Loading...
HomeMy WebLinkAbout20030579.tiff CONTRACT FOR ENGINEERING SERVICES FOR WELD COUNTY ROAD 13, FROM WCR 26 TO WCFR 38 THIS AGREEMENT, made and entered into this 24th day of February , 2003, 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 Nolte Associates, Inc., with an office at 1901 Sharp Point Drive, Suite A, Ft. Collins, CO 80525, herein after referred to as "Engineer". WITNESSETH: THAT WHEREAS, the County has established a program of preliminary design and of public improvements for a portion of Weld County Road 13 between WCR 26 and WCR 38; and WHEREAS, the County desires to obtain professional engineering services for the design of public improvements 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: 1. EMPLOYMENT OF ENGINEER The County hereby agrees to engage Engineer and the Engineer hereby agrees to perform the services hereinafter set forth. 2. PROJECT DESCRIPTION The section of paved roadway is approximately 6.0 miles in length and begins at WCR 26 and extends north to WCR 38. General engineering services to be provided consist of Project Development and Preliminary Design. 2.1 Project Goals Weld County has established the following design goals for the project: Preliminary design a 60' wide roadway (4-12' paved lanes, 6' paved shoulders, 3:1 minimum slopes, 60mph design speed). Design variances may be approved by Weld County at locations where it is not cost effective to meet design standards. Design safe intersections, driveways, and field intersections onto the new roadway. 2.2 Project Funding The project is funded by Weld County and is not subject to the administration of CDOT or FHWA. The consulting contract will be administered by the Weld County Public Works Department. nrzezti (424 `., 1 2003-0579 ati-acct crooyl 2.3 Project Coordination The Engineer will be required to coordinate his design activities with the following: Weld County Public Works Department Local Landowners Irrigation and Utility Companies Local Developers 2.4 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. 2.5 Design Criteria All work shall be in compliance with the following: Roadway Design Manual,CDOT, latest edition; Design Guide, Volume 1 AASHTO Chapters,CDOT A Policy on Geometric Design of Highways and Streets, AASHTO, 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; Contract between Weld County and Engineer. 3. 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: Pre-Design Meeting The Consultant will attend Pre-Design meeting with Weld County to discuss the scope of work, design parameters and identify the schedule of the project, in detail prior to beginning work. Contract time will begin the date of the meeting or as agreed upon at the meeting. The meeting will be held at the Weld County Public Works Department located at 1111 H Street, north side of Greeley, Colorado. Subsurface Exploration The Consultant is responsible for obtaining the pavement design from Weld County. 2 Survey All survey work has been completed for the project. The Consultant is responsible for obtaining the survey from Weld County. Utility Coordination Utilities have been be identified and located on topographic survey map. The consultant shall determine impact of project on identified utilities and report adjustments, if any. The County will contact all utilities involved regarding the project. Preliminary Roadway Design Design horizontal and vertical alignments based on up to 3 design speed alternatives. Determine roadway typical cross sections based upon Weld County criteria. Plot roadway plan and profile on plan sheets showing roadway centerline, edge of pavement and width of shoulder, existing utilities, right of way and centerline stationing. Preliminary Right-of-Way and Easements Determine preliminary ROW and easements required from preliminary roadway designs. Preliminary Design Meeting Attend Preliminary Design meeting with Weld County to discuss progress and preliminary design findings. Provide Preliminary Plan sheets, which are to include: Title Sheet Summary of Approximate Quantities General Notes, Typical Cross Section, and Miscellaneous Details Survey Control and ROW layout Roadway Plan and Profile Roadway Cross Sections Compute quantities based on preliminary design. Preliminary estimates of earthwork and surfacing Completion of Preliminary Design Phase Incorporate corrections to preliminary plan sheets in accordance with the review as necessary. Transmit 5 sets of the preliminary drawings (11"x17") and 1 set of design documentation and support calculations to Weld County. The Consultant shall also transmit the drawings to Weld County in "pdf' format and/or AutoCAD "dwg" format, Version 2000. 3 Final Design and Construction Phase Currently, the scope of the work does not include final design or construction engineering. If the County so desires to include final design and construction engineering, and the Consultant is agreeable to perform said work, a revised scope of work will be identified and fees for the revised scope of work will be negotiated. Once a scope of work and fees are agreed to between both parties, a change order will be issued to include said services into the original contract. If no agreement can be reached between both parties, the original contract will terminate at the end of the preliminary design, as stated above. 4. COUNTY'S RESPONSIBILITIES The County shall: 4.1 Provide the Engineer full information as to the County's requirements and existing project related information previously mentioned or described herein. 4.2 The County shall receive and examine documents submitted by the Engineer, 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. 4.3 Make available any and all information, requested by the Engineer, in existing County files pertinent to the project site. 4.4 Furnish above services at the County's expense, in such a manner that the Engineer may rely upon them in the performance of his services under this Agreement. 4.5 The County will perform the construction bidding process. The Engineer shall furnish all project special provisions and standard specifications necessary for project construction. 4.6 For the required design work and services described herein, the County agrees to pay the Engineer, and the Engineer agrees to accept lump sum compensation as follows: ITEM Preliminary Engineering & Project Development $16,160.00 TOTAL CONTRACT $ 16,160.00 The lump sum cost shall include all services necessary to complete the scope of work as described above. 4 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. Progress payments may be claimed on a monthly basis as the percentage of the total lump sum fee that represents the ratio of work performed during the month to the total amount of work. 5. TIME OF PERFORMANCE Engineer agrees to begin Work on the date agreed upon during the Pre-Design Meeting or of the date of the Pre-Design Meeting and said date shall be the date upon which all contract time counts for completion of the Work shall be based. The Engineer shall furnish completed final plans, special provisions and estimates for the project within 40 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. For each calendar day that the Work specified above is incomplete after the time specified or as adjusted by approved change order, a sum of $200.00 per calendar day may be deducted from moneys due to the Engineer as liquidated damages. This sum is fixed and agreed upon between the County and Engineer because the actual loss to the County and to the public caused by delay in completion will be impractical and extremely difficult to ascertain and determine. 6. 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. 7. 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 lump sum 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. 8. INSURANCE The Engineer shall carry the following minimum amounts of insurance: (1) Workmen's Compensation in statutory limits (2) Comprehensive General and Automobile Liability Policy for amounts not 5 less than: Bodily Injury Each person $150,000 Each Accident $600,000 Property Damage Each Accident $150,000 Aggregate $600,000 (3) 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 described in paragraphs (1) and (2) shall include as an additional named insured, Weld County, Colorado, by and through the Board of Weld County Commissioners, including its agents and employees. 9. VENUE This transaction shall be governed by the laws of the State of Colorado. 10. NON-DISCRIMINATION The Engineer shall not commit any of the following employment practices and agrees to prohibit the following practices in any subcontracts. To discharge from employment or refuse to hire any individual because of their race, color, religion, sex,national origin, disability, age, or marital status. 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. 11. 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. 12. OWNERSHIP OF ENGINEERING DOCUMENTS All plans, specifications, estimates, and miscellaneous items purported to contribute to the completeness of the work shall be delivered to and become the property of the County. The Engineer will retain reproducible copies of plans. 6 Basic notes, drawings, charges, computations and other data prepared hereunder hall be made available to the County upon request. All documents, including drawings and specifications prepared by the Engineer pursuant to the Agreement, are instruments of services in respect to the project. They are not intended or represented to be suitable for reuse by County or others on extensions of the project or on any other project. Any reuse without written verification or adaptation by Engineer for the specific purpose intended will be at County's sole risk without liability or legal exposure to Engineer and the County shall indemnify and hold harmless the Engineer from all claims, damages, losses and expenses including attorney's fees arising out of, or resulting there from. Any such verification or adaptation will entitle Engineer to further compensation at rates to be agreed upon by County and Engineer. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement, each of which shall be deemed an original on the date first written above. COUNTY OF WELD, STATE OF ENGINEER COLORADO, by and through the Board of County Commissioners of Weld County 't•io fps cuZM{Co, Inc) By: eu E By: CAtr I Ol f1✓1 David E. Long, Chair _I I Name: �✓1UG'- Iii OIt1i Date 02/24/2003 Title: ASS&IA..2 (Seal) ��� - , � ATTEST: Po Address: HD' Shetlp int Dt.Itk \ ' '" Fir (oThri5 , to e4 25-By r�ii/c s ..r .,._�, Deputy Clerk to the Bo.- r "vF,n (SEAL) f ATTEST: Pamittpr, i 2c. - t1eht„..c - Name: ?C`UNn e-I a L i S k e.r Title: it Cl m ; vi s f r a fo f it/0 itt 7 MEMORANDUM (fitia TO: Clerk to the Board DATE: February 20, 2003 AIR FROM: Frank B. Hempen, Jr., P.E. Director of Public Works/County Engineer, CSUBJECT: Item for Chair's Signature COLORADO Please submit the enclosed Agreement for the Chair's signature: Contract for Engineering Services for WCR 13 Project. This item has been previously presented and approved by the Board on February 5, 2003, agenda. Enclosed are two duplicate original contracts. Once executed,please return promptly one original to Wayne Howard, Public Works Department. The appropriate documentation is attached. Enclosures pc: Wayne Howard, Design Project Manager M:AWPFILESU§ancicA SIGNATURE.wpd 1 <'z- :2�/•<20O_s Hello