant to King Surveyors, AERO-METRIC, Inc. Photo control panel points as required by AERO-METRIC will be set and established for this task. The panel material will be removed after the aerial photography is completed. One-foot contour mapping will be obtained from aerial photography obtained at a low altitude to produce a photo scale of 1"=300' or less. The ortho-photography will have a pixel resolution of approximately 0.25 feet. The width of the ortho-photo will be the same width as the mapping limits. 5. Establish horizontal and vertical project control. The accuracy of the control surveys will be sufficient for final design and construction purposes as well as statutory monumentation of real property surveys. 6. Supplemental field surveys will be performed to obtain accurate positions and elevations on hard surface features determined to be integral to the final design, such as edges of pavement, drain pans, irrigation channels and ditches, culverts, utility appurtenances, utility surveys and locations, and others. 7. Obtain additional mapping of Little Dry Creek as highlighted in green on the next page. The limits of the mapping for Little Dry Creek will extend from WCR 7 to a location approximately 1,000 feet east of WCR 13 and from WCR 8 to a location approximately 2,650 north of WCR 8. Two-foot contour mapping will be obtained for this area from aerial photography obtained at a low altitude to produce a photo scale of 1"=600' or less. ' FELSBURG HOLT & ULLEVIG Page 1 SCOPE OF WORK FOR PROFESSIONAL SERVICES FOR THE DESIGN OF WELD COUNTY ROAD 13 Weld County Road 13.WCR a to Sth Street `�.._ ._....,_ ._-__? .____t . .. 1.. I , I - 1 1 I.7! ; Client: Kinn SurrerorrdPNWWNd County ' • t' :.�' i \ y! Protect 5'WCR19.WCR$to "Street.. . .P MapScal&Contour: 5011_ II • .,S P I N D I ' ; Date- July 14.2004 �� � ',If-_.�w \.... •- PREPARED By • \ k{ i AE o-m RIC L ° .` , -- _—fl :1.4•.\I\1! 1.< .S.. VLII!\ ° • • , ,•.. ,• ,. :I. 4YI A:•1 I I4 Ir— —•—•— If•el•::' I\\ ..•'•M.1:.1 ION,•t rY..•,36 I ; .e::,f.;vt,ln. +.,r. '( \ .:. -,..- N ' \ ®Juryfa,2004 IN t . A 'I- • rS., , . , t1.rlyt If - - - dI • I !a = .Ie,M .6 y lr f . [ j, T.... rl... .. l „.. ...4, - • . : r ,1 •ffi ., '+w I— a !, $ l ° e •( ,I �� \\ I/r gl�7 I- - es. i .. (c _ -\ __ • is ( -/- 4... V J � 1 1\yY J 1 'lY,,=\}. ; e V4 11 • tip r e.k i w,A TOPO4.01002 Mamma Orep.pkv I .n.Iwlnn.IgeoglepAr mldmpol .II FELSRURG IrHOLT & ULLEVIG Page 2 SCOPE OF WORK FOR PROFESSIONAL SERVICES FOR THE DESIGN OF WELD COUNTY ROAD 13 8. Up to 30 hour's time of one person survey crew is included in the proposed budget for the purpose of locating utility pot holing, performed by AJ Ventures, locating wetland boundaries, delineated by Tiglas Ecological Services and locating test holes, drilled by Kumar& Associates. It is anticipated that no more than three trips to the project site will be required for this task. 9. Coordinate with Weld County and prepare and send permission to enter forms to obtain written access permission on private property. The specific properties requiring access will be coordinated with Weld County. When appropriate, King Surveyors will approach landowners on site through front entries for informal notification of access. 10. Perform field surveys to locate property corners, aliquot land corners, and associated boundary evidence for establishment of the rights of way and properties for this project. It is assumed that all section and quarter corners along the WCR 13 alignment will be tied in, including all intersecting quarter corners required for right of way establishment. The proposed budget does not include re-habilitation of land corners, due to the uncertainty of the number of corners to be re-habilitated. Those services, if required, could be provided as part of the "Other Project Services". For budgetary purposes, it is assumed that average, normal boundary conditions exist in the project area and will not require substantial additional effort to resolve conflicts in monumentation or boundary lines. B. Traffic Study 1. Obtain available traffic data from CDOT, Weld County, and local municipalities, including traffic volumes and vehicle classifications. Develop long-range traffic projections based on available forecasting by CDOT, Weld County, local municipalities and any other sources. 2. Given existing and long-term projected traffic, perform AM and PM peak hour level of service (LOS) analyses of WCR 13 and its major intersections. Based on LOS analyses, develop appropriate roadway geometry (through and turn lanes, storage requirements, acceleration/deceleration lanes). 3. Obtain available accident history information and summarize the information as part of the final report. C. Conceptual Roadway Design 1. Establish a design criteria spreadsheet for the project that will be reviewed and approved by the County. 2. WCR13 and SH52 Intersection a. Initial Alternatives Development and Analysis ✓ The Consultant will develop up to six alternative alignments for the WCR13 and SH52 realignment and crossing. The alignments will be developed in sketch fashion on the aerial mapping with sufficient detail to FELSBURG HOLT & ULLEVIG Page 3 SCOPE OF WORK FOR PROFESSIONAL SERVICES FOR THE DESIGN OF WELD COUNTY ROAD 13 identify location, impacts, benefits, and costs. The goal of this exercise is to develop sufficient alternatives to provide a comfort that a full range of possibilities have been considered. A decision matrix will be produced that offers comparative analysis of the alternatives. These alternatives will be evaluated through work sessions with Weld County, Dacono, Frederick, and CDOT staff and through a public meeting. The goal here will be to screen these alternatives to three or less alternatives. b. Refined Alternatives Development and Analysis ✓ The alternatives that survived early evaluation will be developed to a greater level of detail including horizontal and vertical alignments and true typical section application of lanes, sidewalks, shoulders, turn lanes, etc. The alternatives will be further evaluated with respect to traffic operations, right-of-way needs, potential environmental impacts, accessibility, community impacts, costs, constructability, and drainage. The results of this evaluation will again be summarized in a decision matrix and presented to the agencies and the public. A preferred alignment will be selected at this time. 3. WCR13 south of Dacono a. The remaining portions of WCR13 will undergo an optimization analysis for the alignment of the roadway. This includes refinement of the horizontal and vertical alignment to avoid residences and sensitive environmental resources, to balance earthwork, to minimize right-of-way purchases, and to minimize costs. Ultimate and interim typical sections will be considered in this analysis. Quantities will be calculated, cost estimates prepared, impacts defined to right-of-way and environmental resources, and a recommendation will be made to the county for concurrence. The Consultant will work interactively with the County to optimize these alignments and present the preferred alignment to the agencies and the public. D. Hydrology and Hydraulic Design Hydrology 1. Evaluate drainage basins which include: delineate, determine size, waterway geometric, vegetal cover, and land use. 2. Collect historical data; research flood history and previous designs in the proximity; and obtain data from other sources (e.g., Urban Drainage & Flood Control Region, Colorado Water Conservation, local maintenance entity, and local residents). 3. Evaluate a 5-year event as the minor storm and a 100-year event as the major storm. 4. Do a hydrological analysis using existing studies or approved method such as the rational method for basins up to 160 acres for runoff analysis FELSBURG ' HOLT & ULLEVIG Page 4 SCOPE OF WORK FOR PROFESSIONAL SERVICES FOR THE DESIGN OF WELD COUNTY ROAD 13 and CUHP/UDSWN for basins greater than 160 acres for hydrology analysis. Hydraulics 1. Perform a conceptual design of minor drainage structures: a. Conceptual layout of the storm sewer system. b. Calculate allowable and actual headwater. c. Determine size, shape, and kind of drainage structures. E. Utility Coordination 1. The Consultant will conduct a field review and utility investigation with Weld County staff, King Surveyors, Utility Locating & Mapping Consultants and Utility Company staff, as required, to obtain the best available horizontal and vertical utility data. 2. The Consultant will utilize Utility Locating & Mapping Consultants to better define the existing utility locations. Utility Locating & Mapping Consultants will provide the following services: ✓ Contact UNCC and coordinate with utility owners to mark their utility lines and to obtain any available "as builts"for the project. ✓ Electronically locate and identify utilities that may not be marked by utility owners through UNCC. ✓ Provide a sketch to the Consultant of the utilities identified within the project corridor. 3. A.J. Ventures will conduct up to two (2) days of potholing as required and as directed by the Consultant and Weld County staff. A.J. Ventures will coordinate the potholing with the utility companies and provide traffic control as necessary. F. Public Relations 1. Public Meetings a. Schedule and conduct two (2) public meetings during the conceptual design phase. These meetings will be conducted in an open house format and the Consultant shall provide at least three employees to assist the County and local agencies with the meetings. It is anticipated that these public meetings will be conducted at the end of the Initial Alternatives Development and at the end of the Revised Alternatives Development phases. No public meetings will be conducted as a kickoff to the project. b. The Consultant will work directly with Weld County staff to determine who will be invited to attend the public meetings. The Consultant will receive a spreadsheet with the property owners that are within the project limits from Weld County. The Consultant will utilize this spreadsheet as a mailing list for the public meetings. It is anticipated that the mailing list for each public meeting will not exceed 100 individuals. c. Furnish graphics and summarize comments received at the public meetings. FELSRURG rNI HOLT & ULLEVIG Page 5 SCOPE OF WORK FOR PROFESSIONAL SERVICES FOR THE DESIGN OF WELD COUNTY ROAD 13 2. Project Newsletter a. The Consultant will prepare up to 4 project newsletters that will be mailed to the adjacent property owners. b. The Consultant will work directly with Weld County staff to determine the newsletter material. 3. Work Sessions a. The Consultant will conduct up to 2 work sessions with individuals, agencies or other groups as directed by the County. 4. Visual Simulation Services a. FMLA will create four(4) color artistic sketches depicting various concept design alternatives for Weld County Road 13. b. Visual Environments, Inc. will simulate the visual impact of constructing a major arterial for Weld County Road 13. The following specific items are included in their scope of work: ✓ Create computer modeling of proposed roadway and site improvements based on "In-Roads" computer modeling that will provided by Felsburg Holt& Ullevig. ✓ Render still frames of the above computer models into the site photo location that will be selected by Weld County staff and Felsburg Holt & Ullevig. It is anticipated that there will be only one view that will be simulated. ✓ Transfer the image to at least one original 8.5" x 11" color photographic print and deliver to Weld County staff and Felsburg Holt & Ullevig for approval prior to creating one poster size enlargement with the color print mounted on a 24" x 36" board. c. If needed for the public open house, FHU will prepare a traffic simulation for critical areas on Weld County Road 13. This service, if required, could be provided as part of the "Other Project Services". G. Conceptual Design Report 1. The Consultant will prepare a report that includes the following: a. Plan and profile sheets for all the alternatives that were evaluated b. Design calculations for each alternative c. Right-of-way and easement requirements for each alternative d. Conceptual Opinions of Probable Construction Cost for each alternative 2. The Consultant will print the report for reproduction. FELSBURG HOLT & ULLEVIG Page 6 SCOPE OF WORK FOR PROFESSIONAL SERVICES FOR THE DESIGN OF WELD COUNTY ROAD 13 II. PRELIMINARY DESIGN A. Traffic Engineering 1. Refine the roadway geometric recommendations for the preferred WCR 13 improvement alternative. 2. Identify potential traffic signal locations along WCR 13, and prepare preliminary traffic signal warrant studies to determine if Manual on Uniform Traffic Control Devices warrants can be met based on existing and forecasted traffic volumes. (It should be noted that formal signal warrant analyses are not included in this task; any required formal signal warrant analysis will need to be performed based on actual traffic conditions once improvements are in place). Signal progression along Weld County Road 13 will also be considered in identifying future traffic signal locations. 3. Incorporate conclusions from the Accident Study into the preferred alternative geometric recommendations, as appropriate. 4. Prepare a sketch providing geometric recommendations for the preferred alternative, highlighting intersection laneage; acceleration, deceleration, and intersection turn lane lengths and tapers; and access improvements. 5. Provide traffic forecasts and heavy vehicle estimates for use in calculation of ESALs that will be utilized for the pavement design. 6. Develop access management strategies for Weld County Road 13. The goal of this task is to establish parameters for access locations in the future. This will include a comprehensive access plan. The access management strategies will be summarized in a memo. B. Preliminary Roadway Design 1. Proceed into preliminary design for the alternative that was selected as the preffered alignment during the conceptual design phase. 2. Define and detail cross sectional elements of the roadway including required lanes, tapers and transitions, curb and gutter, sidewalk, medians, islands, pedestrian facilities, fences, etc. for Weld County Road 13. Based on the traffic study that will be conducted for this project, the required auxiliary lanes will also be defined for Weld County Road 13. The auxiliary lanes required for this project shall be designed to the State Highway Access Code. 3. The horizontal and vertical alignments that were created during the conceptual design phase will be refined as additional details for the roadway are evaluated. It is anticipated that both the ultimate roadway section and interim roadway section will be developed in greater detail during the preliminary design process. It is anticipated that refining both roadway sections during the preliminary design phase will entail iterations of the design (both horizontally and vertically) that may be adjusted up to 3 times. 4. If necessary, prepare an Access Permit for Weld County Road 13 and the crossing of State Highway 52 on behalf of the County that will be ' FELSHURG HOLT & ULLEVIG Page 7 SCOPE OF WORK FOR PROFESSIONAL SERVICES FOR THE DESIGN OF WELD COUNTY ROAD 13 submitted to CDOT for approval. Auxiliary lanes may be required on State Highway 52 including acceleration/deceleration lanes. 5. Locate and layout intersections. The layout of the intersections will be evaluated by using vehicle turning templates. The layout of intersections shall be coordinated with adjacent projects, as necessary. 6. Locate and layout driveway and pedestrian accesses and construct a profile for each driveway and access. The impacts to the regional trail will also be evaluated as part of this task as well as pedestrian crossings for the trail and Weld County Road 13. 7. Develop pedestrian facilities such as sidewalks, handicap ramps and crosswalks. 8. Compute preliminary earthwork quantities. Similar to the Conceptual Design Phase, the Consultant will model the horizontal and vertical alignment using the typical sections for the project and prepare cross sections for Weld County Road 13 every 50 feet for the length of the project. After the cross sections are completed, the Consultant will utilize the end area method to calculate the preliminary earthwork quantities. 9. Prepare signing and striping plans for the project complementing the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD) and the County's standards, as applicable. 10. Develop traffic signal plans for the Weld County Road 13 and State Highway 52 intersection. This traffic signal will be designed to the Colorado Department of Transportation standards since it is located on a state highway. 11. Develop construction phasing and construction traffic control plans including possible detour options. The purpose of these plans is to identify a feasible method to construct the project within the project limits or through detours on adjacent streets. 12. Identify the proposed right-of-way requirements and easements for the project and label on the plan sheets. 13. Prepare 75% construction drawings and refine them to include comments made prior to a Preliminary Design Meeting. 14. Prepare a preliminary opinion of probable construction costs for the work described in the preliminary design plans based on estimated quantities. Item numbers, descriptions, units and quantities will be as per CDOT format. C. Preliminary Hydrology and Hydraulic Design 1. Conduct the preliminary hydrology and hydraulics for the preferred alignment from the conceptual design phase. 2. Confirm location, size, and type of drainage systems. 3. Develop plans and profiles and details for the system. 4. At problem areas, preliminary structure cross sections will be prepared to determine the elevations, flow lines, slopes and lengths of the structures. The flow quantity will be indicated on the sections. 5. Develop project grading plans and complete the erosion control elements. 6. Tabulate drainage system and erosion control items. ' FELSBURG HOLT & ULLEVIG Page 8 SCOPE OF WORK FOR PROFESSIONAL SERVICES FOR THE DESIGN OF WELD COUNTY ROAD 13 7. Prepare a preliminary Phase III hydraulics report which shall include the following: o Hydrology Analysis o Minor Structure Hydraulic Designs D. Preliminary Concrete Box Culvert Design 1. Layout and design a single cell box culvert for the Stanley Lateral of the Bull Canal. It is anticipated that the CDOT M&S Standards can be utilized for this box culvert. 2. Layout and design a multi-cell box culvert for the Little Dry Creek crossing. It is anticipated that a detailed design will be required for this multi-cell box culvert. E. Preliminary Design Review Meeting 1. Transmit plans to affected agencies (including the Town of Frederick staff, City of Dacono staff, Weld County staff and CDOT staff) and utility companies 14 days prior to the preliminary design review Meeting, in accordance with the DELIVERABLES section. 2. Attend and discuss additions or revisions to plans. The Consultant Project Manager will conduct the meeting in conjunction with the County's Project Manager. The Consultant shall take minutes and distribute to participants within five (5) days of meeting. F. Public Meeting 1. Schedule and conduct one public meeting during the preliminary design phase. This meeting will be conducted in an open house format and the Consultant shall provide at least three employees to assist the County and local agencies with the meeting. 2. Distribute notifications of the meeting to the mailing list that was generated during the conceptual design phase. 3. Furnish graphics and summarize comments received at the public meeting. G. Right-of-way and Easement Exhibits (Conducted by King Surveyors, Inc.) 1. Obtain up to 38 title commitments for selected parcels within the project corridor and prepare a property ownership for the project. 2. Prepare a Survey Right of Way Control Diagram/Map that shows the entire project control as well as documentation for the controlling monumentation used for the establishment of the parcel boundaries and rights of way for the project. The Control Diagram/ Map will be similar in form to the CDOT standard. The map will be deposited with Weld County, per statutes. Property ownership information will be obtained from Weld County and shown on the design survey base map. ' FELSBURG HOLT & ULLEVIG Page 9 SCOPE OF WORK FOR PROFESSIONAL SERVICES FOR THE DESIGN OF WELD COUNTY ROAD 13 3. Prepare exhibits and legal descriptions for the required easements and right-of-way for each parcel to be acquired for the project. 4. Conduct appraisal staking every 100 feet for the parcels to be acquired. H. Geotechnical Investigation and Pavement Desiqn (Conducted by Kumar and Associates) 1. Drill 40 exploratory borings at selected locations along the proposed improvement alignment. The borings are generally anticipated to be approximately 5 to 10 feet deep, with four (4) borings anticipated to be approximately 20 feet deep. Two of the deeper borings will be drilled for the Stanley Ditch crossing structure and two borings will be drilled at the Dry Creek box structure. The final depth of the borings will be determined in the field as drilling progresses and as the subsurface profile becomes evident. The borings will be made to obtain samples for laboratory testing, and to depth. 2. Coordinate with the Utility Notification Center of Colorado to locate buried utilities prior to drilling. Utilities cleared through this service will not include privately owned, on-site utilities. It is anticipated at this time that all borings will be within the existing public right-of-way. 3. If borings are requested outside of the right of way, the County will provide the first notice to the property owners concerning right of entry requests. Kumar & Associates, Inc. will submit the necessary request for entry forms to the respective property owners. 4. Provide a traffic control plan and traffic control for drilling activities along the alignment. 5. Conduct a laboratory testing program on selected samples obtained from the borings to determine: ✓ Moisture content and density of undisturbed fine-grained samples ✓ Gradation characteristics ✓ Consolidation and/or swell potential (of fine-grained soil samples) ✓ Atterberg limits ✓ Water-soluble sulfates ✓ Standard Proctor moisture-density relationships ✓ Hveem R-value 6. Perform a site visit and review available literature applicable to geologic conditions at the site that may impact design alternatives. Impacts such as potential unsuitable subgrade materials, slope stability, potential for subsidence due to past mining activities, uncontrolled fill materials, etc., will be discussed, but not evaluated in detail. 7. Analyze the data obtained from the field and laboratory portions of the study to provide engineering recommendations for: ✓ Pavement thickness design using AASHTO or CDOT pavement design methods and correlated subgrade strength (Resilient Modulus) based on the materials encountered. We anticipate design traffic loads will be provided to us for the final pavement thickness design of the proposed roadway. ✓ Roadway embankments. ' FELSBURG HOLT & ULLEVIG Page 10 SCOPE OF WORK FOR PROFESSIONAL SERVICES FOR THE DESIGN OF WELD COUNTY ROAD 13 ✓ Subgrade preparation and pavement construction criteria, and subgrade stabilization recommendations, if required. ✓ Geotechnical design and construction criteria for the drainage crossing structure. 8. Prepare a report or reports summarizing the site exploration data and laboratory test results and providing conclusions and recommendations. The field work and report preparation will be supervised by a professional engineer registered in the State of Colorado. 9. No additional investigations to better define the muck limits for Little Dry Creek are included with this proposal. These services, if required, could be provided as part of the "Other Project Services". Environmental Investigation (Conducted by Tiglas Ecological Services) 1. Preble's Meadow Jumping Mouse Survey a. Review habitat sustainability for the Preble's Meadow Jumping Mouse and coordinate with regulatory agencies to confirm the need for trapping. The Consultant will receive concurrence in writing from the regulatory agencies prior to instigating a trapping program. b. Obtain a live trapping permit from the Colorado Division of Wildlife and the U.S. Fish and Wildlife Service (this is required for any trapping for species protected under the Endangered Species Act of 1973, as amended). c. The survey can only occur between June 1 and September 15; d. Live trapping of areas of suitable Preble's meadow jumping mouse habitat (at least four sites)within the project area (a minimum of 750 trap nights is considered by the U.S. Fish and Wildlife Service to be standard in areas where an overstory of trees with an understory of shrubs or grasses occurs). e. Reporting on data sheets the characterization of the dominant vegetation, description of the plant communities within the trapping area, description of the management and land use, description of the geomorphology and topography, description of any man-made structures within the trapping area. f. In the event the Preble's meadow jumping mouse is found, mapping of the location of the captured, detailed assessment of topography, aspect, slope, and other variables that might be significant, and any other possibly-relevant ecological/ethological information. g. Reporting on data sheets the length, gender, weight, reproductive condition, and age of each jumping mouse captured during the survey. h. Prepare report of the results of the survey. Submit the final report to the U.S. Fish and Wildlife Service. 2. Ute ladies-tresses survey a. Conduct survey for the Ute ladies'-tresses orchid during the flowering period (between July 20 and August 20 depending on the year)within suitable habitat for the orchid. ' FELSBURG HOLT & ULLEVIG Page 11 SCOPE OF WORK FOR PROFESSIONAL SERVICES FOR THE DESIGN OF WELD COUNTY ROAD 13 b. Prepare report of results of survey. c. Submit report to the U.S. Fish and Wildlife Service. 3. Wetland Delineation a. Conduct a ground reconnaissance of the project area. b. Conduct a determination of wetlands within the project area, including plant species lists, hydric soils determination, and wetland hydrology presence. c. Photograph wetland communities, if present, within the project area. d. Prepare report of results of the wetland delineation. e. Submit report to the U.S. Army Corps of Engineers (COE). 4. Wetland Permit a. A 404-wetland permit will be obtained if impacts to wetlands and/or Waters of the United States occur under the project scope. The scope of this task includes the preparation of the appropriate permit application based on wetland and Waters of the United States acreage impacts and/or purpose for permit. A mitigation plan will be prepared, if required, under the permit requirements. 5. Birds-of-Prey Survey a. Conduct a ground reconnaissance of the project area. b. Conduct a determination of presence or absence of birds-of-prey on site, including the birds occupying nests. c. Prepare a report of the results of the survey. d. Prepare a mitigation plan if raptors occur on the site. III. FINAL DESIGN A. Final Roadway Design 1. Complete the preliminary design begun in the previous task assignment. 2. Prepare 90% construction drawings and refine them to include comments made prior to the Final Design Review Meeting. 3. Finalize quantities; document with worksheets. 4. Tabulate quantities. 5. Finalize right-of-way and easement requirements. Update plan sheets to reflect these revised limits. 6. Prepare an opinion of probable construction costs. Item numbers, descriptions, units and quantities will be as per CDOT format. 7. Revise project specifications. The Consultant will utilize the applicable CDOT standard special provisions that are specific to this project and create one continuous Microsoft Word document for the standard special provisions. 8. Assemble and print final plans. dFELSBURG HOLT & ULLEVIG Page 12 SCOPE OF WORK FOR PROFESSIONAL SERVICES FOR THE DESIGN OF WELD COUNTY ROAD 13 B. Final Hydrology and Hydraulic Design 1. Complete the project hydrology and hydraulics. Confirm location, size, and type of drainage systems. Develop plans and profiles and details for the system. 2. Develop project grading plans and complete the erosion control elements. 3. Tabulate drainage system and erosion control items. 4. Update and submit the final Phase III drainage report. C. Final Concrete Box Culvert Design 1. Complete the design for the single cell and multi-cell box culverts that were started during the preliminary design phase. D. Final Design Review Meeting 1. Submit plans to affected agencies and utility companies fourteen (14) days prior to the Final Design Review Meeting, in accordance with the DELIVERABLES section. 2. Attend and discuss additions or revisions to plans and special provisions. The Consultant Project Manager will conduct the meeting in conjunction with the County's Project Manager. The Consultant shall take minutes and distribute to participants within five (5) days of the meeting. 3. Make corrections to plans and special provisions after the final design review meeting and prepare the advertisement package. 4. Send final revised prints to all the UTILITY COMPANIES that are affected by the project. IV. PROJECT MANAGEMENT A. Coordination Meetings 1. Conduct fifteen (15) biweekly coordination meetings for the duration of the project with Weld County staff to discuss aspects of the project. Other agencies such as the Town of Frederick staff, City of Dacono staff, and CDOT staff will be invited to attend these meetings as necessary. V. ADVERTISEMENT A. Assist the County with the project pre-bid meeting. B. Prepare advertisement contract package in accordance with CDOT and Weld County Standards and Procedures and include the following sheets, as appropriate: 1. Title Sheet. 2. Typical Sections. 3. General Notes. IP rd FELSRURG HOLT & ULLEVIG Page 13 SCOPE OF WORK FOR PROFESSIONAL SERVICES FOR THE DESIGN OF WELD COUNTY ROAD 13 4. Summary of Approximate Quantities. 5. Quantity Tabulations. 6. Special Details. 7. Roadway Plans and Profiles (including Property Ownership's, Existing and Proposed Centerline Elevations at 50' stations, and Cross Slope/Superelevation Information). 8. Drainage Plans and Profiles. 9. Erosion Control/Grading Plans. 10. Plan and Profile for Driveways. 11. Traffic Signal Plans. 12. Striping and Signing Plans. 13. Construction Phasing Plans. 14. Construction Traffic Control Plans. 15. Cross-Sections (using either 1:1 or 1:2 horizontal to vertical exaggeration at 50' stations). VI. OTHER PROJECT SERVICES A. This task is provided to include services that at this time are uncertain yet probable. These services could include: ✓ Additional environmental investigation, analysis, and permitting. ✓ Additional traffic analysis. ✓ Additional public involvement and agency coordination. ✓ Private Utility Design These services will be provided on an as needed basis with approval from the county. The consultant will not perform any work for this task without an approved notice to proceed. VII. CONSTRUCTION MANAGEMENT (Not Part of this Contract) A. We have estimated that the construction duration will be 240 calendar days. B. We are proposing one inspector to be on-site full time. A second inspector will be added during peak construction activities such as paving. C. The final scope of work and fee estimate for construction management will be determined during the final design phase of this project to ensure the validity of the assumptions that were made during the preparation of this proposal. VIII. SUBMITTAL FORMAT A. The plan sheets shall comply with the following requirements: 1. The review, advertisement and construction plan set shall be 11" x 17" and produced in accordance to guidelines set forth by the County. 2. One original full size set (22" x 34") shall be produced of the construction plan set for the Contractor to use for as-builts. The full size set will not include the cross sections for the project. FELSRURG HOLT & ULLEVIG Page 14 SCOPE OF WORK FOR PROFESSIONAL SERVICES FOR THE DESIGN OF WELD COUNTY ROAD 13 VII. DELIVERABLES The following is an estimate of the deliverables required for the preliminary design. As the project develops, the type and number of deliverables may vary. Project Administration- Monthly progress reports Meeting and telephone conversation documentation Conceptual Design - Traffic Study - Conceptual Design Report - Opinion of Probable Construction Cost. Preliminary Design - 75% Construction Drawings for the Preliminary Design Review Meeting (Approximately 15 sets) - Opinion of Probable Construction Cost. Final Design - 90% Construction Drawings for the Final Design Review Meeting (Approximately 15 sets) - 15 sets of the Project Technical Specifications for the Final Design Review Meeting - Opinion of Probable Construction Cost. Advertisement - 25 Plan Sets for Bidding Purposes. The County will provide any additional reproductions of the plan set. - 25 Sets of Contract Documents including the Standard Special Provisions and the Project Special Provisions. - Opinion of Probable Construction Cost. Construction - 15 Plan Sets for Construction 15 Set of the Contract Documents. dFELSRURG ' HOLT & ULLEVIG Page 15 DESIGN FEE SUMMARY FOR CONSULTANT SERVICES FOR THE DESIGN OF WELD COUNTY ROAD 13 LOCATION: Dacono and Frederick, Colorado FIRM NAME: Felsburg Holt& Ullevig CONTACT NAME: Dean Bradley and Jeff Dankenbring TELEPHONE NUMBER: (303)721-1440 PROPOSAL DATE: July 21, 2004 (Revised) 1. SUMMARY OF WORK HOURS Conceptual Design* $51,050.00 Preliminary Design* $96,190.00 Final Design* $111,060.00 Total Labor = $258,300.00 *See the summary of anticipated work hours on the subsequent sheets. 2. OTHER PROJECT SERVICES(10%Contingency) $25,830.00 "Other Project Services"may include the services as outlined In the scope of work and other services for tasks that are unforeseen at this time.This 10%Contingency amount will not be utilized without prior written approval from the County. 3. OTHER DIRECT COSTS(DIRECT NON-LABOR EXPENSES) Total Direct Non-Labor Expenses** = $10,000.00 **See the summary of anticipated direct non-labor expenses on the subsequent sheet. 4. OUTSIDE SERVICES (e.a.,Subconsuitants&Vendors): A.J.Ventures, Inc. $2,400.00 All Traffic Data $6,000.00 FMLA $7,000.00 King Surveyors, Inc. $76,765.50 AERO-METRIC,Inc. $20,590.00 Kumar&Associates,Inc. $15,800.00 Tiglas Ecological Services $13,500.00 Utility Locating &Mapping Consultants $4,670.00 Visual Environments, Inc. $4,000.00 Administration by Felsburg Holt& Ullevig(10%) $15,072.55 Total Outside Services $165,798.05 5. TOTAL CONTRACT AMOUNT(NOT TO EXCEED)(SUM OF 1.2.3 AND 4): $459,928.05 6. CONSTRUCTION MANAGEMENT**(NOT PART OF THIS CONTRACT) $252.900.00 **The final fee estimate for construction management will be determined during the final design phase of this project to ensure the validity of the assumptions that were made during the preparation of this proposal. IPFELSBURC (41 HOLT & ULLEVIC SUMMARY OF ANTICIPATED WORK HOURS FOR CONSULTANT SERVICES FOR THE DESIGN OF WELD COUNTY ROAD 13 (Conceptual Design) PERSONNEL Dean Chris Ed Jeff Larry Shawn Kristine Dusty Cathy Bradley Pinching Lind Dankenbring Lang I Dankenbring Nelson Shaklee Garver CLASSIFICATION Principal Principal Engineer Engineer Engineer Engineer Designer Adman Total Hours Total Cost ate II I IV IV ill II II Per Task Per Task HOURLY RATE $135 $135 $120 $90 $90 $85 $80 $65 $60 TASK Hours Hours Hours Hours Hours Hours Hours Hours Hours CONCEPTUAL DESIGN Traffic Study Data Collection 4 24 28 $2,700 Level of Service Analyses/Roadway Geometry 2 16 2 20 $1,840 Summarize Accident History 2 32 8 4 46 $3,910 Roadway Design Design Criteria and Documentation 4 4 $360 Develop Alternatives 20 80 40 140 $10,800 Earthwork Calculations 6 8 14 $1,000 Opinion of Probable Construction Costs 4 16 16 36 $2,680 Hydrology and Hydraulic Design 16 120 136 $12,120 Utility Coordination 8 8 $720 Public Relations Graphics/Invitations/Mailing List 12 8 16 12 48 $3,480 Attend Open Houses(2) 8 8 8 24 $2,440 Project Newsletter 4 2 8 14 $1,530 Summarize Open House Comments 8 4 12 $1,040 Work Sessions(2) 4 8 4 16 $1,580 Conceptual Design Report 2 4 8 16 24 8 62 $4,850 Anticipated Work Hours 18 14 16 88 72 120 142 114 24 608 $51,050 Total for Conceptual Design = $51,050 IllFELSBURG C4 HOLT & ULLEVIG SUMMARY OF ANTICIPATED WORK HOURS FOR CONSULTANT SERVICES FOR THE DESIGN OF WELD COUNTY ROAD 13 (Preliminary Design) PERSONNEL Dean Bill Chris Ed Jeff Bill Larry Shawn Kristine Rick Dusty Phillip Cathy Bradley Beams Fasching Lind Dankenbdng Marcato Lang Dankenbring Nelson Dillon Shakes Helm Garver Principal Principal Principal Engineer Engineer Engineer Engineer Engineer Sr.Bridge Designer Designer Total Hours Total Cost CLASSIFICATION Associate Admin. I I I IV IV IV III II Designer II II Per Task Per Task HOURLY RATE $135 $135 $135 $120 $90 $90 $90 $85 $80 $90 $85 $85 $80 - TASK Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours PRELIMINARY DESIGN Traffic Engineering Preliminary Traffic Signal Warrant Studies 4 24 4 32 $2,960 Refine Roadway Geometry Recommendations 4 16 20 $1,980 Traffic Forecasts(to determine ESALs) 16 24 40 $4,320 Access Management Strategies 16 24 8 8 56 $5,320 Roadway Design Roadway Layout 6 40 48 $3,920 Refine Horizontal and Vertical Alignments 60 60 $4,800 Intersection Design 8 60 68 $5,520 Driveway and Access Layout 4 16 20 $1,640 Pedestrian Facilities Design 4 16 20 $1,640 Earthwork/Cross Sections 8 8 $640 Signing and Striping Layout 4 40 44 $3,560 Traffic Signal Design 40 40 $3,600 Construction Phasing/Traffic Control Plans 8 40 r 48 $3,920 Opinion of Probable Construction Costs 4 4 16 24 $2,000 Identify ROW and Easement Requirements 4 4 $320 Plan Preparation 40 16 40 120 216 $16,040 Hydrology and Hydraulic Design 24 120 144 $13,080 Erosion Control Design 8 40 48 $4,360 Preliminary Phase III Hydraulics Report 8 24 32 $3,000 Concrete Box Culvert Design . Stanley Lateral of the Bull Canal 2 4 4 10 $800 Little Dry Creek Crossing 4 30 8 30 72 $5,910 Preliminary Design Review Meeting Transmit Plans to Affected Agencies 4 i 4 $320 Attend Review Meeting 4 4 4 4 4 4 24 $2,280 Public Open House Graphics/Open House Invitation 8 16 24 $2,000 Attend Open House 4 4 4 4 16 $1,760 Summarize Open House Comments 2 4 6 $500 Anticipated Work Hours 8 4 44 40 98 36 152 _ 188 372 12 I 132 a 34 f 8 1,128 $96,190 FELSBURG CTotal for Preliminary Design= $96,190 � HOLT & ULLEVIG i SUMMARY OF ANTICIPATED WORK HOURS FOR CONSULTANT SERVICES FOR THE DESIGN OF WELD COUNTY ROAD 13 (Final Design) PERSONNEL Dean Bill Chris Ed Jeff Bill Lany Shawn Kristine Rick Dusty Phillip Cathy Bradley Beams Fasching Lind Dankenbring Marcato Lang Dankenbring Nelson Dillon Shaklee Helm Garver Principal Principal Principal Engineer Engineer Engineer Engineer Engineer Sr.Bridge Designer Designer Total Hours Total Cost CLASSIFICATION I I I Associate N N N III II Designer II II Mn.mi Per Task Per Task HOURLY RATE $135 $135 $135 $120 $90 $90 $90 $85 $80 $90 $65 $65 $60 i TASK Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours FINAL DESIGN Roadway Design Interim Roadway Layout 8 40 48 $3,920 Intersection Design 4 40 44 $3,560 Driveway and Access Layout 4 40 44 $3,560 Pedestrian Facilities Design 2 8 10 $820 Earthwork/Cross Sections 4 4 $320 Signing and Striping Layout 4 40 44 $3,560 Traffic Signal Design 16 16 $1,440 Construction Phasing/Traffic Control Plans 8 40 48 $3,920 Opinion of Probable Construction Costs 2 2 20 24 $1,960 Identify ROW and Easement Requirements 2 8 10 $820 Project Specifications 16 4 20 $1,800 Plan Preparation 24 8 40 100 172 $12,580 Hydrology and Hydraulic Design 24 100 124 $11,380 Erosion Control Design 4 16 20 $1,840 Preliminary Phase Ill Hydraulics Report 4 12 16 $1,500 Concrete Box Culvert Design Stanley Lateral of the Bull Canal 4 8 8 20 $1,600 Little Dry Creek Crossing 8 60 12 60 140 $11,460 Final Design Review Meeting Transmit Plans to Affected Agencies 2 2 $160 Attend Review Meeting 4 4 4 4 4 20 $1,740 Make Corrections to Plans and Specifications 4 16 8 16 40 40 4 40 8 176 $14,160 Project Management 40 12 52 $4,320 Conduct Biweekly Coordination Meetings(15) 32 4 12 I 8 60 8 24 40 60 12 260 $24,640 "ours 32 12 12 44 194 84 74 212 386 24 140 76 24 1,314 $111,060 /i H O L�TR& Total for Final Design = $111,060 l ULLEVIG IIIWeld County Road 13 FELSBURG PROJECT SCHEDULE(Created on July 27,2004) r"I H O LT & ULLEVIG m rwr'm Gn'!:--...w. 'I 00Fi• m,m 00 ,e r-�-�c�� 10 0 2.u. l+�ImO�® :. r .. E'. ,� �E ®onm©�aF.o'���� w © o n �a �f A e �r p �o ra rz ova �o m m o0 �. 2 Eu..tutu ♦m".t — uty...e.PP,rn..m ' Pwn..w..-. "ow • .. "a....w ....__ .nu." --IC Amid w.... :=_ 1..... • le o..""w .."L•J N -1n�r u m N .....,...o...wt..e t... - n..'. 35 tete Mott resat.at Mete . • • 2r ttEllintiff DEM. . 22 f...Em.-'oa+..w El::-373,33:,•:333,V773121"1"" .new,•nnm.o.tw..•.n p twit 20323923,23.3.2) _'-1N f PS uw E.w 032.42322.3) ..t0F _J'" ' • 27 223vattiel Instate 4 p—., ---a ♦w03.f T"u..ut. .t pm.P.22 F.) • • • w C umf L - �a x rn.ettEmpM , w I:_�Na.wf • .n.q.EM..'.Dap,6.w F _�N.'..E 35 %+wumomw l vnn:. :=: nee.' „ wry Esn6M • N -- Fewosninvv mt... E��� . • +rn • • -.� N� ax A..tumx NvawL :_::::1ru • 10 Sam. b.vrm'c.sq ♦rnsH p .''Wot a w...it ti r9N.f F.,.Witt 22 .M Lets.rox..¢.pi..tn • : .n • • A' i.ww .tp. N moos L:Atuna • • T .®" inflow fin... • —Sr wits..Pi Octal. W.' • v t.... Wrm..'n0fwr nut • Ppt Heten urn'',�nnnn to rz .0324�'WN." -22- v...sn mwf•N E, ,..op.,.,tn Wn.of 0vu.. • • —.a— Ti AdiArOP ENT poem • • • • • T w ge mmed .. : : . ♦N..f AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into this / day of A k r.S1-- 2004, by and between the County of Weld, State of Colorado, by and on behalf of Weld County Public Works Department, whose address is P.O. Box 758, 1111 H St., Greeley, Colorado 80631, hereinafter referred to as "County Department," and Felsburg Holt & Ullevig, whose address is 6300 S. Syracuse Way, Suite 600, Centennial, CO 80111, hereinafter referred to as "Contract Professional." W ITNESSETH: 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 as ordered by County Department 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 date of execution shown above, through and until completion of final design services as defined in the attached scope of work and as shown in the attached schedule. The term may be extended by modification of this contract as agreed to by both parties, in writing. 2. SERVICES PROVIDED BY CONTRACT PROFESSIONAL: Contract Professional agrees to perform the Professional Services for the compensation provided below and as attached in the Scope of Work. 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 the Scope of Work and shall not exceed the maximum compensation of $459,928.05. This fee is compensation for design services only as described in the attached Scope of Work and Fee Summary. All compensation amounts payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. 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 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. WCR 13,from WCR 8 to 5t"St. (Frederick) Page 1 of 3 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. 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. WCR 13, from WCR 8 to 5t"St. (Frederick) Page 2 of 3 IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 9th day of, August , 2004. COUNTY DEPARTMENT: ATTEST: Midi isbi COUNTY OF WELD, a political ® ision Weld County Clerk to the A, of the STATE OF COLORADO: By: By: Deputy Clerk o the Board Chairman Board of County Commissioners of the County of Weld CONTRACT PROFESSIONAL: Date i/9/o4- Name: teort,t �eaa v Title: Execu-nve VP SUBSCRIBED AND SWORN to before me this 9/L day of ,S(� per , DyyOlOO WITNESS my hand and official seal. 0, yO rste a .d- fT •rs r Notary Public LS .7 :O My commission expires: ' �A `na6b1 O1`1.-:\> wto WCR 13, from WCR 8 to 5t" St. (Frederick) Page 3 of 3 4tti6;;:, MEMORANDUM WIlDC. TO: Clerk to the Board DATE: September 13, 2004 COLORADO FROM: Frank B. Hempen, Jr., Director of Public Works/County Engineer I SUBJECT: Agreement for Recording The enclosed original agreement is for the Clerk to the Board's recording purposes. (Document# 2004-2626) Agreement for Professional Services with Felsburg Holt & Ullevig. Enclosures pc: Wayne Howard M:AWPFILES\FrancieArecording.wpd
Hello